The RFP Database
New business relationships start here

Sensitive Document Destruciton WNY VAMC (VA-17-075348)


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

Page 16 of 17
Page 16 of 17
COMBINED SYNOPSIS/SOLICITATION DOCUMENT DESTRUCTION FOR BUFFALO VA MEDICAL CENTER, BATAVIA VAMC AND REGIONAL CBOC S AND FACILITIES
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 FAR 13.5 Simplified Procedures for Certain Commercial Items , 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) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number VA242-17-Q-0726.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1.
(iv) This procurement is being issued as a total small business set aside. The North American Industry Classification System (NAICS) code is 561990, All Other Support Services, with a small business size standard of $11.0 Million.

(v) The Contractor shall provide pricing to provide Document Destruction Services. See table below:

PRICING FOR Document Destruction Service for WNY
Line Item
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
001A
Base year: Buffalo VAMC Weekly Services
10/1/17 09/30/18
12
MONTH


001B
Base year: Batavia & Apple Tree Biweekly Service 10/1/17 09/30/18
12
MONTH


001C
Base year: CBOC s, Day Treatment, Adult Daycare and Healthcare for the Homeless Monthly Services 10/1/17 09/30/18
12
MONTH


002A
Option year 1: Buffalo VAMC Weekly Services
10/1/18 09/30/19
12
MONTH


002B
Option year 1: Batavia & Apple Tree Biweekly Service 10/1/18 09/30/19
12
MONTH


002C
Option year 1: CBOC s, Day Treatment, Adult Daycare and Healthcare for the Homeless Monthly Services
10/1/18 09/30/19
12
MONTH


003A
Option year 2: Buffalo VAMC Weekly Services
10/1/19 09/30/20
12
MONTH


003B
Option year 2: Batavia & Apple Tree Biweekly Service 10/1/19 09/30/20
12
MONTH


003C
Option year 2: CBOC s, Day Treatment, Adult Daycare and Healthcare for the Homeless Monthly Services
10/1/19 09/30/20
12
MONTH


004A
Option year 3: Buffalo VAMC Weekly Services
10/1/20 09/30/21
12
MONTH


004B
Option year 3: Batavia & Apple Tree Biweekly Service 10/1/20 09/30/21
12
MONTH


004C
Option year 3: CBOC s, Day Treatment, Adult Daycare and Healthcare for the Homeless Monthly Services
10/1/20 09/30/21
12
MONTH


005A
Option year 4: Buffalo VAMC Weekly Services
10/1/21 09/30/22
12
MONTH


005B
Option year 4: Batavia & Apple Tree Biweekly Service 10/1/21 09/30/22
12
MONTH


005C
Option year 4: CBOC s, Day Treatment, Adult Daycare and Healthcare for the Homeless Monthly Services
10/1/21 09/30/22
12
MONTH



TOTAL PRICE





(vi) Description of requirement


STATEMENT OF WORK (SOW)
3/31/17




STATEMENT OF WORK (SOW)-Removal of Sensitive Documents

1. Requirement

Removal of sensitive documents from the VHA WNY Healthcare System is required at the following locations:

Serviced Weekly:

VA Medical Center
3495 Bailey Avenue
Buffalo, New York 14215

Serviced bi-Weekly:

VA Medical Center
222 Richmond Avenue
Batavia, New York 14020

VA Offices at Apple Tree Business Park
2875 Union Road, Suite 3500
Cheektowaga, New York 14227

Serviced Monthly:

VA CBOC Niagara Falls VA CBOC Jamestown
2201 Pine Avenue 608 West 3rd Street
Niagara Falls, NY 14301 Jamestown, NY 14701

VA HBPC Jamestown VA CBOC Lackawanna
610 West 3rd Street 1234 Abbott Road
Jamestown, NY 14701 Lackawanna, NY 14218

VA CBOC Olean VA CBOC Springville
465 North Union Street 15 Commerce Drive
Olean, NY 14760 Springville, NY 14141

VA HBPC Springville VA Day Treatment Center
27 Franklin St., Suite 7 2963 Main Street
Springville, NY 14141 Buffalo, NY

VA Healthcare for Homeless Program
1298 Main Street
Buffalo, NY

VA Adult Daycare
3131 Sheridan Drive, Suite 103,
Amherst 14226


2. Scope

Description of Services: Contractor shall ensure that document information/material will be secure from the point of pick-up, to the point of generation, to the point of destruction; and that ALL documents shall be destroyed beyond recognition (burned to a pulp). The Contractor shall be required to make pick-ups as required by volumes generated of document materials for destruction. The day(s) of pick-up will be agreed upon by the Contracting Officer s Representative (COR) and the Contractor. The COR shall provide a location list of consoles and totters to be serviced, and/or other materials for destruction on the day of pick up, or by mutual consent with an established schedule. This list will be kept current by both the COR and vendor.

Contractor shall provide secured/locked consoles and totters free of charge.
Contractor shall provide a listing of rooms where all consoles and totes are within the facility at all locations to the COR quarterly or when changes are made.
Contractor shall pick up totes from rooms/locations within the facilities
Contractor shall provide servicing of consoles and totters per instructions of COR.
Contractor must be able to destroy materials regularly placed in consoles and totters of the following mixed type:

Approximately 14,000-20,000 pounds of paper material monthly, 100 totters.
Paper of any color, Carbon Paper
Paper clips, staples, metal binder clips, binding left on disposed paper
Diskettes and CDs

Contractor shall destroy materials regularly placed in consoles and totters in the following manner prescribed by VA Handbook 6500, Risk Management Framework for VA Information Systems tier 3: VA Information Security Program., and VA Directive 6371, Destruction of Temporary Paper Records.

Destroy paper by incineration at a secure facility that passes government inspection. When material is burned it must be reduced to a white ash. A Certificate of Destruction will be provided to the COR weekly after incineration stating the number of totes incinerated. Destroy microfilm, microfiche, or other reduced image photo negatives by burning. When material is burned, residue must be reduced to white ash. The original signed in ink, Certificate of Destruction must be given to the VA Medical Center COR for our records. Sensitive Documents picked up from the VA must go directly to the point of destruction with no other stops or that the contractor must make notification to the COR if there will be stops before the point of destruction. If there are any stops the truck and contents must be secured.

The contactor shall destroy all material on the same day of pick up or make written notification to the COR with a justification of why destruction is delayed and what the contractor has put in place to protect the material (electronic mail is acceptable). In no case will the contractor hold any material for greater than 24 hours.B The contractor will put in place process to ensure that the truck is locked at all times and will limit the number of stops when VA material is on-board.






Contractor (Owned) Provided Supplies/Equipment:

The Contractor shall provide to the listed sites below, totters and consoles as needed at no cost to the Government. Keys to all consoles and totes placed at the VA shall be provided to the COR. Consoles shall meet the following specifications:

Approximate size - 35"-40" in height, 15"-19" in width, and 15"-19" in depth.
Must be securely locked with a deadbolt mechanism. Keys to be provided by Contractor to the COR or designee for all consoles and totes at all sites. On service dates, no console or tote shall be provided without a key given to the COR.
Must have a frontal opening approximately 2"X15" for depositing materials
Must contain an inner bag that will hold approximately 100 pounds of material, when full, secured inside the unit
Must be aesthetically pleasing to the eye, preferably gray or similar light color in nature, and be able to accept labeling for acceptable material.

Approximate totals for no charge Consoles to be provided by contractor:
Buffalo VAMC 233 Consoles
Batavia VAMC 35 Consoles
Apple Tree 3 Consoles
VA Day Treatment Center 3 Totes
VA Healthcare for Homeless Program 2 Totes
VA Adult Daycare 2 Totes
VA CBOC Niagara Falls 2 Totes
VA CBOC Jamestown 2 Totes
VA HBPC Jamestown 2 Totes
VA CBOC Lackawanna 2 Totes
VA CBOC Olean 2 Totes
VA CBOC Springville 2 Totes
VA HBPC Springville 2 Totes

Total 292 Consoles/Totes



The Contractor shall provide the VA sites listed below with locked totters with keys provided to the COR as needed at no cost to the Government. Totters shall meet the following specifications:

Totters shall accommodate 65-95 gallons or 200-300 pounds of material when full.
Totters shall be easily mobile (have wheels)
Totters shall be plastic in nature
Totters shall be locked with lock and Keys to be provided by Contractor to the COR or designee.
Totters shall have a slot on top of unit approximately 2" X 17"

Totters shall be able to accept labeling for type of material acceptable.

Sites:

VA Medical Center 3495 Bailey Avenue, Buffalo, New York 14215
VA Medical Center 222 Richmond Avenue , Batavia, New York 14020
VA Offices at Apple Tree Business Park 2875 Union Road, Suite 3500 Cheektowaga, New York 14227
VA CBOC Niagara Falls 2201 Pine Avenue Niagara Falls, NY 14301
VA CBOC Jamestown 608 West 3rd Street Jamestown, NY 14701
VA HBPC Jamestown 610 West 3rd Street Jamestown, NY 14701
VA CBOC Lackawanna 1234 Abbott Road Lackawanna, NY 14218
VA CBOC Olean 465 North Union Street Olean, NY 14760
VA CBOC Springville 15 Commerce Drive Springville, NY 14141
VA HBPC Springville 27 Franklin St., Suite 7 Springville, NY 14141
VA Day Treatment Center 2963 Main Street Buffalo, NY
VA Healthcare for Homeless Program 1298 Main Street Buffalo, NY
VA Adult Daycare 3131 Sheridan Drive, Suite 103, Amherst 14226


Approximate totals for no charge Totes to be provided by contractor:
Buffalo VAMC- 30 each (approx. 64 Gal); 3 each (approx. 95 Gal.)
Batavia VAMC- 2 each (approx. 64 Gal); no large totes.
Apple Tree - 3 (approx. 95 gal); no small totes.
VA Day Treatment Center - approx. 64 Gal
VA Healthcare for Homeless Program - approx. 64 Gal
VA Adult Daycare - approx. 64 Gal
VA CBOC Niagara Falls - approx. 64 Gal
VA CBOC Jamestown - approx. 64 Gal
VA HBPC Jamestown - approx. 64 Gal
VA CBOC Lackawanna - approx. 64 Gal
VA CBOC Olean - approx. 64 Gal
VA CBOC Springville - approx. 64 Gal
VA HBPC Springville - approx. 64 Gal

Facility Contractor Badge: Contractor shall sign out employee personnel badges from the EMS office at the beginning of service performance, and sign back in badge at end of service call. Badges shall not leave the facility. Badges in Buffalo are obtained in the EMS office Room 63, and in Batavia in Building 3, Room 104. At Apple tree Business Park Ring door bell and check in with Administrative Officer in Room 14. Document log of how many totes are leaving the facility at each site. Contractor shall check in at all CBOCs and HBPCs reception desk.

Work Hours: Regular business hours for the EMS offices are 6:00 AM to 2:00 PM, Monday through Friday. The Contractor shall provide a work schedule with a timeframe and preferred day of service (i.e. Tuesday August 7th, 2015 7:00 AM EST) to the COR or his/her designee no later than the contract commencement date. The work schedule must be approved by the EMS Manager or his/her designee.

Documentation: The Contractor shall maintain an excel spreadsheet or other acceptable spreadsheet software to provide weekly feedback to the VA on the types and amount of materials picked up from the specified VA locations. The Contractor shall provide an updated list monthly, or as requested, to the COR or designee, and provide a log with the number of totters removed from the facility at the end of each service. This log will be kept with the contractor badges in the EMS Office. The original signed in ink Final Certificate of Destruction must be given to the VA Medical Center COR for our records. The final Certificate of Destruction will contain the following: date received, quantity, method of disposal, certify during the witnessed incineration the date/time of the burnout. Contractor will provide an updated NAID Certificate.

Types of Sensitive Document Removal that will not be entertained: The VA WNY is seeking services to include consoles and totters on-site and incineration with original Certificate of Destruction provided with wet signature. No other method of destruction are acceptable.

3. Quality Assurance Surveillance Plan

The Government desires to maintain a quality standard in operating, and maintaining sensitive documentation for disposal and believes that a service contract is the best means of achieving that objective. The Contractor, and not the Government, is responsible for management and quality control actions to meet the terms of the contract. The role of the Government is quality assurance to ensure contract standards are achieved. The Contractor and the COR shall develop specific monitors covering work performance and management under this contract. A copy of these monitors shall be maintained by both parties. Monitors shall be completed no later than six (6) weeks after date of award. The Government will monitor the Contractor s performance under this contract utilizing customer complaints, performance requirements, and random quality assurance inspections.
Quarterly Meetings with COR:

It is the COR s responsibility to develop a monthly schedule for activities based on the surveillance plan s requirements. This schedule will cover the times during which work is being performed or re-performed under the terms of this contract. The surveillance schedule will be monthly. The monthly schedule will be completed by the last workday of the preceding month and a copy will be submitted electronically to the Contracting Officer for information. The COR will routinely inspect containers on-site, and document the inspection. Unannounced inspections will be completed periodically with the privacy Officer and COR to ensure information within the containers are safeguarded at all times.

4. Security Requirements

Final Destruction: Final destruction performed away from a VA facility must be performed, where practicable, by a National Association for Information Destruction (NAID) certified, bonded and insured recycler or paper mill, and any intermediary processes must protect the records until final destruction is completed. Final destruction will be witnessed by the contractor employee.

This destruction must be to the degree that the information contained on them is not readable and not re-constructible without extraordinary effort. If interim destruction is not carried out by VA employees, it must be carried out by a National Association for Information Destruction (NAID) certified, bonded, and insured contractor who has contracted to provide sufficient reasonable safeguards to protect the records until final destruction has been completed. Methods of interim destruction carried out by a contractor must be witnessed by a Federal employee or, if authorized by the organization that created the records, a contractor employee may act as witness, and the written attestation shall be submitted to the organization that created the records. The contractor employee may be the vendor performing the interim destruction as long as a certification of destruction is provided to VA.

Certifications of destruction must be maintained in accordance with applicable VA Records Control Schedules, and should only be accepted from data destruction or recycle vendors after final destruction has actually taken place.

Contracts for destruction of temporary paper records must include specific clauses to ensure that PII and other sensitive temporary records are handled in a secure manner until they undergo final destruction. At a minimum, these contracts shall require documentation that any contractor who will handle the records until final destruction is completed is bonded, insured, NAID certified for paper/printed media destruction, and can provide reasonable physical safeguards for the data throughout the destruction process.

Records Management Clause needs to be added to any Contracts requiring the creation, use, storage, or disposition of Federal Records:

Use of Contractor's site and services may require management of Federal records. If the contractor holds Federal records, the contractor must manage Federal records in accordance with all applicable records management laws and regulations, including but not limited to the Federal Records Act (44 U.S.C. chapters 21, 29, 31& 33), and regulations of the National Archives and Records Administration (NARA) at 36 CFR Chapter XII Subchapter B). Managing the records includes, but is not limited to secure storage, retrievability, and proper disposition of all federal records including transfer of permanently valuable records to NARA in a format and manner acceptable to NARA at the time of transfer. The agency also remains responsible under the laws and regulations cited above for ensuring that applicable records management laws and regulations are complied with through the life and termination of the contract.

Paper records are under the purview of the Privacy Officer and the Records Manager and disposition of such records must follow the official Records Control Schedule for each office. In accordance with VA Directive 6371, under 36 C.F.R 1228.58, and record management policy, all paper records to be disposed of that do not contain sensitive data must be sold as waste paper. However, if the records require special protection because they are deemed to contain VA sensitive information, the wastepaper contractor must be required to wet pulp, macerate, chop, shred, or otherwise definitively destroy the information contained in the records according to NIST SP 800-88 standards and VA 6500.1 Handbook. Paper documents must be shredded to 1 x 5mm if shredding is the end point in the destruction process. Disintegration is also an acceptable method of destruction, if the disintegrator device utilizes a 3/32 inch security screen. If a facility contracts with a company, language must be included in the contract to specify that information will be secured at every stage of the disposal process.


5. Period of Performance.

Services are required to start on October 1, 2017 through September 30, 2018 with provision of four (4) option periods.

6. Contractor Personnel Security Requirements

All contractor employees will require a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to all subcontractor personnel.

A. Position Sensitivity The position sensitivity has been designated as Low Risk for Document Destruction services.

B. Background Investigation The level of background investigation commensurate with the required level of access is National Agency Check with Written Inquiries (NACI).

1. Contractor Responsibilities

The contractor shall bear the expense of obtaining background investigations. If the Office of Personnel Management (OPM) conducts the investigation, the contractor shall reimburse VA within 30 days. If timely payment is not made within 30 days from date of bill for collection, then VA shall deduct the cost incurred from the contractors 1st month(s) invoice(s) for services rendered.

All contractor and subcontractors employees are required to complete VA s Security Awareness and Privacy Training course annually either on-line or hard copy. TMS Course #10176. Contractor and subcontractors employees will provide a course certificate when completed.

The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship and are able to read, write, speak and understand the English language.

The contractor shall submit or have their employees submit the following required forms to the VA Office of Security and Law Enforcement within 15 days of receipt:

Standard Form 85P, Questionnaire for Public Trust Positions

Standard Form 85P-S, Supplemental Questionnaire for Selected Positions

FD 258, U.S. Department of Justice Fingerprint Applicant Chart

Optional Form 306, Declaration for Federal Employment

The Contractor shall inform the contract employee that when filling out Standard Form 85, that there should be no gaps in employment history. Any gaps in employment history on Standard Form 85 may result in rejection of the documentation for investigation.

The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract.

Failure to comply with the contractor personnel security requirements may result in termination of the contract for default.

The contractor awarded the contract will provide after contract award notification and prior to contract performance a listing of contractor personnel that will be performing services under the contract.

The contractor shall be responsible to provide evidence to the Contracting Officer that investigations have been completed or in the process of being requested within 15 calendar days from receipt of award.


2. Government Responsibilities

The contracting officer will forward the names, social security numbers, and dates of birth of the contractor s employees to the VA Law Enforcement Training Center/SIC.

The VA Law Enforcement Training Center/SIC will provide the necessary investigative forms to the contractor or to the contractor's employees, coordinate the background investigations, and notify the contracting officer and contractor of the results of the investigations.

The VA facility will pay for requested investigations in advance. A bill for collection will be sent to the contractor to reimburse the VA facility. The contractor will reimburse the VA facility within 30 days. If timely payment is not made within 30 days from date of bill for collection, then VA shall deduct the cost incurred from the contractors 1st month(s) invoice(s) for services rendered.

The current fees associated with NACI background investigations are $297.00 each for low level investigation.

Contracting Office Address:
VISN 2 Network Contracting Office - Albany
20 Madison Ave Extension
Albany, New York 12203

Place of Performance:
Buffalo VA Medical Center
3495 Bailey Ave
Buffalo, NY 144215

(vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance.

(viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (MARCH 2016), applies to this acquisition. All offers must reference:

solicitation number for this requirement as VA242-17-Q-0726.
Name, address and telephone number of offeror
Technical description of services to be performed in accordance with the Statement of Work
Terms of any express warranty
Price
Acknowledgement of any solicitation amendments
Past performance information
A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation.
Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

The following provisions are included as addenda to FAR 52.212-1:

52.204-16 Commercial and Government Entity Code Reporting (July 2016)
52.204-17 Ownership or Control of Offeror (July 2016)
52.204-20 Predecessor of Offeror (July 2016)
52.204-22 Alternate Line Item Proposal (Jan 2017)
52.216-1 Type of Contract (April 1984)
52.233-2 Service of Protest (SEPT 2006)
852.209-70 Organizational Conflicts of Interest (JAN 2008)
852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016)
852.233-70 Protest Content (JAN 2008)
852.233-71 Alternate Protest (JAN 1998)
852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
852.270-1 Representatives of Contracting Officers (JAN 2008)

(ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition.
Award shall be made to the contractor whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: (1) technical capability to meet all of the requirements of the SOW, please provide a maximum 5 page capability statement; (2) Past performance, please provide three references for contract of similar scope and magnitude to be evaluated, The contractors Past Performance shall also be reviewed in CPARs; (3) Price, the government will evaluate offers for award purposes based on the pricing for the total requirement. Offers for partial requirement will not be evaluated and will be deemed non-responsive upon receipt.
1. Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. Technical Capability will be determined on the basis of the qualifications of the offeror s proposal, and demonstration of the following sub-factors. Subfactors are listed in order of decreasing importance.

(a) Technical Capability The Contractor shall demonstrate the ability to provide the proper containers in a variety of different sizes, accommodating different areas of the facilities. The Contractor shall demonstrate the ability to alter pickup schedules, accommodating the staff s daily needs. The Contractor shall demonstrate the ability to increase the number of containers available to the contract, accommodating the VA s changing requirements.

(b) Service Schedule The Contractor shall provide a proposed pickup schedule, including regularly scheduled pickups and response times for unscheduled pickups, demonstrating the ability to meet the requirements in the solicitation regarding container capacity.


(c) Past Experience and Expertise The Contractor shall demonstrate their knowledge, expertise, and experience in providing the required services. The Contractor shall transport and dispose of the waste in accordance with all applicable Environmental Protection Agency (EPA), National Association for Information Destruction (NAID), Department of Transportation (DOT), Occupational Safety and Health Administration (OSHA), New York State Department of Environmental Conservation (DEC) and any other state and federal regulations and guidelines.
2. Past Performance: Offerors will be evaluated on their ability to perform the services successfully. Past performance evaluation will consider reliability of past performance information, source of information, and the relevance of information. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contracting office will also review performance history in CPARS. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating.

Identify at least three references, preferably federal agency contracts, including contract number, dates of performance, points of contact, and telephone numbers, whereby you have provided the same or similar services, of the magnitude described in this solicitation. References will be considered in the evaluation process.

3. Price -Provide Unit Cost, Total Cost, and Yearly Totals by completing the Price Schedule in Section

**Technical Capability sub-factors, are equally weighted. Technical is more important than Past Performance; Technical Capability and Past Performance when combined, are moderately more important than Price.

(x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE.

(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4:

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)
52.217-8 Option to Extend Services (NOV 1999)
52.217-9 Option to Extend the Term of the Contract (MAR 2000)
52.228-5 Insurance-Work on a Government Installation (JAN 1997)
CL-120 Supplemental Insurance Requirements
52.232-18 Availability of Funds (APR 1984)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
852.203-70 Commercial Advertising (JAN 2008)
852.232-72 Electronic Submission Of Payment Requests (NOV 2012)
852.237-70 Contractor Responsibilities (APR 1984)
001AL-11-15- A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011)


(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition.

52.219-6, Notice of Total Small Business Set-Aside (NOV2011)
52.219-28, Post Award Small Business Program Representation (Jul 2013)
52.222-3, Convict Labor (June 2003)
52.222-21, Prohibition of Segregated Facilities (APR 2015)
52.222-26, Equal Opportunity (APR 2015)
52.222-50, Combating Trafficking in Persons (MAR 2015)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013)
52.222-41, Service Contract Labor Standards (MAY 2014)
52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014)
52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015).


(xiii) The Service Contract Act of 1965 does apply to this procurement, the applicable wage determination is attached to this combined synopsis/solicitation

(xiv) N/A

(xv) This is an open-market total service-disabled veteran owned small business set-aside combined synopsis/solicitation for Document Destruction Services at the Western NY Health Care System as defined herein.B B The government intends to award a 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:"
The Quoter shall list exception(s) and rationale for the exception(s).
Submission shall be received not later than 12:00 PM EST, Monday July 10, 2017. The government shall only accept electronic submissions via email, please send all quotations to Anthony.Murray2@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). RFI s will not be accepted after Tuesday July 4, 2017 @ 2:00pm EST.

(xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Anthony Murray, Contracting Officer, 518-626-6138; Anthony.Murray2@va.gov.

MURRAY, ANTHONY
518-626-6138
ANTHONY.MURRAY2@VA.GOV

CONTRACTING OFFICER

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP