SOLICITATION NOTICE
R -- Services: Miami VA Shredding
- Notice Date
- 10/20/2023 2:13:11 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24824Q0135
- Response Due
- 11/1/2023 12:00:00 PM
- Archive Date
- 12/31/2023
- Point of Contact
- Kari Jeanlouis-Haliburton, Contract Officer, Phone: 561-422-1278
- E-Mail Address
-
kari.jeanlouis-haliburton@va.gov
(kari.jeanlouis-haliburton@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 10 MIAMI VA HEALTHCARE SYSTEM Environmental Management Service TABLE OF CONTENTS INTRODUCTION 2 DESCRIPTION / SCOPE / OBJECTIVE 2 APPLICABLE DOCUMENTS 3 PERFORMANCE REQUIREMENTS 3 PERFORMANCE LOCATION AND HOURS 7 DELIVERABLES 7 KEY PERSONNEL REPLACEMENT AND SUBSTITUTION 8 CONTRACTOR PERSONNEL AND MANAGEMENT 8 TRAVEL 9 NON-PERSONAL SERVICE STATEMENT 10 PERSONNEL QUALIFICATIONS 10 CONTRACT MANAGEMENT 10 INCIDENT MANAGEMENT 11 PERFORMANCE STANDARDS AND QUALITY MEASUREMENT 11 INTRODUCTION The Miami VA Healthcare System (MVAHS) is an accredited comprehensive medical provider, providing general medical, surgical, inpatient and outpatient mental health services to an estimated Veteran population of more than 152,000. The MVAHS also includes centers for AIDS/HIV, prosthetic treatment, and spinal cord injury rehabilitation, as well as a Geriatric Research, Education, and Clinical Center and is recognized as a Center of Excellence in Spinal Cord Injury Research, Substance Abuse Treatment and Chest Pain. The MVAHS consists of one Medical Center (hospital), several CommunityBased Outpatient Clinics (CBOC), Vet Centers and warehouses spanning across Broward, Miami-Dade, and Monroe Counties in southern Florida. DESCRIPTION / SCOPE / OBJECTIVE The Miami VA Healthcare System, Environmental Management Service, requires routine sensitive document and pill bottle destruction/shredding services at the main facility, Broward VA Outpatient Clinic, Ft. Lauderdale Vet Center and it s CBOC s. Definition: VA Sensitive Information/Data: All Department data, on any storage media or in any form or format, which requires protection due to the risk of harm that could result from inadvertent or deliberate disclosure, alteration, or destruction of the information. The term includes information whose improper use or disclosure could adversely affect the ability of an agency to accomplish its mission, proprietary information, records about individuals requiring protection under various confidentiality provisions such as the Privacy Act of 1974 and HIPAA Privacy Rule, and information that could be withheld under the Freedom of Information Act. Examples of VA sensitive information include the following: Individually-identifiable medical, benefits, and personnel information, financial, budgetary, research, quality assurance, confidential commercial, critical infrastructure, investigatory, and law enforcement information, information that is confidential and privileged in litigation, such as information protected by the deliberative process privilege, attorney work-product privilege, and the attorney-client privilege, and other information which, if released, could result in violation of law or harm or unfairness to any individual or group, or could adversely affect the National interest or the conduct of Federal Programs. APPLICABLE DOCUMENTS The following laws, regulations, policies, and procedures in effect on date of contract issuance and all subsequent changes or updates apply: Federal Acquisition Regulation (FAR) http://farsite.hill.af.mil/ Veterans Administration Acquisition Regulation (VAAR) http://farsite.hill.af.mil/ Health Insurance Portability and Accountability Act of 1996 (HIPAA) https://www.ihs.gov/hipaa/ National Association for information Destruction (NAID) http://www.naidonline.org/nitl/en/certification.html http://www.naidonline.org/ Glossary: AQL Acceptable Quality Level CBOC Community-Based Outpatient Clinic(s) CMP Contract Management Plan COR Contracting Officer s Representative CO Contracting Officer EMS Environmental Management Service IAW In Accordance With MVAHS Miami VA Healthcare System PWS Performance Work Statement POC Point of Contact PCR Project Completion Report VAMC VA Medical Center PERFORMANCE REQUIREMENTS The Miami VA Healthcare System, Environmental Management Service, requires routine sensitive document destruction/shredding services at the main facility, Broward VA Outpatient Clinic, Ft. Lauderdale Vet Center and it s CBOC s. Contractor shall provide all labor, supervision, supplies, equipment, tools, materials, all supplementary or miscellaneous items, appurtenances and devices incidental to or necessary for successful completion of the requirements as herein defined for routine sensitive document and pill bottle destruction/shredding services. The types of paper will be co-mingled and will include office paper, any color any type, labels, post-it notes, forms, etc. This list is not all-inclusive and may include compact disks (CD), floppy disks, other storage media, and limited quantities of incidentals such as staples, paper clips, envelopes, file folders, newspapers, rubber bands and other types of paper. All shredded material must be used for recycling purposes and cannot be sold as packing material. The MVAHS reserves the right to randomly inspect or weigh completed collections on scales located in our warehouse. This can be accomplished by MVAHS employees accompanying the Contractor during the pick-up. All work will be done in accordance with the requirements of this solicitation. Contractor must be certified by National Association for information Destruction (NAID) and will be required to provide training credentials and verification of membership to professional organizations such as, Asset and Risk Management Associates International, LLC (ARMA). The Contractor shall provide the original certification for verification and the Government shall retain a copy of the certification, to include any renewals that occur throughout the life of the contract. Contractor shall meet all requirements of Federal, State or City codes regarding operations of this type of service. The contractor must possess a License as a Confidential Document Destruction Company and hold certification as meeting all standards as mandated through HIPAA in handling, transporting, storage and destruction of confidential documents. Contractor shall provide references of past performance and any records of HIPAA violations. The Contractor shall procure and deliver sensitive document destruction/shredding containers/bins for approximately 450 lockable bins to house all sensitive documents and pill bottles for destruction. Contractor shall provide additional lockable containers as needed or required by the Government. This should occur initially within 30 days of contract award, and as needed or required during the performance of the contract. The Contractor shall provide all supplies needed for initial usage of the storage bins/containers. Routine document destruction and shredding services shall include the service for, but is not limited to, the following: Common Areas Living Quarters Offices Patient Care Areas Contractor shall shred all paper and pill bottles before leaving the facility grounds. Contractor shall provide a written Certificate of Destruction and weight tickets upon completion of destruction. All material is to be crosscut. Contractor shall provide sufficient amounts of lockable container of appropriate sizes for use throughout the MVAHS designated sites. Contractor shall provide containers of a size to sufficiently contain and secure the number of sensitive documents disposed of in between document destruction. Contractor shall provide a key to the lockable containers to the Contracting Officer Representative (COR) and the Privacy Officer, at the Miami VA Healthcare Systems to use in case of emergency. Contractor shall not allow anyone access to the shredding containers without permission from COR, Privacy Officer or Contracting Officer (CO). When additional containers are needed the Contractor shall furnish them by the time of the next scheduled collection. Contractor shall be responsible for visual inspection of locks. Any damaged or broken locks will be replaced by Contractor. Containers will be placed in centralized locations throughout the MVAHS. Location of where to place the lockable containers at each facility will be provided upon award of contract. The lockable containers will have informative labels to aid in identification and use. The Contractor must provide equipment to do all shredding onsite. Outcome of materials shall be unrecognizable, and impossible to reconstruct and sized no larger than necessary for recycling. The delivery vehicle(s) used in the performance of this contract shall be licensed, registered and insured. The VA reserves the right to inspect the Contractor s equipment and vehicles. When requested by VA, the Contractor shall allow the COR to witness the on-site shredding process. Sensitive Document Destruction Management Plan (SDDMP): The Contractor shall provide a Sensitive Document Destruction Management Plan to be approved by the Government. The SDDMP shall be revised as necessary to address changing sensitive document destruction control needs. The SDDMP shall include the following: Methodology: Contractor shall provide site-specific structural and procedural sensitive document/pill bottle shredding/destruction recommendations in response to facility vulnerabilities. Equipment: Contractor shall identify the proposed equipment to be used during performance of contract. Sensitive Document/Pill Bottle Monitoring Program: Contractor shall provide site-specific monitoring program to respond to emerging sensitive document/pill bottle destruction control needs. Schedule: Contractor shall provide site-specific sensitive document/pill bottle management schedule in response to Government needs. VA Sensitive Information/Data Definition: All Department data, on any storage media or in any form or format, which requires protection due to the risk/harm that could result from inadvertent or deliberate disclosure, alteration, or destruction of the information. All information which, if released, could result in violation of law or harm or unfairness to any individual or group, or could adversely affect the National interest or the conduct of Federal programs. The term includes information whose improper use or disclosure could adversely affect the ability of an agency to accomplish its mission, proprietary information, records about individuals requiring protection under various confidentiality provision such as the Privacy Act of 1974 and the HIPAA Privacy rule and information that could be withheld under the Freedom of Information Act. Sensitive Document examples are, but are not limited to the following: Individually identifiable information (medical/personnel) Financial Budgetary Research Quality Assurance Confidential Commercial Critical Infrastructure Investigatory Law Enforcement Confidential/Privileged/Litigation Sensitive Service Control Logbook: Contractor shall provide by email to the COR after each site visit. a security material bin assessment report of all areas serviced. Assessment report shall be furnished to the COR within 2 days of completed pickup service for destruction of sensitive documents/pill bottles. This report must include the facility location with room number, identification number of bin and the dates that the sensitive document material were picked up. All performance records and reports as specified herein shall be in a bound logbook in which pages can be easily removed and re-inserted. These reports shall be maintained by the Contractor for the duration of the contract. Certificate of Destruction Service Report (CDSR): The Contractor shall provide a CDSR upon completion of each destruction site visit. The CDSR shall contain the date of destruction, total weight of destructive material, and site location where sensitive material was destroyed. CDSR shall be furnished to the COR via email within 2 days of completed service for inspection and acceptance. COR shall provide Contractor with deficiencies leading to the rejection of any CDSR. The COR shall identify in writing the corrections that must be made to facilitate Government acceptance. Contractor shall resubmit the CDSR with all corrections via email within 24 hours. Special Sensitive Document Services: Contractor shall provide special sensitive document/pill bottle destruction services. Special sensitive document/pill bottle services shall be initiated by the COR via phone and email. All special sensitive document/pill bottle services initiated by phone after normal business hours, shall be followed up by an email from the COR during normal business hours for documentation. The COR shall identify the type of special services needed and the location via email. The COR shall coordinate any special accesses necessary for the Contractor to perform. Contractor shall respond to Government request for special sensitive document/pill bottle services within 24 hours of notification. PERFORMANCE LOCATION AND HOURS All contract performance under this PWS shall occur at the following locations: Miami VA Healthcare System Performance Locations Bruce W. Carter VAMC, 1201 NW 16th Street, Miami, FL 33125 Broward VA Outpatient Clinic, 9800 West Commercial Blvd, Sunrise Florida 33351 Key West, CBOC, 1300 Douglas Circle, Building L-15, Key West, Florida 33040 Homestead CBOC, 950 Krome Avenue, Suite 401, Homestead, Florida 33030 Key Largo CBOCV, 105662 Overseas Highway, Key Largo, Florida 33037 Pembroke Pines CBOC, 7369 Sheridan Street, Suite 102, Hollywood, Florida 33024 Hollywood CBOC, Hollywood Medical Pavilion, 3702 Washington Street, Suite 201, Hollywood, Florida 33021 Deerfield Beach, CBOC, 2100 SW 10th Street, Deerfield, Florida 33442 Miami Outpatient Substance Abuse Clinic, 1492 West Flagler Street, Suite 101, Miami, Florida 33135 MVAHS, Fiscal/Contract Services, 2750 SW 145th Avenue, Miramar, FL 33027 Fort Lauderdale Vet Center, 3666 West Oakland Park Blvd, Lauderdale Lakes, FL 33311 Document shredding services at the Miami VA Healthcare System will be provided as follows: Miami VA Healthcare System, Bruce W. Carter, weekly on Mondays, between the hours of 8:00am to 4:30pm. Broward VA Outpatient Clinic, Ft. Lauderdale Vet Center and the surrounding CBOC s, services will be provided bi-weekly (once every two weeks) on Thursday, between the hours of 8:00am to 4:30pm. If the pick-up days falls on a holiday, the Contractor shall be required to perform services on the next business day following the holiday. Contract performance may be scheduled at any time Sunday through Saturday, twenty-four (24) hours a day as required to result in the least disruptions or negative impacts to the daily operations of the Medical Center or Clinics. DELIVERABLES The following deliverables shall be required during contract performance: The Contractor shall provide copies of valid NAID and ARMA Certifications. The Contractor shall provide a License as a Confidential Document Destruction Company. The Contractor shall provide a Sensitive Document Destruction Management Plan. The Contractor shall provide a Sensitive Service Control Logbook. The Contractor shall provide a Certificate of Destruction Service Report. Deliverable No. Deliverable Title Format First Submission Subsequent Submission PWS Paragraph 001 NAID and ARMA Certifications NAID / ARMA Proposal Submission Date Upon Renewal 4.1 002 Confidential License / HIPAA Certification Contractor Prior to contract performance Upon Renewal 4.2 003 Sensitive Document Destruction Management Plan Contractor Proposal Submission Date As required by Government 4.14 004 Sensitive Service Control Logbook Contractor Upon Contract Completion N/A 4.17 005 Certificate of Destruction Service Report Contractor Upon completion of initial service Upon completion of each subsequent service 4.18 KEY PERSONNEL REPLACEMENT AND SUBSTITUTION Requests for approval of substitutions shall be in writing and shall provide a detailed explanation of the circumstances necessitating the proposed substitution. The request shall contain a complete resume for the proposed substitute, and any other information requested or required by the Contracting Officer to approve or disapprove the request. Proposed substitutes shall have qualifications that are equal to or higher than the personnel being augmented. The Contracting Officer or his/her authorized representative shall evaluate such requests and promptly notify the Contractor in writing whether the proposed substitution is acceptable. CONTRACTOR PERSONNEL AND MANAGEMENT Contractor Personnel. The Contractor shall be responsible for employing technically qualified personnel to perform the work specified in this PWS. The Contractor shall maintain the personnel, organization and administrative controls necessary to meet the contract specifications and requirements. Contractor Badges. Contractor personnel shall wear a laminated contractor identification badge at all times when performing services under this Contract. The badge will contain a personal picture, name of employee, and Contractor's name. Badges shall be worn on the outer garment attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. All Contractor personnel attending meetings or working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such. Safety/Security Requirements. The Contractor shall comply with all applicable federal, state and local laws and ensure performance is secure while protecting material, equipment, and supplies from damage and loss. VA Police has full authority for law enforcement and security activities on VA property and shall have the express right to inspect for security violations at any time during the term of the contract. All information generated in performance of this contract becomes property of the Government and must be surrendered upon request and/or completion of the contract. The Contractor must protect against the destruction and/or misplacement of all information produced under this contract, unless directed under local policy to destroy. This includes both hard and soft copies of data. The Contractor shall not release any information (including photographs, files, public announcements, statements, denials, or confirmations) on any part of the subject matter of this contract or any phase of any program hereunder without the prior written approval of the Public Affairs Officer. The following standards of conduct are applicable to all contractor personnel on the premises for the express purpose of performance under this PWS: Personnel Conduct: Contractor personnel shall conduct themselves in a professional manner (i.e. timeliness, communication; spoken, written, and limit access to the assigned areas.). The Government may require the Contractor to remove any employee performing under this contract for reasons of suspected misconduct, security breach, or suspected to be under the influence of alcohol, drugs, or any other incapacitating agent. Contractor employees shall be subject to dismissal from the premises upon determination by the Contracting Officer that such action is necessary in the interests of the Government. The hospital director or designated representative has the authority to bar individuals from the Government facility. The removal from the job site or dismissal from the premises shall not relieve the Contractor of the requirement to provide sufficient personnel to perform the services as required by this performance work statement. The Government shall not be liable for any expenses incurred due to the removal of Contractor personnel. Weapons: Contractor personnel are not authorized to carry or possess personal weapons to include, but not limited to, firearms and knives with a blade length in excess of three inches, while assigned under this contract. Clothing, Appearance, and Personal Hygiene: Contractor personnel shall be professionally dressed in attire suitable to the work being performed in accordance with the PWS. Contractors appearance shall be neatly groomed. Contractor clothing or uniforms shall be clean, neat, and free of large stains (no larger than a quarter in size). Contractor shall utilize sufficient personal hygiene practices so as not to be odoriferous. The Government reserves the right to review Contractor personnel qualifications. Upon request, resumes shall be provided to the Contracting Officer prior to clearance approval, for review and acceptance by the COR. The intent is verification purpose and not for the Government to become the hiring authority. Contractor personnel shall restrict their movements to the areas described within the PWS, restrooms within the local vicinity and public common areas such as the Canteen and smoking areas; i.e. Contractor personnel should not wander the halls of the Medical Center and be found in areas outside of reasonable proximity of the designated performance areas during scheduled performance hours. TRAVEL This requirement does not require travel outside of the locations provided. NON-PERSONAL SERVICE STATEMENT Contractor employees performing services in accordance with this PWS will be controlled, directed, and supervised at all times by Contractor management personnel. The tasks, duties, and responsibilities set forth in the contract may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the inspection and acceptance of the completed work. PERSONNEL QUALIFICATIONS The Contractor shall be responsible for employing technically qualified personnel to perform the work specified in this PWS. The Contractor shall maintain the personnel, organization, and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. Personnel assigned to, or utilized by, the Contractor in performance of work shall be fully capable of performing the requirements contained in the PWS in an efficient, reliable, and professional manner. CONTRACT MANAGEMENT The contract shall be managed through the Government Performance Work Statement (PWS) and Quality Assurance Surveillance Plan (QASP), and the Contractor s Pest Management Plan. The Contractor s management plan shall establish the strategy and plan to manage all aspects of the contract, to include quality. Post-Award Contract Kick-Off Meeting: The purpose of this meeting is to ensure a mutual understanding of the requirements as outlined within the PWS. Prior to contract performance, the Contracting Officer will arrange for a meeting with the Contractor and COR to discuss the work in general, address any Contractor questions, to include contract administration matters and issues for clarification, that require resolution before performance commences. All clarifications of ambiguities shall be formalized with a PWS revision and contract modification. Site Access: The Government shall coordinate the scheduling of work to coincide with site access. The Government shall be responsible for providing access to the respective areas scheduled for performance. Site Preparation: The COR shall be responsible for coordinating the moving of furniture and equipment in sites scheduled for sensitive document destruction services. IDIQ Contract Management Plan: The Contractor shall prepare a Contract Management Plan (CMP). The Government-approved CMP serves as the mutual understanding between the Government and the Contractor on how the contract will be managed. The CMP shall contain the Contractor s proposed approach to performing the requirements under the PWS regarding the following: Technical Approach Barriers, Removal, and Disposal Processes Management Approach Schedule Management Quality Management The Contractor shall furnish the names of all Contractor personnel to be on-site per visit, via email. The names shall be provided 7 days prior to the scheduled service date. The Contractor shall alert the Government to any changes in personnel as soon as the need for a change is known. INCIDENT MANAGEMENT The Contractor shall immediately communicate any accidents, equipment, or environmental damages that are seen prior to or during contract performance to the COR. The Contractor shall notify the COR immediately. The Contractor shall provide the Government with a written Incident Report, to include the time, date, location, description of the incident, and names of involved parties. Examples of such incidents that need to be reported include but are not limited to, breach of containment area, unauthorized personnel entering performance sites, vandalism, etc. PERFORMANCE STANDARDS AND QUALITY MEASUREMENT Performance standards define desired services. The Government performs surveillance to determine if the Contractor exceeds, meets, or does not meet these standards. The Government shall use these standards to determine Contractor performance and shall compare Contractor performance to the Acceptable Quality Level (AQL). The Quality Assurance Surveillance Plan (QASP) method of surveillance will be by random inspection. The QASP and its performance objectives are as follows: PWS Para. Performance Objective Performance Standard Accepta ble Quality Level Surveillance Method Frequency 4.1 4.2 Certifications/License Valid NAID and ARMA, Certifications and Confidential License issued throughout contract life 100% Visual inspection of original; copy shall be maintained in COR file Upon initial contract award; Upon renewal and request thereafter 4.2 4.3 Certification Adhere to HIPPA guidelines Services are completed IAW HIPPA guidelines 100% Visual inspections Every sensitive document control services 4.4 4.5 4.7 4.12 Provide Lockable Containers/Bins For all Lockable Containers/Bins proposed for use during contract performance at time of proposal submission; For all new Lockable Containers/Bins proposed for use after proposal submission; Governmentvetted and approved for usage during contract performance; 100% COR visual verification of Lockable Containers/Bins Upon initial and new Lockable Containers as required by Government 4.6 4.18 Provide Certificate of Destruction Contractor shall provide written destruction report to include the date, weight and site locations 100% Verification of reports by COR Every Service 4.8 Provide Key to Lockable Containers Contractor to provide a key to Lockable Containers to the COR 100% Visual verification by COR Upon initial contract award 4.9 Access to Lockable Containers Contractor shall not allow anyone access to the containers without permission from COR or Contracting Officer 100% Visual inspection by COR Revised as necessary to address changing sensitive document control needs 4.10 Provide Additional Containers Contractor shall provide additional containers to COR as needed or requested. Containers shall be provided by the next scheduled collection 98% Verification by COR Upon every request by COR to address changing sensitive document needs 4.11 Inspection of Locks on Containers Contractor shall inspect for damage o broken locks. Contractor to replace containers as needed when broken or damaged 100% Visual verification by COR As needed 4.13 Provide Equipment to Shred Sensitive Document Contractor to provide equipment onsite for destruction of all sensitive documents. Sensitive document must be unrecognizable 100% Visual inspection by COR Every service 4.14 4.15 4.16 12.4 Provide Sensitive Document Destruction Management Plan Includes methodology, sensitive document management program, schedule, equipment, Technical approach and Management approach 95% Visual inspection by COR Revised as necessary address changing sensitive document control needs 4.17 Provide Sensitive Service Control Logbook Contractor shall maintain all performance records and reports; bound logbook in which pages can be easily removed and re-inserted; recommendations and reports shall be for the duration of the contract maintained; provided to the COR upon contract completion 95% Visual inspection by COR Inspection upon Government request; final submission to COR upon contract completion 4.18 Provide Certificate of Destruction Service Report Contractor shall provide CDSR upon completion of destruction site visit 100% Verification by COR Upon completion of each service. Contractor shall furnish 2 days after completion of service 4.19 Respond to Special Sensitive Document Services Contractor to acknowledge special requests within 8 hours of notification; respond to special requests within 10 hours of notification; notify the COR that services cannot be 95% COR monitoring of acknowledgment and response time in comparison to request time All special requests completed within 24 consecutive hours 12.1 Post-Award Contract Kick- Off Meeting Contractor attend meeting prior to contract performance 95% Meeting sign-in sheet Once 12-5 Provide names of Contractor personnel Provide 7 days prior to service date; Alert Government of any changes in personnel 95% Verification of submitted names to Contractor personnel on site by COR Every service 13 Incident Management; communicate any accidents, equipment, or environmental damages Provide a written Incident Report to include the time, date, location, description of the incident, and names of involved parties to the COR 95% Verification of reported incidents Upon incident occurrence Performance below the AQL shall be immediately addressed upon notification of failure to meet a prescribed standard as outlined within the PWS and QASP. The Contractor shall have 48 hours to provide a response which includes an improvement strategy for addressing the issue. A Contract Discrepancy Report shall be generated for Contractor failure to consistently meet standards and/or failure to correct performance deficiencies. Failure to meet the Acceptable Quality Levels may result in a negative Contractor Evaluation in the Contractor Performance Assessment Reporting System (CPARS) which may limit a Contractor s ability to receive future Government contracts. Repeated failure to meet the AQL may also result in contract termination for default.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f18c4cf35636444097b9359a4514bd2a/view)
- Place of Performance
- Address: Miami VA Medical Center 1201 NW 16th Street 33125
- Zip Code: 33125
- Zip Code: 33125
- Record
- SN06864657-F 20231022/231020230051 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |