Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2018 FBO #5991
DOCUMENT

R -- Confidental Document Collection and Destruction for the West Texas Health Care Systen - Attachment

Notice Date
4/17/2018
 
Notice Type
Attachment
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of Veterans Affairs;NCO 17 North Texas Healthcare System;NCO 17 Network Contracting Activity;4500 S. Lancaster Road;Dallas TX 75216
 
ZIP Code
75216
 
Solicitation Number
36C25718Q0697
 
Response Due
5/8/2018
 
Archive Date
8/6/2018
 
Point of Contact
Rastreva Upshaw, Contract Specialist
 
E-Mail Address
ia
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 36C25718Q0697 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. TIERED EVALUATIONS INCLUDING SMALL BUSINESS CONCERNS This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a tiered evaluation for VOSB concerns, or in the alternative, a set aside for other small business concerns with HUBZone small business concerns and 8(a) participants having priority. If award cannot be made, the solicitation will be cancelled and the requirement resolicited. The NAICS is 561990 and the small business size standard is $11.0 Million. In accordance with VAAR 852.219-11 and VAAR 852.219-10, any SDVOSB and VOSB submitting a quote for this action must be verified for ownership and control and is so listed in the vendor information pages database (http://www.vetbiz.gov) upon submission of quote. Only qualified offerors may submit bids. Introduction: A Firm Fixed Price award will be made to the lowest priced quote which conforms to the requirements within this solicitation and represents the best price to the Government. Description of Services: The West Texas VA Health Care System (WTVAHCS) has a need for a contractor to provide confidential document collection and destruction services. The Contractor shall provide all labor, equipment, supplies, secured vehicles, materials, supervision and other related services necessary to provide sensitive document, film, optical, digital, and electronic destruction services for the West Texas VA Health Care System (WTVAHCS). The contractor must perform to the standards identified in the statement of work. See attached Statement of Work (SOW). Place of Performance: West Texas VA Health Care System (WTVAHCS) locations as outlined in the Statement of Work. Period of Performance: Base Year with (4) one-year option renewal periods. Base Year: May 15, 2018 May 14, 2019 Option Year One: May 15, 2019 May 14, 2020 Option Year Two: May 15, 2020 May 14, 2021 Option Year Three: May 15, 2021 May 14, 2022 Option Year Four: May 15, 2022 May 14, 2023 The following clauses and provisions apply to this solicitation: 52.209-5, Certification Regarding Responsibility Matters 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.217-8, Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. 52.217-9, Option to Extend the Term of the Contract a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years. 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Right 52.203-99 Prohibition of Contracting with Entities That Require Certain Internal Confidentiality Agreements 52.219-14, Limitations on Subcontracting 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside 52.222-3, Convict Labor 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-19, Availability of Funds for the Next Fiscal Year 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.237-3 Continuity of Services (JAN 1991) 52.232-39, Unenforceability of Unauthorized Obligations (In the FAR https://www.acquisition.gov/far/html/52_232.html#wp1160005) 52.233-3, Protest after Award (In the FAR https://www.acquisition.gov/far/html/52_233_240.html) 852.203-70, Commercial Advertising 852.219-10, VA Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside 852.219-11, VA Notice of Total Veteran-Owned Small Business Set- Aside 19.502-2, Total Small Business Set- Aside 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es). 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at http://www.acquisition.gov/far/index.html LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes FAR 52.219-14, Limitations on Subcontracting, and VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. This solicitation includes FAR 52.219-14, Limitations on Subcontracting, and VAAR 852.219-11, VA Notice of Total Veteran-Owned Small Business Set- Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. This solicitation includes FAR 52.219-14, Limitations on Subcontracting, and FAR 19.502-2 Total Small Business Set- Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. Submission of Quote (FAR 52.212-1 Instructions to Offerors Commercial Items): The Offeror shall submit their quote on company letterhead and shall include unit price, overall total price, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. All quotes received without this documentation will not be considered. All questions must be emailed to Rastreva.Upshaw@va.gov and Victoria.Rone3@va.gov, no later than Tuesday, April 24, 2018 8:00am CST. The subject line must specify 36C25718Q0697 Confidential Document Collection and Destruction Services. All responses to questions will be incorporated into a written amendment posted to the Federal Business Opportunities website (www.fbo.gov). Offerors are encouraged to monitor the Federal Business Opportunities website with respect to this solicitation because any amendments to this Solicitation will be posted on the website (www.fbo.gov). There will be no automated email notification of amendments. Quotes must be received no later than Tuesday, May 8, 2018 8:00am CST. Email your quote to Rastreva.Upshaw@va.gov and Victoria.Rone3@va.gov. The subject line must specify 36C25718Q0697 Confidential Document Collection and Destruction Services. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. Quote should be broken down as follows: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Confidential Document Collection and Destruction Services Contract Period: Base POP Begin: 05-15-2018 POP End: 05-14-2019 12.00 MO $ $ 1001 Confidential Document Collection and Destruction Services Contract Period: Option Year 1 POP Begin: 05-15-2019 POP End: 05-14-2020 12.00 MO $ $ 2001 Confidential Document Collection and Destruction Services Contract Period: Option Year 2 POP Begin: 05-15-2020 POP End: 05-14-2021 12.00 MO $ $ 3001 Confidential Document Collection and Destruction Services Contract Period: Option Year 3 POP Begin: 05-15-2021 POP End: 05-14-2022 12.00 MO $ $ 4001 Confidential Document Collection and Destruction Services Contract Period: Option Year 4 POP Begin: 05-15-2022 POP End: 05-14-2023 12.00 MO $ $ GRAND TOTAL $ ________________________ The solicitation package will be posted on FedBizOpps, which can be accessed at www.fedbizopps.gov. The Government will not provide paper copies of the solicitation. Telephone, written, or facsimile, requests, for the solicitation package will not be honored. All interested parties MUST be registered in the System for Award Management (SAM) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with SAM, you may request an application via phone at 866-606-8220 or register on-line at https://www.sam.gov. To keep informed of changes: Check www.fedbizopps.gov frequently. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis. STATEMENT OF WORK CONFIDENTIAL DOCUMENT COLLECTION AND DESTRUCTION WEST TEXAS VA HEALTH CARE SYSTEM (WTVAHCS) Big Spring, TX. 79720 SCOPE OF WORK The Contractor shall provide all labor, equipment, supplies, secured vehicles, materials, supervision and other related services necessary to provide sensitive document, film, optical, digital, and electronic destruction services for the West Texas VA Health Care System (WTVAHCS). The Contractor shall service the following locations: Big Spring VA, 300 Veterans Blvd., Bldg 1, basement, Big Spring, TX 79720. Abilene Clinic, 3850 Ridgemont, Abilene, TX 79606. Permian Basin Clinic, 8050 E. Hwy 191, Odessa, TX 79762. San Angelo Clinic, 2018 Pulliam, San Angelo, TX 76905. Hobbs Clinic, 1601 N. Turner, 4th floor, Hobbs, NM 88340. The Contractor shall provide and maintain approximately 30 locked security containers (approximately 28 gallon), and 10 collection bins (approximately 170 gallon) for a total of 40 containers for sensitive documents throughout the WTVAHCS and Community Based Outpatient Clinics. The Contractor shall remain flexible to add to the requirement, in case additional locked containers and/or collections bins are needed (not to exceed 45 containers). The ability to adjust the number of containers per month shall be available to WTVAHCS. The Contractor is only allowed to add or subtract containers under the direction of the Contracting Officer Representative (COR). If another WTVAHCS employee approaches the Contractor requesting additional container(s), the Contractor will instruct the employee to coordinate this request with the WTVAHCS COR. If the COR approves the addition of container(s) to meet the needs of the facility, this will be provided at no additional cost to WTVAHCS. Containers shall have a slotted lid or front panel through which documents may be inserted and a locking access door. The containers must protect against unauthorized access (i.e., reaching through an opening to retrieve a document, bypassing the locking mechanism with a device other than a key, etc.). All locked containers shall use the same key lock or key code. The size of containers shall vary according to the location. The locked containers shall be aesthetically compatible with the facility s interior design scheme. The Contractor shall empty all paper collection bins bi-weekly at the Big Spring, Abilene, Odessa, and San Angelo locations and once per month at the Hobbs location. The Contractor is responsible for checking and emptying all bins on the schedule at each visit. Pickup schedule for each location shall be coordinated with the COR. If the regularly scheduled shredding day falls on a national holiday, the Contractor may perform the service either the working day prior to or the working day after the holiday, and will inform the COR of the revised shredding day. In the event that additional shredding is needed, the Contractor shall be available within 96 hours of receiving notice from WTVAHCS to provide unscheduled service. The price for such service shall be in accordance with the fees listed in the Contract schedule. Contractor shall submit a written plan detailing the method of destruction, capacity, and approximate time required to destroy documents. In addition, Contractor must provide the Contracting Officer with a written contingency plan in case of equipment failure or other unforeseen events. Contractor shall destroy documents completely to preclude recognition or reconstruction of the information in accordance with procedures in VA Handbook 6300.1, Records Management Procedures, VA Directive 6371, Destruction of Temporary Paper Records, VA Handbook 6500, Information Security Program, VA Handbook 6500.1, Electronic Media Sanitation, VA Handbook 6500.6, Contract Security, and NIST SP 800-88 Revision1, Guidelines for Media Sanitation. Methods and equipment used to routinely destroy classified or confidential information include burning, pulping, shredding, macerating, or otherwise definitely destroy the information contained in the temporary paper records so that it is not readable or reconstructable to any degree. National Institute of Standards and Technology (NIST) standards must be used if shredding is the form of final destruction. Contractor shall be responsible for management, oversight, security, and control of all documents containing VA sensitive information documents or Protected Health Information (PHI) stored in the locked containers, prior to and until final destruction. Contractor will be required to sign a Business Associate Agreement (BAA) with the Veterans Health Administration/WTVAHCS to cover the period from the Contractor s departure from any WTVAHCS site until final destruction of the documents. The BAA will comply with all requirements of the Health Insurance Portability and Accountability Act of 1996 (HIPAA), 45 CFR 164.502(e) and regulations enacted under the Health Information Technology for Economic and Clinical Health (HITECH) Act. SPECIAL CONTRACT REQUIREMENTS WORK HOURS: The Contractor shall provide the services described in this contract between the hours of 8:00 AM and 4:30 PM, Monday through Friday. FEDERAL HOLIDAYS: The ten holidays observed by the Federal Government are: New Year s Day, Martin Luther King s Birthday, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. NAID CERTIFICATION: The Contractor must be certified by the National Association for Information Destruction, Inc (NAID). The NAID Certification Program establishes standards for a secure destruction process including such areas as operational security, employee hiring and screening, the destruction process, responsible disposal and insurance. 4. HIPAA/HITECH COMPLIANCE: The Contractor is subject to the provisions of the Health Insurance Portability and Accountability Act of 1996 (HIPAA), 45 CFR 164.502(e) and regulations enacted under the Health Information Technology for Economic and Clinical Health (HITECH) Act. It is the responsibility of the Contractor to review the requirements of HIPAA and HITECH, information about which may be found on the internet at the following address: http://www.hhs.gov/ocr/privacy/index.html. The Contractor shall indicate its understanding and agreement that property obtained under this contract may contain records previously maintained as a system of records subject to the Privacy Act. The Contractor is therefore also subject to the provisions of the Privacy Act and is responsible for compliance with its provisions with respect to the handling and disposal of protected information. 5. INSPECTION: Representatives of WTVAHCS reserve the right to inspect, at will, the Contractor s and/or Subcontractor s facilities and operations provided for the performance of work under this agreement. This includes inspection of the entire process - pickup, on-site shredding, and the final disposal of the document. 6. SHREDDING SPECIFICATIONS: After final destruction, the information in the documents must be rendered unrecognizable in accordance with NIST 800-88 Guidelines for Media Sanitation and FIPS 199 Security Categorization of the System Confidentiality (particles no larger than 1 mm x 5 mm). QUALITY CONTROL: The Contractor shall develop and maintain quality programs to ensure refuse and recycling services are performed in accordance with commonly accepted commercial practices. NON-DISCLOSURE OF SENSITIVE INFORMATION a. The Contractor acknowledges that in the performance of this contract, Contractor personnel will have access to some privileged and confidential materials of the United States Government, including VA sensitive information and protected health information (PHI). The Contractor agrees to safeguard all information to which it has access and to use the information exclusively in the performance of this contract. The Contractor shall comply with applicable Veteran Health Administration (VHA) regulations regarding privacy and information security to prevent disclosure of sensitive information to unauthorized individuals or organizations. Many of these materials are protected by the Privacy Act of 1974 (revised by PL 93-5791), Title 38, United States Code and HIPAA. Unauthorized disclosure of Privacy Act or Title 38-protected materials is a criminal offense. b. The Contractor shall protect, safeguard, control, manage, and destroy all VHA documents complying with VA Handbook 6300, VA Directive 6371, VA Handbook 6500, VA Handbook 6500.1, and VA Handbook 6500.6. It is the responsibility of the Contractor to review these handbooks and directives, copies of which can be accessed electronically at the following address: http://www1.va.gov/vapubs/index.cfm. NIST 800-88 Revision 1 can be accessed electronically at the following address: http://nvlpubs.nist.gov/nistpubs/SpecialPublications/NIST.SP.800-88r1.pdf The Contractor shall not inspect, view, peruse, copy, or examine any documents or media containing VA sensitive information, whether or not it is designated for shredding/disposal. Should any violation or breach of this provision occur, such shall constitute cause for immediate termination of this contract upon receipt of written notice of such termination. BREACH REPORTING PROCEDURES: Any Contractor employee who knows or suspects that VA sensitive information has been disclosed to unauthorized personnel must report his/her observations to the WTVAHCS Supervisory Contracting Specialist at 432-268-5040 and the COR at 432-263-7361 ext. 7432/7430 within one hour of discovery. The Contractor employee should include any relevant details in his/her report, to include names of individuals involved, time, location, and a description of the VA sensitive information disclosed, if known. CONTRACT PERSONNEL SECURITY AND TRAINING REQUIREMENTS a. BACKGROUND INVESTIGATION: The performance of this contract requires the Contractor to have routine, unescorted access to WTVAHCS facilities. VA requires that all Contractor personnel involved in the actual handling and shredding of documents at any facility, and who have access to Protected Health Information (PHI) undergo an FBI National Criminal History Fingerprint Check. All Contractor employees shall be the subject of a low-level security background investigation (National Agency check with written inquiries; approximate cost $200.00) and shall receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to all Contractor personnel requiring access to or responsibility for the shredding of documents containing VA sensitive information. The cost for such investigation shall be borne by the Contractor. The Contractor shall be required to furnish all applicable employee information to conduct the investigation. If the investigation is not completed within 40 days from contract award, the Contractor shall be responsible for the actions of those individuals they provide to perform work for VA. Failure to complete a background investigation may result in Contractor personnel being prohibited from performing services under this contract. b. If the Contracting Officer finds it in the best interest of the Government s/he may, at any time during the performance of this contract, order the Contractor to remove any of his/her personnel from further performance under this contract for reasons of their moral character, unethical conduct, security risk and violation of on-site facility rules. In the event that it becomes necessary to replace any Contractor personnel for any of the above reasons, the Contractor shall bear all costs associated with such removal, including the costs for the replacement of any personnel so removed. These charges will not be chargeable to the Government. 11. CONTRACTOR FACILITIES a. The Contractor Facility must have a Monitored Alarm System(s) that include the following: Monition Detectors Door Contact Battery Back-Up Monitoring Service The Contractor Facility must have Taped Closed Circuit TV (CCTV) monitors with the following: Sufficient Lighting to allow CCTV Fully Functional Cameras Recording Devices Secure Recording Tape Library The Contractor Facility must have Locks and Key Controls. The Contractor Facility must maintain Visitor Logs. The Contractor Facility must maintain Written Policies and Procedure. 12. CONTRACTOR VEHICLES a. All Contractor vehicles utilized in the performance of this contract shall maintain insurance and state vehicle registration. b. The Contractor shall ensure that all contractor vehicles utilized for this performance contract are kept in proper working order condition and are equipped with Global Positioning Satellite (GPS) tracking devices. c. The Contractor vehicle shall be locked and properly secured at all times while at the government site or in route to and from contractor site. Vehicles used in the performance of the contract shall not be left unattended and unlocked at any time while transporting VA security waste. 13. OTHER OPERATIONAL REQUIREMENTS a. All destruction will take place within the enclosure of the destruction facility, which consists of four solid walls and a ceiling, and meets all criteria related to physical building security. b. The Contractor shall allow inspection, upon request, by a VA representative of the contractor s facilities where the records are processed and final destruction takes place. c. The VA requires a fully executed Business Associate Agreement with all information destruction contractors who complete interim and/or final destruction off-site or not under the direct control and monitoring of VA personnel. 14. FACILITY ACCESS REQUIREMENTS AND PARKING a. Prior to beginning work under the contract, the Contractor shall provide the COR with a current list of Contractor employees expected to enter WTVAHCS facilities to empty document containers.This list shall be validated, maintained, and signed by the Contractor and provided to the COR on an annual basis, or whenever the employment status of one or more employees changes. The Contractor has 24 hours to inform the Contracting Office and COR when an employee is terminated, unless it is a pickup day, when they must inform the Contracting Office and COR immediately at 432-268-5040 and 432-363-7361 ext. 7432/7430, respectively. b. Upon arrival at the WTVAHCS Main Campus, Contractor employees shall sign in with the VA Police (Main Lobby, bldg. 1). VA Police will issue a temporary access badge once the Contractor presents a valid, Contractor issued identification badge that includes the employee s name and passport-style photo. The Contractor must safeguard the temporary badge and immediately report any lost, stolen, or destroyed badges to the Police and the COR. Contractor employees shall sign out with the COR or (designee). c. While on VA premises, all Contractor personnel shall comply with the rules, regulations, and procedures governing the conduct of personnel and the operation of the facility. d. All Contractor vehicles utilized under this contract shall be insured and maintain current state vehicle registration. All Contractor employees shall possess a valid State Driver s license. The Contractor or his/her employees shall not use personally-owned vehicles while performing duties under this contract. It is the responsibility of the contractor s personnel to park in the appropriate designated parking areas. Parking information shall be coordinated with the WTVAHCS COR. WTVAHCS does not validate or make reimbursement for parking violations committed by the Contractor s personnel under any circumstances. DELIVERABLES 1. The Contractor shall provide the COR (or designee) with documentation that acknowledged receipt of temporary records. 2. The Contractor shall provide the COR (or designee) a Certificate of Destruction for each pickup from each VA location within five (5) working days of each pickup. The contractor shall maintain proper records concerning each Certificate of Destruction issued. The Certificate of Destruction shall as a minimum contain the following: a. Pickup/Delivery Location b. Pickup/Delivery Date c. Name of Government COR (or designee) at pickup Location d. Amount of shredded material (number of containers picked up and pounds shredded) e. Destruction Certification Document Number f. Destruction Certification Date g. Method of Destruction h. Any other information as determined by the COR 3. Monthly Invoices: At the end of each calendar month, the contractor shall submit invoices electronically. The invoice shall detail the number of bins that were collected, date(s) the service was performed, and total value. Invoices should reference current contract number. Wage and Determinations: These services are subject to the Service Contract Act and the following Wage and Determinations are applicable: WD 15-5269 (Rev.-7) was first posted on www.wdol.gov on 01/16/2018 Big Spring, Texas - Howard County, Texas WD 15-5211 (Rev.-5) was first posted on www.wdol.gov on 01/16/2018 Abilene, Texas - Taylor County, Texas WD 15-5249 (Rev.-5) was first posted on www.wdol.gov on 01/16/2018 Odessa, Texas - Ector County, Texas WD 15-5251 (Rev.-5) was first posted on www.wdol.gov on 01/16/2018 San Angelo, Texas - Tom Green County, Texas WD 15-5457 (Rev.-6) was first posted on www.wdol.gov on 01/16/208 Hobbs, NM - Lea County, New Mexico
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/36C25718Q0697/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25718Q0697 36C25718Q0697.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4234153&FileName=36C25718Q0697-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4234153&FileName=36C25718Q0697-000.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: Department of Veterans Affairs;West Texas VA Health Care System;(WTVAHCS);See Statement of Work; Big Spring, Texas
Zip Code: 79720
 
Record
SN04891847-W 20180419/180417230735-2dadd071f895dc9e1f39d684988332ac (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.