The RFP Database
New business relationships start here

Autoclave incinerated waste service Regulated Medical Waste


Louisiana, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Attachment 2: Combined Synopsis/Solicitation
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C25619Q1499
Posted Date:
9/11/2019
Response Date:
9/20/19 at 2:00P.M. Central
Product or Service Code:
S205
Set Aside:
SDVOSB
NAICS Code:
562112
Contracting Office Address
1515 Poydras Street
Suite 1100
New Orleans, LA 70112
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101.

The associated North American Industrial Classification System (NAICS) code for this procurement is 562112, with a small business size standard of $41.5 million.

The Overton Brooks VA Medical Center is seeking to purchase Regulated Medical Waste Disposal Services.

All interested companies shall provide a quotation for the following:


Services
General
Scope: Overton Brooks VA Medical Center (OBVAMC), intends to award a requirement contract for services to a responsible firm with the capability to properly handle, transport and dispose of 1. Category "A" Infectious Substances, 2. Trace Chemotherapeutic Waste, 3. Controlled Substance Pharmacy Waste (CsRx), 4. Pharmaceutical Waste (including bulk chemotherapeutic waste), 5. Pathological Waste and 6. Regulated Medical Waste. All waste streams shall be transported from satellite accumulation areas to the central accumulation point Building 36. The contractor shall also provide pharmaceutical formulary review; collection containers; technical consulting; electronic recordkeeping; emergency spill response; operational contingency plan; quality assurance plan; safety plan; and staff training.

Background: The geographical footprint of Overton Brooks VA Medical Center includes the Main campus located in Shreveport, LA with an inpatient capacity of 100 patients and three Community Based Clinics (CBOCs) located in Monroe LA; Longview TX, and Texarkana, AR.

Facility Locations:
Overton Brooks VAMC, 510 E. Stoner Ave, Shreveport, LA
Monroe CBOC, 250 DeSiard Plaza Drive, Monroe, Louisiana
Texarkana CBOC, 910 Realtor Ave. Texarkana, Arkansas
Longview CBOC, 1005 N. Eastman Rd. Longview, Texas

Performance Period: The Period of Performance for this service shall be one (1) base period and four (4) twelve (12) month option periods. The base period may be less than 12 full months.

Schedule

Normal Work Hours: Monday through Friday, excluding federal holidays, between 6:00AM and 10:00AM.

Federal Holidays: The holidays observed by the Federal Government are as follows, New Year s Day, Martin Luther King s Birthday, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day, and Christmas Day. In addition to any other day specifically declared a by the President of the United States to be a national holiday.

Specifications

The contractor shall comply with all applicable federal, state, and local statues, regulations, codes and requirements regarding collection, management, transport, and disposal of waste, including but not limited to Category A Infectious Substances, Trace Chemo Waste, Controlled Substance Pharmacy Waste, Hazardous and Non-Hazardous Pharmaceutical Waste (including bulk chemo waste), Pathological Waste, and Regulated Medical Waste.

Collection:

Medical Waste: Contractor shall be responsible for collection of all appropriately packaged and labeled medical waste containers from facility designated storage area Building 36 at OBVAMC. The contractor shall also be responsible for the proper labeling of all containers prior to transport from facility. The containers must bear the name and address of the generator (VA) and transporter (Contractor). The contractor shall perform collection daily (Monday through Friday, excluding federal holidays) between 6:00AM and 10:00AM and be responsible for any spills that may occur after containers are removed from storage area. The VA shall be responsible for collection and transport of medical waste from facility to storage area in appropriate medical waste containers. All RMW waste shall be loaded into 96-gallon reusable mobile bins on wheels at the OBVAMC. All other waste streams shall be collected in designated container for that specific waste stream. The contractor shall be responsible for loading all waste containers to contractor s transportation vehicle. The VA shall also be responsible for maintaining storage area in a clean and sanitary condition.

Pharmaceutical Waste (Hazardous & Non-Hazardous): Contractor shall be responsible for collection and transport of all appropriately packaged and labeled pharmaceutical waste containers from designated generation points within main facility to designated storage area Building 1, Main Hospital, Room BN9. The contractor shall also be responsible for the proper labeling of all containers prior to transport from facility. The containers must bear the name and address of the generator (VA) and transporter (Contractor). The contractor shall perform collection daily (Monday through Friday, excluding federal holidays) between 8:00AM and 4:00PM and be responsible for any spills that may occur after containers are removed from storage area. The VA shall be responsible for maintaining storage area in a clean and sanitary condition.

Pharmaceutical Waste Characterization: The Contractor shall perform characterization of all waste streams generated by each facility using process knowledge, identification of the chemicals, and other types of chemical analysis including but not limited to Toxicity Characteristic Leaching Procedure (TCLP). Chemical wastes shall include but not be limited to ignitable, corrosives, poisons/ toxics, and reactive wastes. Waste characterization and chemical analysis shall be done at no additional cost to the Government.

Controlled Substance Waste: Contractor shall be responsible for collection and transport of all appropriately packaged and labeled pharmaceutical waste containers from designated generation points within main facility to designated storage area Building 1, Main Hospital, Room BN9. The contractor shall also be responsible for the proper labeling of all containers prior to transport from facility. The containers must bear the name and address of the generator (VA) and transporter (Contractor). The contractor shall perform collection daily (Monday through Friday, excluding federal holidays) between 8:00AM and 4:00PM and be responsible for any spills that may occur after containers are removed from storage area. The VA shall be responsible for maintaining storage area in a clean and sanitary condition.

Controlled Substance Pharmaceutical Waste Disposal Characterization: contractor to provide supplies, equipment, labor for Controlled Substance Waste Disposal (CsRx) Program waste containers designed to securely deactivate and dispose of controlled substances. Disposal System acts immediately to deactivate controlled substance waste in the approved container. Will be deterrent to prevent ingestions of the liquid while in use. Mandatory solidification of waste prior to shipping secures content and prevents diversion.

Containers: The contractor shall provide all containers for performance of the contract. Containers shall be of appropriate quantity, size, and style (i.e. medical waste, pharmaceutical waste and controlled substance waste) to accommodate facility monthly generation of all waste streams covered under the contract. Contractor provided containers shall be clean, sanitized, leak proof, rigid, stackable, sealable, transportable, designed so government employees will not be required to lift more than 35 lbs. and shall display the universal biohazard symbol. Containers shall be labeled IAW guidelines and regulations prescribed by regulatory authorities including Environmental Protection Agency (EPA), Department of Transportation (DOT), and Occupational, Safety and Health Administration (OSHA). All containers shall be labeled with contractor s and generator s names, addresses and phone numbers. All labels containing generator identifiers shall be removed from containers at the time of waste treatment and or/disposal. Containers shall be identifiable as to type of waste contained within, (i.e. yellow for chemo, red for medical waste) and approved by the COR. Labels will be provided for the trace chemo waste to differentiate and to identify material for incineration. Container sanitizing shall be completed at an offsite location.





Management:

Operation Plan: The contractor shall provide a management solution fully addressing all operational elements. The operation plan shall minimally address all significant aspects of performance. Standard Operating Procedures (SOP s) for conducting normal waste management activities for all waste streams covered under the contract shall be included in operation plan. The plan shall include the following, each of which shall be subject to approval by the State Health Officer or designee:

The methods to be used for handling potentially infectious biomedical waste separately from other waste which prevents unauthorize persons from having access to contact with waste.
The methods to be used for labeling each package of potentially infectious biomedical waste, and if needed, the methods for tracking such waste, if the name, address and phone number of the generator is not to appear on the outer package as specified.
The method used for loading and unloading of such waste which limits the number of persons handling the waste and minimizes the possibility of exposure of employees and the public to potentially infectious biomedical waste.
The methods to be used for decontaminating emptied reusable potentially infectious biomedical waste containers, transport vehicles and facility equipment which are know or believed to have been contaminated with potentially infectious biomedical waste.
The provision required use of clean protective gloves and uniforms for persons manually loading or unloading containers of potentially infectious biomedical waste on or from transport vehicles. Soiled protective gear shall be laundered or otherwise properly treated.
The management of any person having had bodily contact with potentially infectious biomedical waste.

Training Plan: The contractor shall provide a comprehensive training plan. The plan shall provide pharmaceutical waste training to employees responsible for placement of hazardous waste at satellite accumulation within each facility. Training shall be provided via online portal for CBOC s. The training plan shall outline annual training requirements for government staff and be facilitated by contractor. Online training is acceptable. Training records shall be electronically documented, stored, accessible, and available for government inspection as needed. The contractor shall provide quarterly reports to the core that identifies which VA employees have been trained, the date and time of training, course titles, and the regulatory statues satisfied by the training. Information covered in training plan shall include:

Spill remediation
First aid procedures
Interim storage requirements
Waste identification and labeling procedures
State specific regulation
Manifest requirements
Records management
Emergency response procedures
Land disposal restrictions
DOT Hazardous Material training

Contingency Plan: The contractor shall maintain a Standard Operating Plan for contingency operations to avoids disruption of government operations due to failure of equipment or personnel issues. The contractor shall provide contingency services within 8 hours of receiving notice from government official. Contractor shall take all reasonable measures to ensure continuity of service during contingency operations. The plan shall minimally address:

Contractor s emergency response (ER) policies and procedures
ER capabilities and limitations
Type of ER equipment maintained (specify if owned or subcontracted from whom)
ER personnel staffing levels, training and experience
How to request an emergency response
How the contractor notifies personnel and initiates response actions
Incident command procedures followed by contractor
Emergency Response procedures
Spill management procedures

Quality Plan: The contractor shall provide a comprehensive quality assurance plan. The plan shall detail most significant waste management quality elements and identify minimum CFR, DOT, EPA, OSHA and ISO standards that will be followed in performance of the contract. The contractor shall maintain electronic copies of all quality records which shall be provided to the government upon request. The government will investigate complaints from Overton Brooks VAMC. All information received will be provided either verbally and/or in writing to contractor for appropriate action. The plan shall minimally address:

A monthly recurring inspection system for services provided and identify work areas inspected.
A method of identifying deficiencies in the quality of service performed before performance becomes unacceptable.
An inspection log listing discrepancies and corrective action taken.

Safety Plan: The contractor shall provide a site-specific safety plan to aid in adequately protecting government employees and nearby population during packaging and collection operations. The plan shall identify safety protocols and modalities that will be used in performance of the requirement. The contractor shall identify which minimum CFR, DOT, EPA, OSHA, and ISO safety standards will be followed in performance of the contract.

Transportation: Contractor shall ensure the transport, handling and licensing of all waste streams identified in the contract comply with all applicable federal, state, and local statues. Contractor shall not subcontract transportation of medical waste. Contractor shall be responsible for any spill occurring during or after loading of waste containers to contractor s transport vehicle. Contractor shall ensure waste is not subject to compaction or other forms of mechanical stress. Contractor shall provide water resistant labeling on all containers clearly identifying the name of the transporter or immediate handler and state permit or identification number of the transporter. Contractor shall deliver all medical waste covered under the contract only to facilities that are permitted to transfer, store, treat, or otherwise receive such waste in accordance with all federal, state and local laws, rules and regulations.

Vehicles: All transportation equipment shall be properly permitted, and copies of all permits shall be provided to VA prior to execution of any contract. Contractor vehicles shall meet the following minimum requirements:

The vehicle must have a fully enclosed cargo carrying body or compartment which is an integral part of the vehicle or firmly attached thereto and which affords protection from theft, vandalism, inadvertent human and animal exposure, rain, rodents, and insects. The cargo body or compartment shall be separated by a solid barrier from the driver and passenger.
Provisions shall be made for the containment within the body or compartment of any liquid that might leak from packaged waste.
The cargo body or compartment shall be maintained in good sanitary condition and must be secured when left unattended.
The cargo body or vehicle containing the cargo compartment shall be identified on both sides with the name of contractor. The vehicle shall have the words Medical Waste , Infectious Waste, Regulated Medical Waste , or Potentially Infectious Biomedical Waste in letters at least three inches high on contrast background. In addition, a current permit decal issued by the department of Health shall be affixed to the lower front section of the left side of the cargo body or to the driver s side door of vehicle.
Personnel: All contractor transportation equipment operators shall be appropriately trained driving, equipment operations, and spill procedures. Any person transporting potentially infectious biomedical waste for a generator other than himself shall secure a permit form the State Health Officer or his duly authorized representative by submitting each of the following:

A completed and signed permit application form provided by the Louisiana Department of Health and Hospitals. The forms shall contain the following:

A statement certifying that the permittee understands and will comply with the applicable requirements of this chapter;
A list of vehicles and containers to be used by the permittee for transporting potentially infectious medical waste, and;
A copy of certificate of insurance.
A commitment that insurance will be fully maintained for the duration of the permit.

Disposal: Contractor must be registered with the State Office and provide a copy of that registration to VA. The contractor shall incinerate or otherwise dispose of all waste streams covered under contract in accordance with all applicable EPA, DOT, OSHA, and any other federal, state and local guidelines. The medical waste covered under the contract shall be incinerated by the contractor in accordance with federal, state, and local laws rules and regulations. The incineration equipment and site shall be appropriately permitted as per state Sanitary of Louisiana, Sanitary Code 27:027.2. Contractor shall provide to the VA prior execution of the contract, copies of all applicable permits, including permits to build, permit to install, permit to operate, solid waste permit and air quality permit. He contractor shall comply with all EPA, DEQ, federal, state, and local laws and regulations. Contractor shall provide evidence of long-term pollution liability coverage.

Documentation
The contractor shall provide a completed and signed Uniform Hazardous Waste Manifest to the COR or designee before any waste material is shipped from Overton Brooks VAMC. The manifest shall be signed by the contractor and the COR or designee and a copy provided to the COR or designee. Manifests data shall minimally include:

Pickup/Delivery Location
Pickup/Delivery Date
Amount of waste (number of containers picked up and/or pounds)
Destruction Certification Document/Manifest Number
Destruction Certificate Date

PRICE/COST SCHEDULE
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

12.00
MO
__________________
__________________

RMW Autoclave - Includes up to 15,250 pounds per month of autoclaved waste.

0002

12.00
MO
__________________
__________________

2 RMW Incineration - Includes up to 500 pounds per month of incinerated waste.

0003

12.00
MO
__________________
__________________

Rx Program Main Facility - Allotting for 56 container locations with 1-2 gl black haz waste disposable container and 1-8 gl blue reusable non-haz container. Disposal of up to 24 hazardous waste drums annually.

0004

12.00
MO
__________________
__________________

Rx Program CBOC's - On call services. Up to two pick-ups per year, includes WEBBASED training only, up to 4 containers any size (18-8- 2 gl) annually.

0005

12.00
MO
__________________
__________________

CsRx Program Alloting for up to 15 locations for 1 & 3 gallon containers. Will be monitored weekly and disposed of as required.

0006

1.00
YR
__________________
__________________

Waste Audit - Facility survey of RMW, recyclables and provide comprehensive report on process improvements for waste flow and characterization. Quarterly Audits

0007

1.00
YR
__________________
__________________

U.S. DOT Training - 1 U.S. DOT Train the Trainer Session (base period only) to be provided at the Overton Brooks VA Medical Center.

1001

12.00
MO
__________________
__________________

RMW Autoclave - Includes up to 15,250 pounds per month of autoclaved waste.

1002

12.00
MO
__________________
__________________

2 RMW Incineration - Includes up to 500 pounds per month of incinerated waste.

1003

12.00
MO
__________________
__________________

Rx Program Main Facility - Allotting for 56 container locations with 1-2 gl black haz waste disposable container and 1-8 gl blue reusable non-haz container. Disposal of up to 24 hazardous waste drums annually.

1004

12.00
MO
__________________
__________________

Rx Program CBOC's - On call services. Up to two pick-ups per year, includes WEBBASED training only, up to 4 containers any size (18-8- 2 gl) annually.

1005

12.00
MO
__________________
__________________

CsRx Program Alloting for up to 15 locations for 1 & 3 gallon containers. Will be monitored weekly and disposed of as required.

1006

1.00
YR
__________________
__________________

Waste Audit - Facility survey of RMW, recyclables and provide comprehensive report on process improvements for waste flow and characterization. Quarterly Audits

2001

12.00
MO
__________________
__________________

RMW Autoclave - Includes up to 15,250 pounds per month of autoclaved waste.

2002

12.00
MO
__________________
__________________

2 RMW Incineration - Includes up to 500 pounds per month of incinerated waste.

2003

12.00
MO
__________________
__________________

Rx Program Main Facility - Allotting for 56 container locations with 1-2 gl black haz waste disposable container and 1-8 gl blue reusable non-haz container. Disposal of up to 24 hazardous waste drums annually.

2004

12.00
MO
__________________
__________________

Rx Program CBOC's - On call services. Up to two pick-ups per year, includes WEBBASED training only, up to 4 containers any size (18-8- 2 gl) annually.

2005

12.00
MO
__________________
__________________

CsRx Program Alloting for up to 15 locations for 1 & 3 gallon containers. Will be monitored weekly and disposed of as required.

2006

1.00
YR
__________________
__________________

Waste Audit - Facility survey of RMW, recyclables and provide comprehensive report on process improvements for waste flow and characterization. Quarterly Audits

3001

12.00
MO
__________________
__________________

RMW Autoclave - Includes up to 15,250 pounds per month of autoclaved waste.

3002

12.00
MO
__________________
__________________

2 RMW Incineration - Includes up to 500 pounds per month of incinerated waste.

3003

12.00
MO
__________________
__________________

Rx Program Main Facility - Allotting for 56 container locations with 1-2 gl black haz waste disposable container and 1-8 gl blue reusable non-haz container. Disposal of up to 24 hazardous waste drums annually.

3004

12.00
MO
__________________
__________________

Rx Program CBOC's - On call services. Up to two pick-ups per year, includes WEBBASED training only, up to 4 containers any size (18-8- 2 gl) annually.

3005

12.00
MO
__________________
__________________

CsRx Program Alloting for up to 15 locations for 1 & 3 gallon containers. Will be monitored weekly and disposed of as required.

3006

1.00
YR
__________________
__________________

Waste Audit - Facility survey of RMW, recyclables and provide comprehensive report on process improvements for waste flow and characterization. Quarterly Audits

4001

12.00
MO
__________________
__________________

RMW Autoclave - Includes up to 15,250 pounds per month of autoclaved waste.

4002

12.00
MO
__________________
__________________

2 RMW Incineration - Includes up to 500 pounds per month of incinerated waste.

4003

12.00
MO
__________________
__________________

Rx Program Main Facility - Allotting for 56 container locations with 1-2 gl black haz waste disposable container and 1-8 gl blue reusable non-haz container. Disposal of up to 24 hazardous waste drums annually.

4004

12.00
MO
__________________
__________________

Rx Program CBOC's - On call services. Up to two pick-ups per year, includes WEBBASED training only, up to 4 containers any size (18-8- 2 gl) annually.

4005

12.00
MO
__________________
__________________

CsRx Program Alloting for up to 15 locations for 1 & 3 gallon containers. Will be monitored weekly and disposed of as required.

4006

1.00
YR
__________________
__________________

Waste Audit - Facility survey of RMW, recyclables and provide comprehensive report on process improvements for waste flow and characterization. Quarterly Audits





GRAND TOTAL
__________________


The period of performance is base year 10/2019 09/2020 with Four one-year options.
Place of Performance
Facility Locations:
Overton Brooks VAMC, 510 E. Stoner Ave, Shreveport, LA
Monroe CBOC, 250 DeSiard Plaza Drive, Monroe, Louisiana
Texarkana CBOC, 910 Realtor Ave. Texarkana, Arkansas
Longview CBOC, 1005 N. Eastman Rd. Longview, Texas

Award shall be made to the quoter whose quotation offers the best value for the government based on Price, Technical capability/approach, and past performance. The government will evaluate information based on the following evaluation criteria: Price, Technical capability/approach
B *the Government intends on sending the lowest price quote to technical evaluation. After the solicitation closing time and date.

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items OCT 2018
FAR 52.212-3, Offerors Representations and Certifications Commercial Items OCT 2018
52.204-7, System for Award Management OCT 2018
52.204-16, Commercial and Government Entity Code Reporting JUL 2016
52.209-7, Information Regarding Responsibility Matters OCT 2018
52.217-5, Evaluation of Options JUL 1990
52.233-2, Service of Protest SEPT 2006
852.209-70, Organizational Conflicts of Interest JAN 2008
852.233-70, Protest Content/Alternative Dispute Resolution OCT 2018
852.233-71, Alternate Protest Procedure OCT 2018
852.270-1, Representatives of Contracting Officers JAN 2008
852.273-74, Award Without Exchanges JAN 2003

*Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items OCT 2018
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders OCT 2018
52.203-16, Preventing Personal Conflicts of Interest DEC 2011
52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights APR 2014
52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011
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 JUL 2016
52.217-8, Option to Extend Services NOV 1999
52.217-9, Option to Extend the Term of the Contract MAR 2000
52.232-19, Availability of Funds for the Next Fiscal Year APR 1984
52.232-40, Providing Accelerated Payments to Small Business Subcontractors DEC 2013
852.203-70, Commercial Advertising MAY 2008
852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016)
852.237-70, Contractor Responsibilities APR 1984

The following subparagraphs of FAR 52.212-5 are applicable:
52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
(4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109 282) (31 U.S.C. 6101 note).
(6) 52.204 14, Service Contract Reporting Requirements (OCT 2016) (Pub. L. 111 117, section 743 of Div. C).
(8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note).
(9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313).
(16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)).
(21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f).
(22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)).
(25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
(27) 52.222-21, Prohibition of Segregated Facilities (APR 2015).
(28)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246).
(29)(i) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212).
(30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
(31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).
(32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496).
(33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627).
(34) 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 12989).
(42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
(49) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008)
(C)(2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67).
(C) (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
(C)(4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
(C) (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015).
(C) (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).


All quoters shall submit the following: 1 Copy of the following
Volume 1: Technical Approach/capabilities
Volume 2: Price

All quotations shall be sent to aaron.angstadt@va.gov

This is an open-market combined synopsis/solicitation for services as defined herein.B B The government intends to award a Firm Fixed Price Contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoter shall list exception(s) and rationale for the exception(s).

Submission shall be received not later than 2:00P.M. Central on 9/20/2019. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Emailed quotes will be accepted.

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Aaron Angstadt, aaron.angstadt@va.gov.

INSTRUCTIONS TO OFFERORS
This acquisition is being procured using Simplified Acquisition Procedures under the authority of FAR Part 13.5 procedures. This solicitation is Unrestricted. which includes all CLIN items being requested in the solicitation. The Government intends to solicit this requirement and award a subsequent contract without discussions, clarifications, or negotiations. However, if necessary the Government will seek clarification and additional information for offers that are submitted from any eligible offeror. Offerors are encouraged to provide their best offer initially because the opportunity to enter into discussions or to provide a better offer at a later time will not be possible. The Government intends to award to the offeror whose offer represents the best value to the government after consideration of all technical and price factors. FAR Part 52.212-2, Evaluation - Commercial Items:B does not apply to this solicitation.B Pursuant to FAR subpart 13.106-2, the Government will award a Firm-Fixed Price contract to a single successful offeror/contractor whose offer/quote in response to this solicitation will be most advantageous to the Government. Award will be made to the lowest priced offeror that meets ALL requirements of this solicitation and the Statement of Work (SOW).

OFFER SUBMISSION GUIDANCE:

Offer Submission Guidance: Offers shall be submitted via e-mail only to Aaron Angstadt, aaron.angstadt@va.gov. Offers shall be submitted on or before the close date/time as specified in this solicitation. Offers are due no later than Friday, Sep. 20, 2019, by 2:00 p.m. CDT (New Orleans, LA). Any contractor submissions or requests for information about this RFQ received after the closing date and time of this solicitation (for any reason) are late and shall not be considered. It is unlikely that the solicitation close date will be extended so offerors are encouraged to respond on or before the close date with their best offer.

Solicitation Questions: Questions shall be submitted via e-mail only Aaron Angstadt, aaron.angstadt@va.gov. Questions/answers will be posted via an amendment to this solicitation. It is the responsibility of the contractor to monitor FedBizOpps for any and all amendments to this solicitation. Questions shall only be accepted from those parties who are an interested party to this solicitation.


INSTRUCTIONS FOR OFFER PREPARATION AND SUBMISSION

Offerors shall submit their offer in two volumes as detailed in this section of the solicitation. All offers shall conform to the solicitation provisions and be prepared in accordance with this section. Offers shall be clearly and concisely written as well as neat, indexed (cross indexed as appropriate) and be logically assembled. All pages shall be appropriately numbered and the font chosen should be easily readable. Each volume will be separated by section and will include a Table of Contents identifying each section.

OVERALL ARRANGEMENT OF OFFERS

Volume 1 will contain responses to Technical Capability evaluation criteria. Technical Capability is comprised of the following factors: A. Relevant Experience, B. Personnel Qualifications, Capabilities, and Certifications, and C. Schedule. This volume will be clearly marked on the outside and on the cover page with the Offeror s name, the solicitation number, and the title Technical Proposal. Such input/feedback is necessary to ensure that potential offerors are specifically addressing the specific requirements of this solicitation and the SOW in relation to their relevant qualifications and related experience to this requirement. Volume 1 must not contain any pricing information.

Volume 2 will contain the information required under the price factors listed below. This volume will be clearly marked on the outside and on the cover page with the Offeror s name, the solicitation number, and the title Price Proposal .
a) Pricing shall be entered as required on the pricing schedule and totaled at the bottom of the pricing schedule.

VOLUME 1 TECHNICAL Volume

Technical Capability Offerors shall submit documentation to prove their capability to perform the services described in the SOW. Offerors should address all aspects of the statement of work in sufficient detail to show a complete understanding of the requirement and a well-formed plan to execute the tasks required. The offeror s proposal shall contain information demonstrating the relevance of the Offeror's experience as it relates to. Relevant experience is defined as experience that is the same as, related to and/or or is similar to the current need requirement.

The Offeror shall submit the following as part of Volume I:

Factor A: Experience:

The offeror s proposal shall contain information demonstrating the relevance of the Offeror's experience as it relates to healthcare organization transformation services, in order to accomplish SOW tasks/deliverables.

Factor B: Personnel Qualifications, Capabilities, and Certifications

The personnel required for the successful execution of this requirement are identified in the SOW. Offerors shall include as part of their submission a description of the skills, abilities, knowledge, and certifications of the personnel who will be responsible for carrying out tasks. Documentation which includes (but is not limited to) resumes, certifications, credentials, and education documents should be submitted that verifies the relevant experience, education, and knowledge of these individuals. Individuals shall demonstrate experience in projects of similar scope, nature, and duration, with examples if available. Personnel who will be provided to execute this requirement shall be available at the appropriate times and durations.

Factor C: Schedule

Offerors shall submit documentation to prove their ability to meet the performance schedule as defined in the SOW. Offerors shall be specific on their plan to ensure timely performance of all required tasks within the appropriate/necessary time windows that are outlined in the sow. The Offeror's proposal shall demonstrate the Offeror's understanding of the requirements and describe how the Offeror proposes to meet anticipated/projected dates when completing these tasks. A projected schedule which indicates the ability to successfully complete tasks/deliverable (within the appropriate time windows) should be included.

VOLUME 2 PRICE Volume
Price Offeror shall include in this section the following items:
a) Pricing entered as required on the pricing schedule and totaled at the bottom of the pricing schedule.
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS
Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.
Evaluation Criteria
Lowest Price Technically Acceptable

Basis of Award:
A Lowest Priced Technically Acceptable procurement is being conducted. As such, award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the non-cost factor. Past Performance history will be considered for responsibility determination purposes only (FAR 9.104-1(c). The evaluation factors are as follows:

Factor 1-Price
Factor 2-Technical

Under the technical factor, each offeror s responses will be evaluated on a pass/fail basis or acceptable/unacceptable basis. This determination will be based on the offeror demonstrating in its proposal a technical solution that minimally meets the technical requirements specified in the Solicitation s Statement of Work.

Price will be evaluated for fairness and reasonableness.
Factor 1 PRICE: Prices will be evaluated on the basis of price fairness and reasonableness.
Factor 2 TECHNICAL CAPABILITIES/APPROACH: Offerors must submit relevant information demonstrating technical capability to satisfactorily perform the following requirement as expressed in the Statement of Work in the Solicitation.
Point of Contact
Aaron Angstadt, Contracting Officer
1515 Poydras St suite 1100, New Orleans 70112
Aaron.angstadt@va.gov

Aaron Angstadt
Contracting Officer
504-412-3700 *74165

aaron.angstadt@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP