Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2015 FBO #4989
DOCUMENT

V -- Ambulance Service - Attachment

Notice Date
7/20/2015
 
Notice Type
Attachment
 
NAICS
621910 — Ambulance Services
 
Contracting Office
Department of Veterans Affairs;Network Contract Office 1;VAMC Manchester, BST Suite 105;718 Smyth Road;Manchester NH 03104
 
ZIP Code
03104
 
Solicitation Number
VA24115N0679
 
Response Due
8/21/2015
 
Archive Date
10/20/2015
 
Point of Contact
Richard Coutermarsh
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) # VA241-15-N-0679 (Providence Healthcare System Ambulance Service) This is a request for information seeking information and feedback from industry in regards the VA Providence Healthcare Systems requirement for Ambulance Services. This information will be used for preliminary planning purposes only. No proposals are being requested or accepted at this time. This is not a solicitation and no contract shall be awarded from this RFI. The purpose of this RFI is to gain industry feedback on the attached Scope of Work (SOW), and to also gain knowledge of the interest, capabilities, and qualifications of potential small business contractors that would be interested in a future solicitation. In accordance with Public Law 109-461, the Department of Veterans Affairs is particularly interested in Service Disabled Veteran Owned Small Business (SDVOSB) and/or Veteran Owned Small Businesses (VOSB) that are interested. Interested parties responding to this RFI should submit the following information: 1.Company name and address, point of contact with phone number, and DUNS number 2.Company socio-economic status to identify business as being an SDVOSB, VOSB, Small Business, Hubzone, 8a, Woman Owned, etc. Primary NAICS for this procurement will be 621910 (Ambulance Services) with a small business size standard of 14 Million. 3.Documentation relating to capability of performance 4.All interested firms must be registered in SAM (www.sam.gov) - confirm registration or pending registration. 5.If an SDVOSB or VOSB, provide proof of registration in the VA Vet Biz website and verification by VA Center for Veterans Enterprise (CVE) or intention of registration prior to submission of offers to a solicitation; 6.All interested SDVOSB or VOSB firms must be registered in VETBIZ.GOV and Verified by VA CVE and registered in SAM to be eligible for award of Government contracts. 7.Any other pertinent company documentation, such as quality accreditations (CAAS). The following questions are optional. The Government appreciates and welcomes all industry feedback: 8.Please review the attached performance work statement and provide general feedback. a.Specifically, is there anything confusing or that you would modify? Anything that needs to be added/deleted or changed, and why? Anything not in accordance with generally accepted industry principles? b.Are the equipment and personnel standards in accordance with standard industry practices? c.Does the industry separate ALS and Critical Care (Specialty Care Transport) as separate rates? Should ALS encompass specialty care? d.Is there a quality control standard (such as CAAS) that is commonly accepted across the industry? 9.Is your company currently certified to any particular quality control standard? The response date to this RFI is August 21, 2015 at 12:00 pm. This market research is for informational and planning purposes only to determine if a set-aside is appropriate and to receive industry feedback on the SOW and Price Schedule. This is not a solicitation and does not obligate the Government to issue a solicitation. Please be advised the Government will not pay any costs for responses and information submitted. Electronic submissions are acceptable via richard.coutermarsh@va.gov. This announcement constitutes an official Request for Information (RFI) as defined by FAR 15.201(e). The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov at a future date and will invite firms to register electronically to receive a copy of the solicitation when it is issued. ? Scope of Work Contractor shall provide Advanced Life Support (ALS) and Basic Life Support (BLS) Ambulance service to eligible veterans for VA Facilities as listed below. VA MEDICAL FACILITIES: Upon request, the following facilities will require transportation for eligible veterans for travel from his/her place of origin to authorized locations. VA Medical CenterVA Primary Care Center 830 Chalkstone Avenue175 Elm Street Providence, RI 02908New Bedford, MA 02740 VA Primary Care CenterVA Primary Care Center 145 Falmouth RoadOne Corporate Place Hyannis, MA 02540Middletown, RI 02840 All other VA locations associated with the Providence VA Medical Center may be added as needed and considered within scope. SERVICES: Contractor shall provide ALS/BLS Ambulance service twenty-four (24) hours per day, seven (7) days per week, including all holidays to eligible veterans of the above facilities. Contractor shall transport veterans' personal belongings of reasonable weight. When transporting benificiary(s) leaving the healthcare facility the contractor may be required, if necessary, to transport a maximum of three (3) items, to include boxes, luggage, and/or durable medical equipment (e.g. walkers, shower chairs, wheelchairs, suitcases and portable television sets) at no additional cost to the VA. The contractor shall only be responsible to transport belongings that are clean, contained in appropriate packaging, the size and weight of which one person can reasonably handle. Contractor shall furnish all necessary linen. Contractor shall provide as many ALS/BLS ambulances as necessary to furnish timely services. However, in no instance will the Contractor be required to furnish more than four (4) at one time. ORDERS: Service requests will be forwarded by the contract COR or his/her designee (travel office representative) by telephone, fax, or other written means. A listing of authorized personnel will be provided to the contractor upon contract award. Within the request for transportation services the following information will be provided as a minimum: Benificiary's first and last name Pick up location Destination location Time of pick up Any necessary medical information Any special instructions Authorized personnel will forward scheduled and unscheduled transportation requests via telephone to the contractor's dispatch office. The request for services shall specify the originating point, final destination, and any special needs required. Only such travel specified is authorized. The contractor is responsible for providing all routing directions to drivers prior to arrival at the pickup location. When transporting benificiarys to a VA Community Nursing Home, upon arrival at the nursing home, the driver shall give the VA Nursing Home Packet that accompanies the benificiary to the responsible Nursing Home staff member. The driver shall sign and date the packet's signature form. If there are any discrepancies between the address listed on the Nursing Home Packet and the address listed in the trip request, the driver shall clarify the correct destination address with the VA travel office, or Medical Administrative Specialist (MAA) if after hours. When transporting a benificiary to a local hospital, upon arrival at the hospital, the driver shall give the hospital the copy of the medical information accompanying the benificiary and a copy of the ambulance run sheet listing history of present illness, vital signs, and medical actions or medications provided during transport. BENIFICIARY CONDITION UPON ARRIVAL: Upon arrival at the benificiary pick-up point, if the contractor determines the condition of the benificiary scheduled for pick-up is different than what was stated on the travel request, the contractor shall notify the Transportation Assistant or Medical Administrative Specialist (MAA) for further instruction. RESPONSE TIME: The Contractor shall respond to VA requests for ALS/BLS Ambulance service by arriving at the veteran's place of origin within thirty (30) minutes from time of the VA request. If the Contractor fails to meet the above response times, the VA reserves the right to obtain the services from another ambulance provider and charge the Contractor with any excess cost which may result from non-response. The VA will be the sole judge in determining when to order service from another source. If the contractor fails to respond in time for a veteran's appointment at the VA, resulting in the loss of that appointment, there shall be no charge to the Government. WAITING TIME: For time lost waiting at either end or both ends of an ALS/BLS trip, not caused by the Contractor, reimbursement shall be made after the first thirty (30) minutes. Reimbursement shall accumulate and be paid at the lowest ambulance rate listed in the contract for each quarter hour or fraction thereof for that trip from the time the Contractor reports to pick-up the designated veteran. If the pickup is other than VA Facilities, Contractor will call VA Travel Unit or Medical Administration Service on duty as soon as a delay is anticipated for authorization for reimbursement. MONITORING PROCEDURES: VA Medical Center will establish monitoring procedures by documenting all requests for ALS/BLS service. These monitoring procedures will ensure that the services called for under the contract have been received by the VA. The VA Chief, Benificiary Services, or designee will be responsible for verifying contract compliance. After contract award, any incidents of Contractor noncompliance, as evidenced by the monitoring procedures, shall be forwarded immediately to the Contracting Officer. These monitoring procedures will be the mechanism for certifying invoices for payments. INCIDENT/ACCIDENT REPORTING: The contractor or his employee must report incidents or accidents immediately to the VAMC COR or his/her designee (travel office). If this happens after business hours, the contractor can notify the VA police at 401 273-7100 X4999. In all cases benificiary safety is of first priority, as soon as the benificiary is stable or at their destination, then the VA must be notified. In all cases the emergency room physician must be informed of the benificiary incident for the benificiary to be checked out for injuries. A written report must be submitted to the travel office by the next business work day no later than 11:00am. Contractor must also submit written corrective action to eliminate any future incidents of the same type within two weeks after the incident. CONTRACTOR EMPLOYEES: All contractor employees must wear some type of Ambulance identification at all times while working under this contract. Professional behavior is required of all contractor employees. Any contactor employee who does not meet current training qualifications, or who violates Federal or state laws (RI, MA), or who are a potential threat to safety, health, security of the VA benificiary or VA population will be restricted from access to the VAMC. This restriction will not relieve the contractor from contract performance compliance as specified within the terms and conditions of this contract. EMERGENCY MEDICAL TECHNICIANS: Emergency medical technicians (as required on all ALS Ambulances) shall have completed training in accordance with the standards published with a minimum of 81 hours or equivalent training including an in-hospital-training period. Such training shall be accepted and consistent with the requirements for local EMS systems supported by DHHS under Public Law 93-154 39 Federal Regulation 24, 304 (1974). All emergency medical technicians shall be currently certified and/or licensed by local, State and regional authorities as required by law in the area in which service is performed. EMT's shall be enrolled periodically in "refresher" continuing education and/or advanced training programs, as required by state and local laws. After contract award, Contractor must furnish Contracting Officer with a list of names and EMT numbers of those individuals who will be providing services under this contract. VEHICLES: The ambulances used under the terms of this contract shall be licensed and meet the minimum requirements governing emergency vehicles. Licensure must be maintained in current status throughout the term of the contract and a copy of updates provided accordingly. The contractor must have an adequate number of vehicles to meet the requirements of this contract, along with the evidence of satisfactory vehicle inspection prior to use under this contract. A.Every ambulance operated must have at least two personnel. At least one person shall be licensed in cardiopulmonary resuscitation or first aid and the person in the emergency compartment shall be certified as an emergency medical technician-basic. 1.BLS vehicles are required to have at a minimum an emergency technician (EMT) attending the benificiary and a driver meeting minimum ambulance driver requirements. 2.ALS vehicles are required to have at a minimum a paramedic attending the benificiary and an EMT, meeting requirements as a driver. B.Vehicles and equipment used in the performance of this contract must be clean, orderly, and in excellent operating condition at all times, and records of maintenance/preventive maintenance must be made available for inspection upon request. C.All vehicles shall be smoke free and have "No Smoking" signage posted. D.The contractor shall notify the contracting officer of any vehicle and equipment added/changed/deleted after award of contract. E.The Department of Veteran Affairs reserves the right to thoroughly inspect contractor vehicles prior to award and at any time during performance of any awarded contract. Mechanical defects noted at the time of inspection must be corrected and the ambulance (s) re-inspected prior to use under the contract. VEHICLE INSPECTION REPORT: ALS/BLS ambulances operating under this contract must meet state inspection requirements. Prior to the awarding of a contract, the Contractor shall furnish the Contracting Officer with a copy of the State vehicle inspection report for each ALS/BLS ambulance. STATE AMBULANCE LICENSURE: Contractor must have a current ambulance service license issued by Rhode Island Department of Health, Division of Emergency Medical Service and/or by Commonwealth of Massachusetts, Office of Emergency Medical Service, or by any other state to operate Ambulance service in states that they are picking- up benificiarys. QUALITY ASSURANCE PROGRAM: Contractor must have a written Quality Assurance Program to include continuous monitoring of the care provided to VA benificiarys, in-service training and to insure all vehicles, personnel and emergency equipment conforms to the rules and regulations relating to emergency medical service. TRAINING: Emergency Medical Technicians providing emergency services on this contract must meet the following training requirements: 1.Have completed training in accordance with the standard published by the US Department of Health and Human Services (PL 93-154). EMTs must also meet ongoing recertification requirement standards determined by the State of Rhode Island. 2.Evidence of the "equivalent" training program successfully completed by the EMT must be submitted to the contracting officer, immediately upon request. 3.The EMT must be certified, licensed or otherwise officially recognized by the local, state, or regional government or public entity where the emergency ambulance service is operated or by which it is governed. Current and updated certifications of EMTs providing service under this contract must be submitted to the contracting officer. Paramedics providing emergency services on this contract must have the following qualifications: 1.Have completed the required all emergency medical technician and paramedic recertification training. The rules shall provide that all recertification training equals at least 700 hours of training that provide didactic and skills practice components, including a field internship experience aboard an advanced life support permitted ambulance. The Paramedic must be certified, licensed or otherwise officially recognized by the local, state, or regional government or public entity where the emergency ambulance service is operated or by which it is governed. 2.Must possess EMT - P Card. 3.Evidence of the "equivalent" training program successfully completed by the Paramedic with a copy State of Rhode Island and/or Massachusetts Certification Certificate must be submitted to the contracting officer or COR. Drivers: Drivers providing service under this contract shall have a valid ambulance personnel license with a driver designation as required by Federal, State, and local law. 1.Attendant/driver must have successfully completed standard and advanced first aid courses including use of cardiopulmonary resuscitation techniques (CPR) of the American Red Cross, U.S. Bureau of Mines, or equivalent; be able to safely use all associated equipment, such as wheelchair lifts, and fire extinguishers; and been fully briefed and trained in passenger assistance techniques. Proof in the form of a current certificate that first aid training has been successfully completed must be available upon request. 2.All contractor employees must be enrolled periodically in "refresher" continuing education or advanced training programs as approved and required by the State of Rhode Island, Department of Health, Division of Emergency Medical Service and/or by Commonwealth of Massachusetts, Office of Emergency Medical Service. Such refresher training shall be submitted to the contracting officer upon request for verification of compliance. In no instance may this continuing education training be less frequent than every two years. BENIFICIARY WELFARE AND ABUSE: The contractor will be held responsible for the benificiary, their property, and/or government property during ambulance transportation. Any property damage or loss of property will be replaced by the contractor at the contractor's expense. All benificiarys of the VA are to be treated with relevant care in relation to their current health condition. Benificiary abuse will not be tolerated. Any substantiated benificiary abuse will result in automatic termination of the responsible ambulance employee(s). JCAHO STANDARDS: The Contractor must perform the required work in accordance with The Joint Commission standards. A copy of these standards may be obtained from the Joint Commission on Accreditation of Healthcare Organizations, One Renaissance Boulevard, Oakbrook Terrance, IL 60181. Contractor is required to verify compliance by signing the VA Business Associate Agreement and its Addendum. COMPLIANCE PAPERWORK: Upon any changes/renewal in vehicle, personnel training, licensing, insurance etc ¦ the contractor is responsible to ensure the VA contracting office receives copies of the updated paperwork. INFECTION CONTROL REQUIREMENTS: Health Tests: Contractor must submit proof of the following with their quote. All tests must be current within the past year. 1.Tuberculosis Test. Any past positive results will need a negative chest Xray results prior to starting work. PPD results needed to be submitted to the VA contracting office on an annual basis. 2.Hepatitis B Vaccination. Contractor must provide documentation of ambulance employees who have received hepatitis B vaccination series and those ambulance employees who decline to receive the series. The contractor shall delay using drivers and/or attendants who have the cold, flu, chickenpox, measles, or have been around someone who is sick on trips until well or no longer symptomatic. If any ambulance employee has suffered from a communicable disease and has been cleared to return to work, a copy of the clearance documentation must be submitted to the VA contracting office prior to the ambulance employee starting work for this contract. TEXTING/CELL PHONES/ELECTRONIC DEVISES: Contract employees shall not text or talk on an electronic devise/cell phone while interacting with a benificiary or driving. NUMBER OF BENIFICIARYS: It is understood and agreed that only one (1) benificiary will be transported on a trip unless specifically authorized by the VA. If more than one (1) benificiary is authorized by the VAMC ordering official and is transported on a trip, reimbursement will be made at the rate not exceeding the cost of transporting a single benificiary. However, when travel beyond the local mileage limits is involved, the longest distance over which a benificiary is transported may be claimed when more than one benificiary is transported in a single ambulance concurrently. Contractor must ensure that the pick-ups and drop-offs are scheduled so that the total distance traveled shall result in the most economical charge to the government DRY RUNS: For the purposes of this contract, dry runs are defined as trips made by the Contractor when the VA beneficiary is not available for pickup. The Contractor will be reimbursed one way at the full contract amount for dry runs. This charge will not be allowed if the trip is canceled by authorized VA personnel within one (1) hour before the scheduled pickup time. USE OF SUB CONTRACTORS: The contractor is free to subcontract service in order to satisfy the VA's requirements. 1. All companies utilized as subcontractors are subject to approval of the VA and must meet all requirements of this contract. 2.The contractor shall disclose use of any subcontractors and ensure all certification and training requirements are in compliance with federal, state, and county regulations governing ambulance services. 3.The contractor shall be responsible for all subcontracting services provided under this contract. 4.Subcontractor's invoices shall not be submitted directly to the VA, but rather shall be incorporated as part of the prime contractor's regular monthly invoicing. TRIP DOCUMENTATION: The contractor shall document each transport with an appropriate document that specifies the date, benificiary name and identification #, time of pick up, destination, time of drop off, mileage, and any notes regarding issues particular to the specific transport, including recording oxygen, cardiac monitoring, and other services provided (i.e. material items, supplies). The contractor shall include a copy of this document with all invoices and also provide the trip documentation form upon request by the VA. These forms will serve as documentation of the transport and will be a source document for reconciliation of the contractor's requests for payment. CANCELLATION: At the time of the request, contractor shall acknowledge their ability to provide the service within the requested response time. If the contractor cannot provide the services for any reason, they must notify the VA staff person requesting the service of their inability to provide the service. The contractor shall not charge the VA a cancellation fee when cancellations are made prior to the ALS/BLS vehicle embarking upon the dispatch. NON-PICK UP OF BENIFICIARY: When ambulance service under the terms of this contract involves a trip to or from a VA facility, but due to unforeseen circumstances the benificiary is not available for pick-up, the contractor shall collect for the trip at the rates applicable under the pricing portion of this contract. The VA reserves the right to substitute beneficiary requiring service at any time during the performance of the contract to prevent "Unloaded Trips", delays, and cancellations. There shall be no additional charge to the VA when such changes occur. ESCORT: Subject to limitations of current regulations, the VA reserves the right to have an escort, such as a relative, or care provider of beneficiary or VA staff accompany beneficiary when the VA determines that such an escort is in the best interest of the beneficiary. Contractor shall pick up and escort the benificiary to his/her appropriate ward, nursing home, clinic or to the travel office when requested. The VA will also be the final judge in determining when an escort is required. There shall be no additional charge to the VA when escorts are authorized to travel with beneficiary. Contractor shall only be required to transport escort with benificiary and shall not be required to return the escort back to point of origin. INVOICE PROCEDURES: The contractor shall use an itemized billing format, with the resources furnished when submitting ambulance service invoices. Invoices shall be submitted to the Austin Finance Center electronically no later than ten (10) calendar days following the end of the month of services and are to include all contract services furnished for the preceding month. Invoices shall specify the benificiary name, date of service, pick-up and delivery point, VA trip authorization number, and an itemized list of charges allowed under the contract. The VA will review and reconcile invoices with trip tickets and travel logs. Unauthorized charges will be suspended pending investigation. Unauthorized charges are those that are being disputed or have not been pre-approved by authorized VA personnel, and that are not allowable under the contract. A final determination will be made, within 30-days, after notifying the contractor of charges being suspended. However, if an item or service is required on a trip that is not specifically listed in the pricing section of this contract, the contractor shall not withhold use of that item or service on that particular trip, and the pricing for that item/service will be negotiated afterwards. INSPECTIONS: During the effective period of the contract, the VA reserves the right to thoroughly inspect and investigate the establishment, facilities, business reputation, and other licensure and qualifications of the contractor. INCIDENT/ACCIDENT REPORT: Any adverse events involving the welfare of a VA beneficiary while in the care of the contractor during transport shall be recorded and reported to the COR during normal business hours or to the MAA after normal business hours (4:30pm-8:00am) within 24 hours of the event. The contractor shall make initial contact immediately after the event via telephone, fax, or email notifying the VA of any incident, accidents, or medication or transfusion errors involving injury to VA benificiarys during transport. The VA will provide POC's and phone numbers after contract award and prior to service start. The contractor must prepare and submit a detailed incident report with all information necessary to conduct a full review (date, time, benificiary, place of pick, place of incident, names of parties involved, a detailed summary of events etc.) with recommended/implemented corrective action within 24 hours of such incident to the contracting officer with a copy to the Chief, Medical Administration Service, Providence VA Medical Center. BENIFICIARY RIGHTS: The contractor shall be courteous to VA beneficiaries under their care. Any substantiated mistreatment of benificiarys in the performance of this contract may be cause for termination of the contract, or discontinuance of further placement of orders. The VA reserves the right to request driver removal from transporting VA benificiarys if mistreatment is substantiated. Drivers must be courteous and considerate of all benificiarys they are transporting. The contractor shall notify the COR, in writing within 24 hour of any complaints made by the benificiarys regarding service issues, providing recommendations for improved services. SAFETY REQUIREMENTS: In order to protect the lives and health of benificiarys, the contractor shall take such safety precautions as the contracting officer or COR may determine to be reasonably necessary. The contracting officer or COR will notify the contractor of any safety non-compliance and the action to be taken. The contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. If the contractor fails or refuses to comply promptly, the contracting officer may issue an order stopping all or any part of the work and discontinuance of further order placement. INFECTION CONTROL: Contractor employees shall receive ongoing training on universal precautions and infection control as appropriate to their duties. Contractor drivers and attendants shall use universal precautionary measures at all times for the prevention and control of the spread of infectious agents to all persons. The contractor shall delay using drivers and/or attendants who have the cold, flu, chickenpox, measles, or have been around someone who is sick on trips until well or no longer symptomatic. DISPOSAL OF HAZARDOUS WASTE: Contractor employees shall be trained on how to handle bio-hazardous waste during transport and how to properly dispose of bio-hazardous waste in designated containers, including how to dispose in designated containers when onsite at VA Medical Center. The contractor shall not dispose of any bio-hazardous materials at any location on the premises except as specified by the contracting officer. MISCELLANEOUS: Contractor employees shall conduct themselves in a professional manner at all times while on VA premises. Contractor Vehicles transporting VA beneficiaries must be dedicated exclusively to VA transports. The contractor shall not carry private pay benificiarys with VA beneficiaries under this contract. CONTRACTOR'S QUALITY CONTROL PROGRAM (QCP): The contractor shall establish and maintain a complete QCP to assure the requirements of this contract are provided as specified. This QCP shall be forwarded to the Contracting Officer, along with the requested initial quote. The CO will review the QCP and list any deficiencies and return to the Contractor for response, if necessary. The contractor's QCP shall include the following at a minimum: 1.An inspection plan covering all services required by this contract. The inspection plan must specify the type of inspections (i.e. scheduled, unscheduled), areas for inspection, frequency of inspections and documentation of inspections, and who will conduct the inspections, with his or her title specified. 2.On-site records of all inspections conducted by the Contractor. The inspection records must note findings and necessary corrective action taken, the timeframe,and follow-up responsibility/issues. The VA reserves the right to request copies of any and/or each inspection. 3.Internal procedures for updating medical service protocols. The contractor must have established internal procedures for updating medical service protocols that have been revised, requires changes and/or incorporation of new protocols since licensing. The changes to processes, equipment, and/or protocol that may affect performance of contract must be communicated in writing to the Contracting Office. 4.Methods for identifying and preventing deficiencies. The contractor must have quality improvement mechanisms in place that allows the business to evaluate the quality of services performed by using established methods for identifying and preventing deficiencies before the level of performance becomes unacceptable. Specific organizational monitoring functions and areas must be identified with levels of responsibility associated, noting intermediate supervisory responsibility and overall management responsibility for ensuring total acceptable performance. 5.On-site competency records of each employee. The contractor must have employee records available on-site that identifies the character, physical capabilities, certifications, and ongoing training records of each employee performing services under this contract. 6.A log or trip ticket to account for all requests for service. The contractor must use a log or trip ticket to account for all requests for services. The log shall indicate the date and time of service call, name of beneficiary requiring service, type of transportation requested, designated pick-up and delivery points, actual time of arrival at pick-up and delivery points. The trip ticket shall also contain a benificiary trip evaluation section, which should be completed for ongoing monitoring of customer comments. 7.On site records for tracking of customer complaints and actions take. The contractor shall keep onsite records for tracking customer complaints or problems with the procedures or initiatives implemented for correction and/or elimination of the problem before negative effects caused interruption of performance on contract. 8.Drug Testing Policy. The contractor shall have internal policies and procedures for addressing drug and alcohol abuse.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC608/MaVAMC608/VA24115N0679/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-15-N-0679 VA241-15-N-0679.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2178423&FileName=VA241-15-N-0679-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2178423&FileName=VA241-15-N-0679-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Providence VAMC;830 Chalkstone Ave;Providence, RI 02908-4734
Zip Code: 02908-4734
 
Record
SN03803019-W 20150722/150720235054-25e007ef2128fbf8b0263b717b3a4a25 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.