Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2011 FBO #3416
DOCUMENT

S -- Sharps - Needle Disposal - Attachment

Notice Date
3/31/2011
 
Notice Type
Attachment
 
NAICS
562219 — Other Nonhazardous Waste Treatment and Disposal
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24111RQ0532
 
Response Due
4/7/2011
 
Archive Date
6/6/2011
 
Point of Contact
Clark Crandall
 
E-Mail Address
cting
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation Number: VA-241-11-RQ-0532 Notice Type: Combined Synopsis/Solicitation Synopsis: (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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA-241-11-RQ-0532 and it is being issued as a Request For Quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-48, January 31, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veteran Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR). (iv) This solicitation is issued as a service disabled veteran owned business set aside. A firm fixed price contract with four (4) option years is anticipated and shall be awarded. The North American Industry Classification System (NAICS) code is 562219 and the size standard is $12.5 million annual revenue. (v) This requirement consists of fifteen (15) line items: ITEM DESCRIPTION OF QTY UNIT UNIT AMOUNT NO. SUPPLIES/SVCS PRICE Base Year (6 mo.) Award date - Sept. 30, 2011; Price for install and servicing of Sharps Containers at various locationsat the 3 VA Medical Centers (VAMC) and Outpatient Clinics (OPC)listed in the Statement of Work (SOW). 1 6.00 MO ___________________ ____________________ SERVICE CONTRACT FOR NEEDLE DISPOSAL FOR THE J.P. CAMPUS OF THE BOSTON HEALTHCARE SYSTEM IN ACCORDANCE WITH STATEMENT OF WORK. LOCATIONS OF SHARPS CONTAINERS WILL BE DETERMINED BY EMS. THIS SITE ALSO INLCUDES THE OUTPATIENT CLINICS LOCATED IN LOWELL, QUINCY, DORCHESTER, FRAMINGHAM AND CAUSEWAY STREET IN DOWNTOWN BOSTON. 2 6.00 MO ___________________ ____________________ SERVICE CONTRACT FOR NEEDLE DISPOSAL FOR THE WEST ROXBURY CAMPUS OF THE BOSTON HEALTHCARE SYSTEM. LOCATIONS OF SHARPS CONTAINERS WILL BE DETERMINED BY EMS. THIS SITE ALSO INCLUDES THE OUTPATIENT CLINIC LOCATED IN WORCESTER, MA. 3 6.00 MO ___________________ ____________________ SERVICE CONTRACT FOR NEEDLE DISPOSAL FOR THE BROCKTON CAMPUS OF THE BOSTON HEALTHCARE SYSTEM. LOCATIONS OF SHARPS CONTAINERS WILL BE DETERMINED BY EMS. First Option Year - 1 Oct. 2011 through 30 Sept. 2012Price for install and servicing of Sharps Containers at various locations at the 3 VAMCs and OPCs listed in the SOW. 41.00 YR________________ ____________________ SERVICE CONTRACT FOR NEEDLE DISPOSAL FOR THE J.P. CAMPUS OF THE BOSTON HEALTHCARE SYSTEM IN ACCORDANCE WITH STATEMENT OF WORK. LOCATIONS OF SHARPS CONTAINERS WILL BE DETERMINED BY EMS. THIS SITE ALSO INLCUDES THE OUTPATIENT CLINICS LOCATED IN LOWELL, QUINCY, DORCHESTER, FRAMINGHAM AND CAUSEWAY STREET IN DOWNTOWN BOSTON. 51.00 YR________________ _____________________ SERVICE CONTRACT FOR NEEDLE DISPOSAL FOR THE WEST ROXBURY CAMPUS OF THE BOSTON HEALTHCARE SYSTEM. LOCATIONS OF SHARPS CONTAINERS WILL BE DETERMINED BY EMS. THIS SITE ALSO INCLUDES THE OUTPATIENT CLINIC LOCATED IN WORCESTER, MA. 6 1.00 YR_________________ ____________________ SERVICE CONTRACT FOR NEEDLE DISPOSAL FOR THE BROCKTON CAMPUS OF THE BOSTON HEALTHCARE SYSTEM. LOCATIONS OF SHARPS CONTAINERS WILL BE DETERMINED BY EMS. Second Option Year - 1 Oct. 2012 through 30 Sept. 2013 Price for install and servicing of Sharps Containers atvarious locations at the 3 VAMCs and OPCs listed in the SOW. 71.00 YR_________________ ____________________ SERVICE CONTRACT FOR NEEDLE DISPOSAL FOR THE J.P. CAMPUS OF THE BOSTON HEALTHCARE SYSTEM IN ACCORDANCE WITH STATEMENT OF WORK. LOCATIONS OF SHARPS CONTAINERS WILL BE DETERMINED BY EMS. THIS SITE ALSO INLCUDES THE OUTPATIENT CLINICS LOCATED IN LOWELL, QUINCY, DORCHESTER, FRAMINGHAM AND CAUSEWAY STREET IN DOWNTOWN BOSTON. 