Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2019 FBO #6330
MODIFICATION

R -- Document Shredding Services Boston VAMC

Notice Date
3/22/2019
 
Notice Type
Modification
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of Veterans Affairs;VAMC Togus;1 VA Center;Augusta ME 04330
 
ZIP Code
04330
 
Solicitation Number
36C24119Q0163
 
Response Due
3/28/2019
 
Archive Date
4/27/2019
 
Point of Contact
tammy.davis6@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The purpose of Amendment 0002 is to provide responses to contractor questions and revisions to the Performance Work Statement. QUESTIONS: P.3, (5) Evaluation Factors will you be taking into account the Limitations on Subcontracting Rule when evaluating pricing? Response: No, limitations on subcontracting is not a factor for evaluating price. P.4, (x) if we are already registered in SAM do you need any other documentation other than stating that fact in the submission? Response: No P.8, SOW what percentage of non-paper material is anticipated to be presented for destruction? Are the binders hard or cardboard? Response: 10 percent or less. Cardboard P.9, f. please note that console bags do not lock and are not secure.   Response: Noted P.9, j. and Price Schedule how do you want the bulk records disposal to be bid since it is an indefinite quantity? Response: The quantity is not indefinite, it is provided in the schedule/line item. Bulk pick up of 100-300 boxes, up to four times per year. P.10, Equipment on p.11, #4 it states that the guide for destruction is VA Directive 6371, which states that material must be destroyed to a degree that definitively ensures that they are not readable or reconstructable to any degree. Could you please remove the reference to particle size on page 10, and confirm that VA Directive 6371 is the shredding guideline? Response: Removed, VA Directive 6371 is the shredding guideline. P.10, Deliverable the verbiage regarding frequency of service for some locations (monthly service) does not match the Price Schedule (every 4 weeks). The option of servicing every 4 weeks is far preferable than servicing monthly, please confirm that the Price Schedule frequency of 4 weeks is correct. Response: The PWS has been changed to every 4 weeks This solicitation is a VOSB set-aside, why is it not an SDVOSB set-aside/ Response: Revised to SDVOSB set aside Is there a current contract for the work being solicited? If so, please provide the task order number (NOT the incumbent GSA contractor number). Also please provide the name of the incumbent contractor and the contract amount. Response: Yes, VA241-14-F-0496, SHRED-IT USA LLC, the contract was awarded in the amount of $514,620.00 for a base and four option years. Is the level of effort being performed under the current contract fundamentally the same as what will be required to fulfill #36C24119Q0163? Response: No It will help us pass along our economies of scale if we know more about each location. Across how many buildings will the containers at the three main campuses be spread? How far apart are those buildings? For both the campuses and outlying locations, will there be any bins located above/below the ground floor? If there will be, are freight elevators available to move the bins to/from ground level? Is there sufficient parking for our truck at each location/building for the time it will take to retrieve containers, shred the contents and return the containers? Response: Brockton 6 buildings walking distance connected by tunnel system JP                                1 12 story building ( one residence bldg. adjacent) Wx                             1 expansive 3 story facility (One res.   Unit) Brockton and JP elevators available  Yes PERFORMANCE WORK STATEMENT VA BOSTON CONFIDENTIAL DOCUMENT DESTRUCTION SUMMARY The contractor shall provide on-site shredding and disposal of paper materials at the VAMC Boston Campuses, CBOCs and Vet Center. SCOPE OF WORK The US Department of Veterans Affairs, VA Boston Healthcare System (VABHS) intends to use the services of a contractor to shred VABHS records and other materials throughout the year. Note: records may contain carbon, binders, folders and other non-paper materials. No media destruction is included under this contract. Note: If media destruction is required throughout the life of the contract, it will be added through a bilateral modification to the contract. The contractor shall follow NIST 800-88 guidelines for media sanitation. The media shall not be not readable or reconstructable to any degree. The contractor shall provide all labor and equipment and shall be responsible for disposing of shredded materials. Shredding may be witnessed by a VABHS employee authorized to witness destruction of sensitive materials. Contractor shall maintain liability insurance for the duration of the contract and for following all pertinent federal and state regulations with regards to destruction of medical documentation. While on VABHS premises, contractor employees shall wear a company uniform and a visible identification badge which contains a photograph of the employee. VABHS will provide a contractor photo ID badge. All contractor vehicles and collection containers will be clearly identified with the company's name. Collection containers should not include contractor contact information. The contractor shall provide the services identified in this contract between the hours of 8:00 AM and 4:30 PM, Monday through Friday. The contractor shall provide a schedule for paper shredding for three (3) main campuses, five (5) Community Based Outpatient Clinics (CBOC's), and two (2) Vet s centers. Once the schedule has been established, all shredding will occur on the same day of the week. All locations do not have to be serviced on the same day of the week. If the regularly scheduled shredding day falls on a national holiday, the contractor can perform the service either the day prior to or the day after the holiday, and shall inform the medical center of the revised shredding day. The contractor shall provide and maintain approximately 439 locked collection containers/bags for the VA Boston Healthcare System and its Community Based Outpatient Clinics (CBOC s) and Vet s centers. Containers shall have a slotted lid or front panel allowing for the discarding of documents. The size and design of the slot shall be designed to prevent unauthorized access to the contents of the container. Size of containers shall be approximately 36" height, 20" wide and 19.5" deep. The containers must be compatible with the facility's interior design scheme. For high volume areas, the contractor may use larger containers in accordance with NFPA regulations and with the approval of the Contracting Officer Representative (COR). The containers shall be located throughout each campus and in specific areas at the CBOC s and Vet s centers. All containers shall utilize a keyed lock to limit access. All containers in the VABHS shall use the same key (keyed alike). The contractor shall provide four (4) master keys for each campus and two (2) master keys for each CBOC and Vet Center. The contractor shall provide five (5) additional wheeled locking collection containers (approximately 90-gallon capacity) at each campus and one (1) additional wheeled locking collection container (approximately 90 gallon capacity) at each CBOC for VABHS personnel to use when emptying containers between contractor pick-ups and for storage of materials. The contractor shall also provide ten (10) additional bags (same as in the collection bins) for each campus and two (2) additional bags (same as in the collection bins) for each CBOC. Service locations will be: Brockton Campus (940 Belmont Street, Brockton, MA) Jamaica Plain Campus (150 South Huntington Ave, Jamaica Plain, MA) West Roxbury Campus (1400 VFW Parkway, West Roxbury, MA) Causeway CBOC (251 Causeway Street, Boston, MA) Framingham CBOC (61 Lincoln Street, Suite 112, Framingham, MA) Lowell CBOC (130 Marshall Road, Lowell, MA) Quincy CBOC (114 Whitwell Street, 2nd Floor, Quincy, MA) Plymouth CBOC (116 Long Pond Road, Suite 4, Plymouth, MA) Brockton Vet's Center (104L Pearl Street, Brockton, MA) The contractor shall ensure that contractor employees providing work on this contract are fully trained and completely competent to perform the required work. The contractor shall recycle all shredded materials. This may be through traditional recycling methods or used for fuel in electrical co-generation. Several times throughout the year, VABHS may have need for bulk records disposal and could encompass anywhere from 100-300 boxes of paper. The contractor will be contacted for these additional services and will be required to be on site within 72 hours of being contacted to shred and dispose of these records. EQUIPMENT The contractor shall provide mobile equipment to do all shredding on-site. Equipment shall be capable of strip cutting the material at the maximum in ¼ pieces. Contractors can propose equipment that will crosscut the materials and provide smaller cuts. During operation of the vehicle, it will not be parked near any air supply vents that provide air to buildings on VABHS property. Contractor shall provide locking containers to collect and transport shredding materials for destruction to mobile unit. DELIVERABLE Contractor shall shred materials weekly at the main campuses (Brockton, Jamaica Plain and West Roxbury); every two weeks at the CBOC's; and monthly every four weeks at the Vet's Centers. Additionally, the contractor shall deliver to the COR, through electronic means, a monthly report identifying the following from the prior month: (1) the amount of funds paid to the contractor by VA Boston Healthcare System, (2) weight of waste removed from containers throughout VA Boston Healthcare System, and (3) percentage of the waste collected that was diverted to recycling. This report is due by the 7th of the following month and shall be broken down by site and shall include all sites in VABHS. QUANTITIES The quantities provided on the tables are estimated. The figures were derived from previous years for similar services. The VABHS reserves the right to increase/ decrease the quantities as needed throughout the life of the contract; this will be completed through a bilateral modification to the contract. ADDITIONAL REQUIREMENTS Certificate of Destruction A Certificate of Destruction" shall be completed after each service and submitted to the VABHS representative. Records Management Procedure - Shall be applicable to all record/ microfiche destruction. The procedure reads "The authorized destruction of records that are classified or otherwise restricted from disclosure by statute, such as PA or Title 38 USC, must be witnessed by a Federal employee or a contractor employee. If a contract is used to dispose of restricted VA records, the facility Records Officer must authorize the use of a contractor or subcontractor employee to witness the destruction. The contract should state that the contractor employee is authorized to witness destruction of the record. Any contract or sale of VA records must prohibit their resale for use as records or documents." The VABHS shall notify the contractor when these procedures are applicable. Confidentiality of Material Destruction Contractor personnel shall comply with confidentiality in the destruction of all VABHS records. Any contractor personnel found to be reading any VABHS materials shall be promptly removed from the government premises. The person(s) involved shall not be allowed to return to the VABHS for any further service requests. The procedures in VA Directive 6371 Destruction of Temporary Paper Records must be followed. The VABHS will provide a room at each location to be used by the contractor as a collection area for the paper/ shredding materials. Pick up locations (buildings, rooms and floors) are listed in the tables below. National Holidays The ten holidays observed by the Federal Government are: New Year s Day Martin Luther King's Birthday Washington s Birthday (President's Day) Memorial Day Independence Day Labor Day Columbus Day Veteran's Day Thanksgiving Day Christmas Day And any other holiday specifically declared by the President of the United States to be a national holiday. HIPPA The contractor will have to complete a standard Business Associate Agreement (BAA) in accordance with the Health Insurance Portability and Accountability Act of 1996 (HIPPA) after award. Restrictions The VABHS is a government facility. Loading dock hours are limited so contact any of the authorized personnel below for availability. VA personnel authorized to place calls for services are listed below: TBD Estimated shredding services for the VABHS will require:       Description Quantity Frequency Brockton - Console 125 WK Brockton - 90 Gallon 8 WK Brockton Console bags 10 WK Jamaica Plain - Console 100 WK Jamaica Plain - 90 Gallon 15 WK Jamaica Plain - Console Bag 10 WK West Roxbury - Console 106 WK West Roxbury - 90 Gallon 10 WK West Roxbury - Console Bag 12 WK CBOC - Boston - Console 6 2 WK CBOC - Boston - 90 Gallon 1 2 WK CBOC - Boston - Console Bag 4 2 WK CBOC - Framingham - Console 3 2 WK Additional Console Bags 2 2 WK CBOC - Lowell - Console 5 2 WK Additional Console Bags 2 2 WK CBOC - Lowell - 90 Gallon 1 2 WK Additional Console Bags 2 2 WK CBOC - Quincy - Console 3 2 WK Additional Console Bags 2 2 WK Brockton Vet Center - Console 2 4 WK Additional Console Bags 2 4 WK CBOC - Plymouth - Console 2 2 WK Additional Console Bags 2 2 WK Bulk Pick UP 100-300 boxes 4 EA BROCKTON CAMPUS 940 BELMONT STREET BROCKTON, MA BUILDING FLOOR DESCRIPTION QTY 1 B Engineering Safety 1 1 B Engineering Safety 1 1 1 Outside 150B 1 1 1 126 - Personnel 2 1 1 171R Directors Office 1 1 1 102 P&R 1 1 1 107/108 1 1 1 108 In front 1 1 1 135 Payroll 1 1 2 213 ENGINEERING 1 2 B Hallway 2 2 B A014 1 2 B A004 Inside A4 Library 1 2 B C008 2 2 B C010C Care Cost Recovery 1 2 B C010C Care Cost Recovery 1 2 1 Women's Health 1 2 1 A102 - Medical Transcription 1 2 1 A111 - Alcohol Outpatient 1 2 1 2.1.B Nurse's Station 1 2 1 2.1.C Nurse's Station 1 2 2 2-2-C Nurses Station 1 2 2 2-2-B Nurses Station 1 2 2 A201 - Brain Imaging 1 2 3 A313/314 (2) 1 2 3 A302 1 2 3 2-3-B Nurses Station 1 2 3 2-3-C Nurses Station 1 2 4 2.4.C Nurse's Station 1 3 B LOADING DOCK 2 3 B C014 - Medical Records 2 3 B A-012C 1 3 1 A101D 1 3 1 A101C/A139 1 3 1 A103 1 3 1 A130A-THROUGH BLOOD LAB DOORS AND RIGHT. 1 3 1 Blood Lab Area 1 3 1 B121 1 3 1 Outpatient Pharmacy (2) 3 3 1 C102 - Specialty 1 3 1 C119 - Exam 1 3 1 C137 1 3 2 A213 1 3 2 B224 Dentistry (2) 2 3 2 C217A - Physical Therapy Clinic 1 3 2 C201 1 3 2 C209 1 3 3 Primary Care Check-In 1 3 3 A340 1 3 3 A342 Pharmacy 1 3 3 1 3 3 C-305 Clinical Control 1 3 3 C-Side Clinic 1 3 3 B333 1 3 3 B-Side Clinic 1 3 4 B414 Nurses Station 1 3 4 Chief of Police 1 3 4 C403 Nurses Station 1 3 4 B-426 1 3 4 B-428a 1 3 4 A417 1 3 4 A401 & 402 1 3 5 A503 1 3 5 B512 1 3 5 C503 1 3 5 C510 1 3 6 2 4 B A020 1 4 B KT Dept 1 4 B c031 1 4 B B013 1 4 1 Inside office w/ blue door 1 4 1 4-1-B Nurses Station 1 4 1 4-1-C Nurses Station 1 4 2 A Section - A202 1 4 2 4-2-B 1 4 2 4-2-C Nurses Station 1 5 1 C Side - Hall near C114 1 5 1 C Side - C125 1 5 1 A120 1 5 1 B Side-small waiting rm 1 5 2 C205 Hallway 1 5 2 B Side outside rm. 224 (in corner) 2 7 B B003 1 7 B A007 1 7 1 B109 1 8 1 B132 1 8 1 C169 1 20 1 102K Reproduction 1 20 2 202H 1 20 2 202B 1 20 2 211 1 22 1 Rm 113B 1 22 2 2nd Fl near rm 207 1 23 1 Recreation 1 24 1 Chapel/Office area 1 61 1 2 62 1 Rise Program-unit located in corridor. ADDITIONAL 1 34     Totals - BROCKTON 143 JAMAICA PLAIN CAMPUS 150 SOUTH HUNTINGTON AVENUE JAMAICA PLAIN, MA BUILDING FLOOR DESCRIPTION QTY 1 B Elevator Lobby 2 1 B CB-8 - Copier Room 1 1 B DB-112 - Correspondence 1 1 B RT-22 - Radiation Therapy 1 1 1 Elevator Lobby 2 1 1 Next to Rm B147B Womens Clinic Hallway 1 1 1 Di Hallway by Rm D1-130 1 1 1 E1-104 1 1 1 C1 Police Office 1 1 1 C1 Womens Clinic 1 1 1 Pharmacy 5 1 2 Elevator Lobby 2 1 2 2D-151 - Outside door 2 1 3 Elevator Lobby 2 1 3 C3-14 1 1 4 Elevator Lobby 2 1 5 Elevator Lobby 2 1 6 Elevator Lobby 2 1 6 C Wing Corridor by Rm #32 1 1 6 B Wing Corridor 1 1 6 D&E Wing Corridor 1 1 7 Elevator Lobby 2 1 8 Elevator Lobby 4 1 9 Elevator Lobby 2 1 9 9C-35 Fee Basis 2 1 9 9D - Corridor 1 1 10 Elevator Lobby 3 1 10 10C-35 3 1 10 Pharmacy 3 1 11 Elevator Lobby 2 1 12 Elevator Lobby 2 1 13 Elevator Lobby 2 1 14 Elevator Lobby 2 1A 1 Next to Bathroom R1-125 1 1A 1 Next to Lab Rm R1-103 1 ACA B Elevator Lobby by rm FB-8 1 ACA F2 F1-66 1 ACA F2 Urgent Care 1 ACA F3 Primary Care 1 ACA F3 F2-62 outside door 1 ACA F4 Inside reception area - Rm 12 1 4 1 Inside Front Door 1 9 1 By Room 134 1 9 2 Elevator Lobby 2 9 3 Elevator Lobby 2 9 3 By room 332 1 9 4 by room 422 / Elevator Lobby ADDITIONAL 2 47     Totals JAMAICA PLAIN 125 WEST ROXBURY CAMPUS 1400 VFW PARKWAY WEST ROXBURY, MA BUILDING FLOOR DESCRIPTION QTY 1 G Biomedical Engineering, Outside GB115 1 1 G CAT Scan, Outside GB103 1 1 G Credit Union, Outside GB111 1 1 G Elevator Lobby (by EMS) 2 1 G Mental Health, Outside GD103 1 1 G MRI, GB152 1 1 G Prosthetics Area, GD101 1 1 1 1 North, Outside 1D123 1 1 1 1 South, Across from Medical Service Wing 1 1 1 Cardiology Reception, 1D107 1 1 1 Elevator Lobby 2 1 1 Medical Service, Outside 1B119 1 1 1 Radiology Reading/ Viewing Room, 1B143 1 1 1 Radiology Reception, 1B116 1 1 1 Surgical Service, Room 1C119 1 1 2 2 North Nurse Station 1 1 2 2 South Nurse Station, Across from station 1 1 2 Elevator Lobby 2 1 2 Nutrition & Food Service, Outside 2C101 1 1 3 3 North Nurse Station 1 1 3 Elevator Lobby 1 1 3 PACU Nurse Station 1 1 3 PCU Nurse Station 1 1 4 EKG Lab, Outside 4C102C 1 1 4 Elevator Lobby 2 1 4 MICU Nurse Station 1 1 5 CCU Nurse Station 1 1 5 Echocardio Lab, 5B112 1 1 5 Elevator Lobby 1 1 5 Cath/EP Lab, Outside 5D108 1 2 B Elevator Lobby 2 2 G AG Nurse Station 1 2 G Elevator Lobby 2 2 1 A1 Nurse Station 1 2 1 Elevator Lobby 2 2 2 A2 Nurse Station 1 2 2 Elevator Lobby 2 2 2 SCI Offices, Outside A212 1 2 3 Elevator Lobby 1 2 3 Inside Anesthesia Office A317 - Jump Suit Required 1 2 3 OR Back Corridor by Offices 1 2 3 Interns Office, Outside A332 2 2 3 SICU Nurse Station 1 3 G ER - Secured Area 1 3 G ER Reception (unsecured) 1 3 G Police Service, GB138 1 3 G Eye Clinic Wing, Outside Resident's Room GD106 1 3 G HIMS, Veterans Benefits, and HIMS Check-in office 1 3 G Back Entrance to HIMS, Outside GB110 1 3 G Main Reception, Inside 1 3 G My Healthy Vet Station 1 3 G Coumadin Clinic, Room GA104 1 3 G Pharmacy - Inpatient 2 3 G Pharmacy - Outpatient 1 3 G Pharmacy IV Sterile Room 1 3 G Primary Care Day Clinics, GB134 1 3 G Primary Care Day Clinics, Outside GA127 1 3 G Surgical Clinics, Inside 1 3 G Travel Office Corridor, Across from GC121 2 3 1 Elevator Lobby 2 3 1 Lab Offices 2 3 1 Main Laboratory, Inside 3 3 1 Main Laboratory, Inside - Chemistry 1 3 1 Lab Corridor by 1A112 1 3 2 Director's Suite, Between 2D125 & 2D126 1 3 2 Elevator Lobby 1 3 2 Outside Bignami Conference Room, Outside 2B100 1 3 2 Nuclear Medicine, Outside 2C121 1 3 2 Nursing Wing Corridor, Outside 2B122 1 3 2 Research - Outside Suite in Corridor C2-24A 1 5 G Main Office 1 7 1 Main Warehouse 1 88 G Breakroom - Room 3 1 88 G Credentialing - Outside Room 41 1 - G Fisher House (Manager's Office) ADDITIONAL 1 38     Totals - WEST ROXBURY 128 CAUSEWAY CBOC 251 CAUSEWAY STREET BOSTON, MA BUILDING FLOOR DESCRIPTION QTY Causeway 1 Causeway Outpatient Clinic 1 Causeway 2 Causeway Outpatient Clinic 1 Causeway 3 Causeway Outpatient Clinic 1 Causeway - Causeway Outpatient Clinic ADDITIONAL 2 6     Totals - Causeway CBOC* 11511 * Must be done after 2:30 PM FRAMINGHAM CBOC 61 LINCOLN STREET FRAMINGHAM, MA BUILDING FLOOR DESCRIPTION QTY Framing - Framingham Outpatient Clinic ADDDITIONAL bags 3 2     Totals - Framingham CBOC 5 LOWELL CBOC 130 MARSHALL ROAD LOWELL, MA TOTAL BINS BUILDING FLOOR DESCRIPTION QTY Lowell - Lowell Outpatient Clinic ADDITIONAL 5 5     Totals - Lowell CBOC* 10 * Must be done after 2:30 PM QUINCY CBOC 114 WHITWELL STREET, 2ND FLOOR QUINCY, MA BUILDING FLOOR DESCRIPTION QTY Quincy - Quincy Outpatient Clinic ADDITIONAL 3 2     Totals - Quincy CBOC 5 PLYMOUTH CBOC 116 LONG POND ROAD PLYMOUTH, MA BUILDING FLOOR DESCRIPTION QTY Plymouth - Plymouth Outpatient Clinic ADDITIONAL bags 2 2     Totals - Plymouth CBOC 4 BROCKTON VET S CENTER 1041 L PEARL STREET BROCKTON, MA BUILDING FLOOR DESCRIPTION QTY Brock Vet - Brockton Vet Center ADDITIONAL 2 2     Totals - Brockton Vet Center 4 PERFORMANCE REQUIREMENTS SUMMARY Task Standard Acceptable Quality Level Method of Surveillance Certificate of Destruction submitted weekly Completed on time 98% Periodic Inspections Document Destruction Reports Submitted to Government with accurate information and within 48 Hours of Pick up. 98% Periodic Inspection Documents shredded on-site Shredding is in accordance with VA Directive 6371 100% Periodic Inspection (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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. (ii) The solicitation number is 36C24119Q0163 and the solicitation is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. (iv) This requirement is being issued as a Service Disabled Veteran Owned Small Business set aside. The associated NAICS code is 561990 with a size standard of $11Million. (v) The Government intends to award a firm-fixed priced award for 12 months (07/01/2019-06/30/2020) with four (4) twelve-month options. The Contractor shall provide all labor, supervision, material, equipment, and travel to provide document destruction services for Government- provided documents, containing sensitive confidential and medical records at the VAMC Boston and other clinics throughout MA as listed in the Performance Work Statement. Please see the Performance Work Statement, Price Schedule, and Evaluation below for full requirement details and pricing submission. (vi) The Contractor shall provide document destruction services for Government documents containing sensitive, confidential and medical records. Destruction of patient privacy information shall be accomplished at the Boston VA Medical Center using a vehicle equipped for mobile shredding. Please see the attached Performance Work Statement for a full description of the requirement. (vii) The Place of Performance is the Boston VA Medical Center (addresses below) and several VA Clinics through MA (see Performance Work Statement). The period of performance shall be 12 months with four (4) twelve-month options. Brockton VAMC 940 Belmont Street, Brockton, MA 02301 West Roxbury VAMC 1400 VFW Parkway, West Roxbury, MA 02132 Jamaica Plain VAMC 150 South Huntington Avenue, Jamaica Plain, MA 02130 (viii) Provision at 52.212-1, Instructions to Offerors Commercial Items (OCT 2018), applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.209-7 Information responsibility Matters (Oct 2018) 52.216-1 Type of Contract (APR 1984); 52.217-5 Evaluation of Options (JUL 1990); 52.232-2 Service of Protest (Sept 2006) 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) 852.233-71 Alternate Protest Procedure (OCT 2018) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representative of Contracting Officers (JAN 2008) (ix) Provision at 52.212-2, Evaluation -- Commercial Items (OCT 2014), applies to this requirement. Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. We will not consider any quote that we receive after the deadline unless we receive it before we issue a purchase order; it is in the best interest of the Government and it will not delay our purchase. (2) Quotes shall be submitted electronically via email to Tammy.Davis6@va.gov. (3) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. The Contractor shall include its company name, address, DUNS and Cage Code. (4) Questions shall be submitted to the Contract Specialist in writing via e-mail. Oral questions will not be accepted due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 3/20/2019 at 12:00 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. (5) Evaluation Process: Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government will not determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, or use other techniques associated with FAR Part 15. The Contracting Officer will conduct a comparative evaluation of quotes in accordance with FAR 13.106-2 (b). The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:   Price: The Vendor shall complete the Price Schedule (attached) with proposed contract line item prices inserted in appropriate spaces. Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information; brief description of the work completed, and contract # (if relevant).   Please utilize Attachment Past Performance Worksheet for your references and please submit as part of your quote submission (attached worksheet maybe used but is not required). References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work.   The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources to include PPIRS. Technical: The vendor s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Performance Work Statement in a timely efficient manner.   Contractor shall demonstrate its experience to meet all requirements stated in the PWS. If the contractor is not in the local area and intends to self-perform, it shall describe how it will accomplish the document shredding in MA. If you are planning to sub-contract some or all this work, please provide the name and address(s) of all subcontractor(s), a description of the planned subcontracting effort, and the subcontractor s experience to meet the requirements of the PWS. Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). The Government will evaluate prices for the option under FAR 52.217-8  by using the last year s option prices to calculate the price for six months of effort, and adding that amount to the base and other option years to arrive at the total. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications (OCT 2018) -- Commercial Items, with your offer via the SAM.gov website or a written copy. Unless exempted by the Contracting Officer, you must register in SAM before we will issue a purchase order to you. If you do not register by the date set by the Contracting Officer, the Contracting Officer might issue the order to a different quoter. Once registered, you must remain registered throughout performance until final payment. Go to https://www.acquisition.gov for information on SAM registration and annual confirmation. (xi) Clause 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018), applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance 52.224-1 Privacy Act Notification (APR 1984) 52.224-2 Privacy Act (APR 1984) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-3 Continuity of Services (JAN 1991) 852.203-70 Commercial Advertising (MAY 2008) 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 852.219-74 Limitations on Subcontracting (JUL 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.237-70 Contractor Responsibilities (APR 1984) VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) (a) This solicitation includes 852.219-10 VA Notice of Total Service Disabled Veteran Owned Small Business Set Aside VAAR 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside. (b) Accordingly, any contract resulting from this solicitationis subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer 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. (c) 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 Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) 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 Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (END-OF-CLAUSE) VAAR 852.228-71 INDEMNIFICATION AND INSURANCE (MAR 2018) (a) Indemnification. The contractor expressly agrees to indemnify and save the Government, its officers, agents, servants, and employees harmless from and against any and all claims, loss, damage, injury, and liability, however caused, resulting from, arising out of, or in any way connected with the performance of work under this agreement. Further, it is agreed that any negligence or alleged negligence of the Government, its officers, agents, servants, and employees, shall not be a bar to a claim for indemnification unless the act or omission of the Government, its officers, agents, servants, and employees is the sole, competent, and producing cause of such claims, loss, damage, injury, and liability. At the option of the contractor, and subject to the approval by the contracting officer of the sources, insurance coverage may be employed as guaranty of indemnification. (b) Insurance. Satisfactory insurance coverage is a condition precedent to award of a contract. In general, a successful bidder must present satisfactory evidence of full compliance with State and local requirements, or those below stipulated, whichever are the greater. More specifically, workers' compensation and employer's liability coverage will conform to applicable State law requirements for the service contemplated, whereas general liability and aircraft liability of comprehensive type shall, in the absence of higher statutory minimums, be required in the amounts per aircraft used of not less than $200,000 per person and $500,000 per occurrence for bodily injury and $200,000 per occurrence for property damage. Coverage for passenger liability bodily injury shall be at least $200,000 multiplied by the number of seats or passengers, whichever is greater. State-approved sources of insurance coverage ordinarily will be deemed acceptable to the Department of Veterans Affairs installation, subject to timely certifications by such sources of the types and limits of the coverages afforded by the sources to the bidder. 52.217-8 -- Option to Extend Services (Nov 1999) 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 10 days of contract expiration. (End of Clause) 52.217-9 --Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 45 days before the contract expires. 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 5 Years and 6 Months. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018); 52.204-14, Service Contract Reporting Requirements (OCT 2016) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015); 52.219-8, Utilization of Small Business Concerns (OCT 2018) (15 U.S.C. 637(d)(2) and (3)) 52.219-28 Post Award Small Business Program Representation (JUL 2013); 52.222-3, Convict Labor (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (APR 2015); 52.222-26, Equal Opportunity (SEPT 2016); 52.222-35, Equal Opportunity for Veterans (OCT 2015); 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014); 52.222-37, Employment Reports on Veterans (FEB 2016); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.222-50, Combating Trafficking in Persons (MAR 2015); 52.222-54, Employment Eligibility Verification (OCT 2015) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.224-3, Privacy Training (JAN 2017 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008); 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018); 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) 52.222-41, Service Contract Labor Standards (AUG 2018); 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014); 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (AUG 2018); 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015); 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017); (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due 3/28/2019 at 12:00 PM E.S.T. RFQ responses must be submitted via email to: Tammy.Davis6@va.gov. Hand deliveries will not be accepted. Submissions after the deadline may not be considered. (xvi) The POC of this solicitation is Tammy Davis (Tammy.Davis6@va.gov). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/ToVAMROC402/ToVAMROC402/36C24119Q0163/listing.html)
 
Record
SN05258420-F 20190324/190322230039 (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.