81.00 YR__________________ ___________________ SERVICE CONTRACT FOR NEEDLE DISPOSAL FOR THE WEST ROXBURY CAMPUS OF THE BOSTON HEALTHCARE SYSTEM. LOCATIONS OF SHARPS CONTAINERS WILL BE DETERMINED BY EMS. THIS SITE ALSO INCLUDES THE OUTPATIENT CLINIC LOCATED IN WORCESTER, MA. 91.00 YR__________________ ___________________ SERVICE CONTRACT FOR NEEDLE DISPOSAL FOR THE BROCKTON CAMPUS OF THE BOSTON HEALTHCARE SYSTEM. LOCATIONS OF SHARPS CONTAINERS WILL BE DETERMINED BY EMS. Third Option Year - 1 Oct. 2013 through 30 Sept. 2014Price for install and servicing of Sharps Containers atvarious locations at the 3 VAMCs and OPCs listed in the SOW. 101.00 YR__________________ ___________________SERVICE CONTRACT FOR NEEDLE DISPOSAL FOR THE J.P. CAMPUS OF THE BOSTON HEALTHCARE SYSTEM IN ACCORDANCE WITH STATEMENT OF WORK. LOCATIONS OF SHARPS CONTAINERS WILL BE DETERMINED BY EMS. THIS SITE ALSO INLCUDES THE OUTPATIENT CLINICS LOCATED IN LOWELL, QUINCY, DORCHESTER, FRAMINGHAM AND CAUSEWAY STREET IN DOWNTOWN BOSTON. 111.00 YR__________________ ___________________ SERVICE CONTRACT FOR NEEDLE DISPOSAL FOR THE WEST ROXBURY CAMPUS OF THE BOSTON HEALTHCARE SYSTEM. LOCATIONS OF SHARPS CONTAINERS WILL BE DETERMINED BY EMS. THIS SITE ALSO INCLUDES THE OUTPATIENT CLINIC LOCATED IN WORCESTER, MA. 121.00 YR__________________ ___________________ SERVICE CONTRACT FOR NEEDLE DISPOSAL FOR THE BROCKTON CAMPUS OF THE BOSTON HEALTHCARE SYSTEM. LOCATIONS OF SHARPS CONTAINERS WILL BE DETERMINED BY EMS. Fourth Option Year - 1 Oct. 2014 through 30 Sept. 2015Price for install and servicing of Sharps Containers at various locations at the 3 VAMCs and OPCs listed in the SOW. 131.00 YR____________________ _________________ SERVICE CONTRACT FOR NEEDLE DISPOSAL FOR THE J.P. CAMPUS OF THE BOSTON HEALTHCARE SYSTEM IN ACCORDANCE WITH STATEMENT OF WORK. LOCATIONS OF SHARPS CONTAINERS WILL BE DETERMINED BY EMS. THIS SITE ALSO INLCUDES THE OUTPATIENT CLINICS LOCATED IN LOWELL, QUINCY, DORCHESTER, FRAMINGHAM AND CAUSEWAY STREET IN DOWNTOWN BOSTON. 141.00 YR____________________ _________________ SERVICE CONTRACT FOR NEEDLE DISPOSAL FOR THE WEST ROXBURY CAMPUS OF THE BOSTON HEALTHCARE SYSTEM. LOCATIONS OF SHARPS CONTAINERS WILL BE DETERMINED BY EMS. THIS SITE ALSO INCLUDES THE OUTPATIENT CLINIC LOCATED IN WORCESTER, MA. 151.00 YR____________________ _________________SERVICE CONTRACT FOR NEEDLE DISPOSAL FOR THE BROCKTON CAMPUS OF THE BOSTON HEALTHCARE SYSTEM. LOCATIONS OF SHARPS CONTAINERS WILL BE DETERMINED BY EMS. ____________________ GRAND TOTAL --- ==================== (vi) The following STATEMENT OF WORK is a detailed description of the requirements for this solicitation: STATEMENT OF WORK - SHARPS WASTE REMOVAL DEFINITIONS & ABBREVIATIONS "CBOC: Community Based Outpatient Clinic "CO: Contracting Officer "Contractor: Corporation or Business responsible for fulfilling the obligations of this contract "COTR: Contracting Officer's Technical Representative "EPA: Environmental Protection Agency "NFPA: National Fire Protection Association "OSHA: Occupational Safety & Health Administration "RMW: Regulated Medical Waste "VABHS: VA Boston Healthcare System GENERAL Contractor shall provide complete removal, disposal and transportation of all Sharps Waste for the VA Boston Healthcare System. The Contractor shall furnish all personnel, materials, tools and equipment necessary to perform the task in accordance with the schedule and to comply with all guidelines established by Federal, State and local laws and ordinances. 1. "Sharps Waste" falls within the waste category of RMW. The EPA defines medical waste as "any solid waste that is generated in the diagnosis, treatment, or immunization of human beings or animals, in research pertaining thereto, or in the production or testing of biologicals." This may include any waste material or article which harbors, or may reasonably be considered to harbor, pathogens which might be expected to produce disease in healthy individuals. Medical waste subject to these requirements includes waste that generally has been considered infectious or potentially infectious by the health care community, as well as waste originating from health care or research facilities that are aesthetically objectionable and thus, problematic when disposed of improperly. a."Sharps Waste" may include but is not limited to syringes, needles, scalpels, lancets, pipettes, razors, broken glass, etc. The term does not include any hazardous waste, radioactive waste, cytotoxic drugs, antineoplastic agents, or bulk blood including blood vials. VABHS will be responsible for the segregating of all waste in accordance with Federal, State and Local requirements. 2.This service will render waste non-recognizable and non-infectious for disposal as fuel in electrical co-generation. This service will include the following: a.Contractor to provide collection containers that are sturdy, rigid, leak proof, impervious, and puncture resistant with tamper-proof, secure lids that can be used at point-of-generation and collection. These containers shall meet all Massachusetts State Regulations pertaining to design, color, transparency, functionality, and security. Type and size will be in accordance with the attached list provided by VABHS. Wall mounted collection system must utilize hands free disposable method. b.Contractor to provide adequate spare containers for VABHS staff to sufficiently supply the facility between Contractor service dates. c.Contractor to provide moveable devices or carts ("dollies") for appropriate containers as needed. d.Contractor to provide and install wall cabinets for corresponding containers and stable bases or countertop brackets for containers prone to tipping or falling over. e.At the West Roxbury Campus, Contractor shall provide an external storage unit (shed, building, etc.) to house filled containers awaiting pickup and for spare containers awaiting use. External storage unit should be secure (lockable), be of a design that prevents insects, animals, and other pests from gaining entry, and properly marked as housing Regulated Medical Waste (Sharps). External storage unit shall be of an appropriate size for the facility, meet all codes set forth by the NFPA, OSHA, and other agencies, and shall be provided at no cost to VABHS. It shall also contain proper ventilation, and waterproof lighting and power receptacles. External storage unit shall be removed by the Contractor at completion of this contract at the Contractor's expense. The Contractor shall coordinate with the VABHS and succeeding contractor to ensure no lapse in containment of containers. 3.For each year of this contract, VABHS may request up to fifteen (15) additional containers per main campus and up to five (5) additional containers per CBOC at no additional cost to VABHS. The charge for additional containers beyond fifteen/five will be billed under a separate line item on current obligation. 4.In the event the Medical Center requests additional services outside the original scope of this contract, a contract modification will be issued upon completion of negotiation of the change by the CO. 5.The Contractor shall comply with the following regulations. Regulations stated should only be used as a guide and not considered all-inclusive. a.The Contractor shall submit all state department and public reports as required. b.Contractor must comply with the Code of Massachusetts Regulations 105 CMR 480.000, "MINIMUM REQUIREMENTS FOR THE MANAGEMENT OF MEDICAL OR BIOLOGICAL WASTE" (State Sanitary Code Chapter VIII). c.The Contractor must comply with Executive Order 13101 (September 14, 1998), "GREENING THE GOVERNMENT THROUGH WASTE PREVENTION, RECYCLING, AND FEDERAL ACQUISITION." d.The Contractor shall provide an on-line manifest system to receipt for materials, certify proper disposal, and maintain a database of all past manifests. The Contractor will submit the proposed manifest system/forms for VABHS approval. Appropriate VABHS staff shall be provided with login information to access the Contractor's database. The Contractor will leave one copy of the manifest with the COTR at the time of the pick-up showing the quantity picked up. The completed manifests will be returned within Thirty (30) days in compliance with Massachusetts State Regulations. e.Plant must comply with United States Code 42 USC 85, "Air Pollution Prevention and Control," which incorporates the EPA's CLEAN AIR ACT AMMENDMENTS OF 1990. Plant shall produce only safe neutral by-products and the vendor must be able to show compliance with all environmental applicable state regulations such as Massachusetts Water Resources Authority (MWRA) regulations. f.The Contractor is responsible for notifying the COTR upon arrival and departure at all pick-up locations. 6.The following is a listing and description of the sharps wastes that are, at a minimum, included in the scope of this contract: a.Cultures and stocks: Sharps used or contaminated with cultures and stocks of infectious agents and associated biologicals, including: cultures from medical and pathological laboratories; cultures and stocks of infectious agents from research and industrial laboratories; wastes from the production of biologicals; discarded live and attenuated vaccines, and culture dishes and devices used to transfer inoculate and mix cultures. b.Human blood and blood products: Sharps used or contaminated with liquid waste human blood and products of blood or items saturated and/or dripping with human blood, including serum, plasma and other blood components, and their containers, which were used or intended to be used in (1) patient care; (2) testing and laboratory analysis; (3) development of pharmaceuticals; and other articles containing dried blood. 7.VABHS employees shall: a.Identify, segregate and discard sharps waste by placing the waste in plastic waste receptacles or containers that are marked with the international biohazard symbol and wording indicating sharps waste. Containers shall not be filled to exceed the fill line indicated on the containers. b.In between Contractor service dates, VABHS employees shall remove filled containers and replace with spare containers as needed. 8.Contractor shall: a.Provide the participating facilities with sufficient amounts of collection containers that are sturdy, rigid, leak proof, impervious, and puncture resistant with tamper-proof, secure lids that can be used at point-of-generation and collection. The collection containers shall be from 2 to 17 gallon containers. All containers 8 gallons or greater shall be equipped with wheels or other moveable devices or carts ("dollies") as needed. An adequate amount of caps or plugs will be provided to ensure safe handling and transportation of containers between Contractor service dates. Exterior walls of the containers shall be identified with the international biohazard symbol and wording identifying sharps waste. b.Contractor shall remove sharps waste using only properly permitted and licensed trucks and drivers. Contractor shall be required to remove all sharps waste as required by each participating facility as defined below. Contractor shall also respond to a request from the COTR to pick up unusually large accumulations of sharps waste at the storage facility indicated within eight (8) hours of notification. c.Contractor shall transport the containers by methods and procedures that fully comply with all local, state and federal rules and regulations. The Contractor shall furnish the COTR with a fully detailed description of the methodology that shall be used to transport, treat and dispose of the waste. d.Contractor shall provide the COTR with a copy of the manifest, which includes the generator and transporter information for each load of waste. The manifest shall be provided to the Government each time the waste is removed from each campus or CBOC. Each manifest shall include, but not be limited to the following information. i.(1) GENERATOR INFORMATION 1.Name 2.Address 3.Telephone Number 4.Description of waste 5.The quantity of sharps waste: include the number of containers, cubic feet, and identification on each container (i.e., barcode ID or ID sticker) for each facility location. (2) TRANSPORTER INFORMATION 1. Transporter name 3. Address 4. Telephone Number 5. Driver name 6. Applicable permit numbers (3)DESTINATION INFORMATION 1. Site name 2. Address 3. Telephone number There shall be certification on the manifest by signature and date that the waste was picked up at the generator site, and additional certification that the waste was delivered without incident to the approved destination. e. Within five (5) working days of the time the waste has reached its destination, contactor shall provide the government with a matching completed manifest that includes destination and/or appropriate destruction information. Document numbers and information on the two documents shall match. There shall be final certification by the destination-authorized agent by signature and date that the waste was accepted and all the information was correct. f.The Contractor will leave one copy of the manifest with the COTR at the time of the pick-up showing the quantity picked up. The completed manifests will be returned within Thirty (30) days in compliance with Massachusetts State Regulations. g.Contractor shall maintain and fully comply with licenses and/or permits required by Federal, State, City and County laws and regulations pertaining to RMW, sharps, and its destruction. The Contractor will provide proof of all applicable permits and insurance certificates required under the state that the service is to be performed. The Contractor will warrant and represent that all of the personnel assigned to the premises under this contract are their employees and have been trained in the performance of the duties set forth in this contract, in accordance with Federal, State and Local Regulations. The Contractor agrees to comply with the policies of VABHS to include compliance with the standards of The Joint Commission. The Contractor will provide VABHS, documentation that on-site representatives have been screened for CORI, have agreed to abide by signed VABHS confidentiality statements, and have reviewed and understand Contractor orientation pamphlets. SPECIAL REQUIREMENTS 1. QUALIFICATION OF OFFERORS: Quotes shall be considered only from companies who are regularly established in the business called for, and who in the judgment of the Contracting Officer are financially responsible and able to show evidence of their reliability, ability, experience, equipment, facilities and personnel directly employed or supervised by them to render prompt and satisfactory service. Contractor shall be able to handle all sharps waste removal requirements immediately upon start of the contract period. 2.INSPECTION OF PREMISES: Contractors are encouraged to visit the participating facilities to fully inform themselves of the character and conditions under which the service is to be performed. Failure to do so shall in no way relieve the successful offeror from the necessity of furnishing the services as specified in this solicitation without additional cost to the Government. This inspection may be made daily between the hours of 9:00 a.m. and 3:00 p.m. except Saturday, Sundays and holidays. 3.INSPECTION OF OFFERORS FACILITIES: The right is reserved to thoroughly inspect and investigate the establishment, facilities, business reputation and other qualifications of any offeror and reject any proposal, irrespective of price, if it shall be administratively determined lacking in any of the essentials necessary to assure acceptable standards of performance. 4.RESPONSIBILITY FOR THE CONTAINERS: The Contractor agrees that the participating Government facilities assume no liability for damage that may be done to the sharps containers used in the performance of this contract, unless it is caused by an act of negligence on the part of a Government employee. 5.LICENSE: The Contractor shall be licensed by the state or local authority in those localities where such licenses are required. Where no license is required, the offeror shall furnish with his proposal, evidence of satisfactory work performance of work supervision for a period of not less than one year previous to the date of the proposal. 6.LIABILITY AND INSURANCE COVERAGE: Satisfactory insurance coverage is a condition precedent to award of a contact. In general, a successful offeror shall present satisfactory evidence of full compliance with State and local requirements. State approved sources of insurance coverage ordinarily shall be deemed acceptable to the Department of Veterans Affairs installation, subject to timely certifications by such sources of the types and limits of the coverage afforded by the sources. 7.EVIDENCE OF COVERAGE: Before commencing work under the contract, the Contractor shall furnish to the Contracting Officer, a certificate of insurance indicating the coverage outlined in the SUPPLEMENTAL INSURANCE REQUIREMENTS section and containing an endorsement to the effect that cancellation of or any material change in the policies which adversely affect the interest of the Government in such insurance shall not be effective unless a thirty (30) day advance written notice of cancellation or change is furnished to the Contracting Officer. 8.AUTHORITY OF OPERATORS: The Contractor's operators shall bear at all times the Contractor's signed authority designating them as authorized to perform work at the participating facilities under this contract. Only designated operators shall do work under this contract. All drivers of vehicles used in the performance of this contract shall be authorized drivers of such type vehicles and shall carry upon his/her person, the necessary operator's and/or chauffeur's license as may be required by the State of Massachusetts. While driving on Government facility grounds, the drivers of vehicles shall fully comply with such speed and safety regulations pertaining to the operation of motor vehicles as medical center authorities may issue from time to time. 9.SAFETY/EMERGENCY PLANS: Contractor shall submit the following plans with their quote: a.A written safety plan that details actions to be taken to protect the staff of the VABHS, the contactor, and surrounding communities in the event of any accidental spills or leaks that occur while the Contractor is performing work under this contract for the Government. b.A written emergency plan that outlines a formalized response to any accidental spills or leaks that occur while the Contractor is performing work under this contract for the Government. 10. CONTINUATION OF SERVICES: Vendor shall submit contingency plans outlining how they will continue to provide services in the event there is a disruption in any segment of services provided such as transportation, destruction, etc. 11. Terms of Contract: This contract shall be effective from October 1, 2010 (or date of award) through September 30, 2011. This agreement may be extended for 4 option years at the option of the Government. 12.Contracting Officer's Technical Representative (COTR): A Contracting Officer's Technical Representative (COTR) shall be appointed to this contract. Acceptance of contract services will be the responsibility of the Contracting Officer or his representative. The COTR is not authorized to change the scope of the work. Changes can only be made by the Contracting Officer. 13.Wage Determination: Service employees who will be employed in the performance of the contract shall be paid no less than the wages as indicated in the applicable Wage Determination found in the list of attachments. 14.Fuel Surcharge: The Government will not make additional payments for fuel surcharges under this contract. 15.Invoices: The Contractor is to submit a full calendar monthly invoice in arrears, indicating the dates and type of service provided, along with the contract number and purchase order number for which payment is due. Contractor shall receive payment for services rendered in accordance with the Prompt Payment Act. 16.Quality Assurance: The Government facilities may at any time inspect and verify that the accuracy of the work compares to that indicated on the invoice. Any deviation will be deducted from the invoice price. 17.Correspondence: All correspondence relative to this contract shall bear the VA Contract number, correct Fiscal Year Purchase Order number, Title and name of facility being billed against. 18.Payments: Will be paid monthly, in arrears, upon receipt of a proper invoice for services performed during the previous month in accordance with the terms of this contract. All invoices shall be submitted by the 15th day of the month following the month in which services were provided. 19.Invoices shall at the minimum include: a.Invoice number b.Current Fiscal year Purchase Order Number c.Contract Number d.Description of services rendered e.Unit and total prices. 20. Invoice address: VA FSC PO Box 149971 Austin, TX 78714 All Outpatient Clinics except Worcester will be billed with the Jamaica Plain facility. Worcester will be billed with the West Roxbury facility. The COTR for this contract is Gary McCarthy. His phone number is 857-203-6377 The point of contacts at each facility are as follows: "Jamaica Plain- Michael Gionfriddo 857-364-4736 "Jamaica Plain- Richard Ward 857-364-5059 "West Roxbury- Gary McCarthy 857-203-6377 "Brockton- Sam Smith 774-826-1140 21.Hours of Operations: 7:30 a.m. - 4:00 p.m. 22. Please add 4 option years to this contract. 23.Locations of services: "VA Medical Center (Jamaica Plain Campus) 150 South Huntington Avenue Boston, MA 02130 "VA Medical Center (West Roxbury Campus) 1400 VFW Parkway West Roxbury, MA 02132 "VA Medical Center (Brockton Campus) 940 Belmont Street Brockton, MA 02301 "VA Outpatient Clinic (Causeway CBOC) 251 Causeway Street Boston, MA 02114 "VA Outpatient Clinic (Lowell CBOC) 130 Marshall Road Lowell, MA 01852 "VA Outpatient Clinic (Worcester CBOC) 605 Lincoln Street Worcester, MA 01601 "VA Outpatient Clinic (Quincy CBOC) 114 Whitwell Street, 2nd Floor Quincy, MA 02169 "VA Outpatient Clinic (Framingham CBOC) 61 Lincoln Street Framingham, MA 01702 "VA Outpatient Clinic (Dorchester CBOC) 895 Blue Hill Avenue Dorchester, MA 02121 Pick-ups will be made every week at the main campuses, and every other week at the Outpatient Clinics (CBOC's). 24.Points of Collection: Please see attached surveys for points of collection. Sharps Waste Containers Survey FacilitiesContainersTotals 12345 3-Gallon2-Gallon8-Gallon8-Gallon17-GallonNumber of Wall MountWall MountWall MountContainerContainerContainers Standard TopStandard TopFunnel TopTrap Top Brockton27128299 Jamaica Plain2471075359 West Roxbury26618333979435 Causeway OPC31435 Lowell OPC17219 Worcester OPC23 6231 Dorchester OPC44 Framingham OPC66 Quincy OPC44 Totals8691839182841192 Sharps Containers - Cabinets & Dollies FacilitiesCabinets & DolliesTotals ABB1CC1D 3-Gallon2-Gallon2 or 3 Gal.Any 88 GallonAny 17 OuterOuterWire GallonWireGallon CabinetCabinetBracketDollyBracketDolly Brockton2719280 Jamaica Plain2471075 359 West Roxbury26321227226 Causeway OPC3131 Lowell OPC1717 Worcester OPC2323 Dorchester CBOC44 Framingham CBOC66 Quincy CBOC44 Totals86621214322111056 (vii) Delivery FOB Destination to VA Medical Center, Brockton, MA (viii) 52.212-1, Instructions to Offerors-commercial items, apply to this solicitation with the following addenda, VAAR 852.237.70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does not apply to this solicitation. The evaluation will be based on past performance and price. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items - Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; FAR 52.217-8 Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.232-18 Availability of Funds; FAR 52.232-19 Availability of Funds for the Next Fiscal Year; VAAR 852.203-70 Commercial Advertising; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.237-76 Electronic Invoice Submission. (xii) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-13, 52.233-34, 52.222-41 http://www.wdol.gov/ 52.222-42 http://www.onetonline.org/, 52.222-43, 52.237-11. (xiii) Quality Assurance Plan and Quality Assurance Worksheet shall be attached to the awarded contract. (xiv) The Defense Priorities and Allocations Systems (DPAS) is not applicable to this acquisition. (xv) There are no statements concerning Numbered Notes. (xvi) RESPONSES ARE DUE APRIL 7, 2011 by 3:00 p.m. eastern standard time (EST). (xvii) Only Electronic offers will be accepted; submit quotation to - Clark Crandall, VA VISN1 Contracting Office, 940 Belmont Street, Brockton, MA 02301,(774) 826-3424 or email clark.crandall@va.gov. Contact Information Contracting Office Address: Department of Veteran AffairsVA Boston Healthcare System 940 Belmont Street Brockton, MA 02301 Place of Performance: The three VAMCs (Jamaica Plain, West Roxbury and Brockton) and the outpatient clinics listed in the Statement of Work. Addendum: QUALITY ASSURANCE SURVEILLANCE PLAN For: ContractNumber: Contract Description: See statement of work page __. Contractor's name: (hereafter referred to as the contractor). 1. PURPOSE This Quality Assurance Surveillance Plan (QASP) provides a systematic method to evaluate performance for the stated contract. This QASP explains the following: "What will be monitored. "How monitoring will take place. "Who will conduct the monitoring. "How monitoring efforts and results will be documented. This QASP does not detail how the contractor accomplishes the work. Rather, the QASP is created with the premise that the contractor is responsible for management and quality control actions to meet the terms of the contract. It is the Government's responsibility to be objective, fair, and consistent in evaluating performance. This QASP is a "living document" and the Government may review and revise it on a regular basis. However, the Government shall coordinate changes with the contractor. Copies of the original QASP and revisions shall be provided to the contractor and Government officials implementing surveillance activities. 2. GOVERNMENT ROLES AND RESPONSIBILITIES The following personnel shall oversee and coordinate surveillance activities. a. Contracting Officer (CO) - The CO shall ensure performance of all necessary actions for effective contracting, ensure compliance with the contract terms, and shall safeguard the interests of the United States in the contractual relationship. The CO shall also assure that the contractor receives impartial, fair, and equitable treatment under this contract. The CO is ultimately responsible for the final determination of the adequacy of the contractor's performance. Assigned CO: TBD Organization or Agency: Department of Veterans Affairs, VISN1 Consolidated Contracting b. Contracting Officer's Technical Representative (COTR) - The COTR is responsible for technical administration of the contract and shall assure proper Government surveillance of the contractor's performance. The COTR shall keep a quality assurance file. The COTR is not empowered to make any contractual commitments or to authorize any contractual changes on the Government's behalf. Assigned COTR: c. Other Key Government Personnel - <Upon award, Government will enter name, if applicable. This may include Performance Monitors, Clinical Quality experts, etc. who act on behalf of the COTR to monitor performance.> 3. CONTRACTOR REPRESENTATIVES The following employee(s) of the contractor shall serve as the contractor's program manager for this contract. a. Program Manager - 4. PERFORMANCE STANDARDS TaskIndicatorStandardAcceptable Quality LevelMethod of SurveillanceIncentive 5. INCENTIVES The Government shall use "Potential Exercise of Option Period" as an incentive. Incentives shall be based on exceeding, meeting, or not meeting performance standards. 6. METHODS OF QA SURVEILLANCE Various methods exist to monitor performance. The COTR shall use the surveillance methods listed below in the administration of this QASP. a. DIRECT OBSERVATION. (Can be performed periodically or through 100% surveillance.) 7. RATINGS Metrics and methods are designed to determine if performance exceeds, meets, or does not meet a given standard and acceptable quality level. A rating scale shall be used to determine a positive, neutral, or negative outcome. The following ratings shall be used: RatingDescription GreenYes. Performance and technical specifications are being met at an Acceptable Quality Level (AQL). YellowYes. Performance and technical specifications are currently being met at the minimum AQL, but the following service/deliverable needs contractor attention: (The Customer must identify what component of the deliverable and/or service requires attention.) RedNo. Performance and technical specifications are not being met at AQL and the following service/deliverable needs immediate contractor resolution: (The Customer must identify what component of the deliverable and/or service that is below the minimum AQL.) See Quality Assurance Worksheet on page_________. 8. DOCUMENTING PERFORMANCE The COTR shall maintain the Quality Assurance Worksheets in contract file and submit at end of the contract period to the Contracting Officer. These worksheets shall be submitted no later than 30 days after contract expiration. 9. FREQUENCY OF MEASUREMENT The COTR shall assess contract performance on a monthly basis using the Quality Assurance Worksheet. _____________________________ Signature - Contractor Program Manager _____________________________ Signature - Contracting Officer's Technical Representative Sample QUALITY ASSURANCE WORKSHEET Performance Rating Deliverable/Service"Quality RatingCausative FactorsEffect on MissionAction Required/Date GreenComments Unnecessary for "Green" QA Rating. Yellow Red GreenComments Unnecessary for "Green" QA Rating. Yellow Red GreenComments Unnecessary for "Green" QA Rating. Yellow Red GreenComments Unnecessary for "Green" QA Rating. Yellow Red Note: Period of Performance: From _______________to____________ Approved by: Date: ___________________ (Task Order Point of Contact)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24111RQ0532/listing.html)
 
Document(s)
Attachment
 
File Name: VA-241-11-RQ-0532 VA-241-11-RQ-0532_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=187364&FileName=VA-241-11-RQ-0532-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=187364&FileName=VA-241-11-RQ-0532-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02414390-W 20110402/110331234859-00b97bd94f2e2d0051d8bad8a62212bb (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  © 1994-2020, Loren Data Corp.