Www.vendorportal.ecms.va.gov



5. PROJECT NUMBER (if applicable)CODE7. ADMINISTERED BY2. AMENDMENT/MODIFICATION NUMBERCODE6. ISSUED BY8. NAME AND ADDRESS OF CONTRACTOR4. REQUISITION/PURCHASE REQ. NUMBER3. EFFECTIVE DATE9A. AMENDMENT OF SOLICITATION NUMBER9B. DATEDPAGEOF PAGES10A. MODIFICATION OF CONTRACT/ORDER NUMBER10B. DATEDBPA NO.1. CONTRACT ID CODEFACILITY CODECODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of OffersE. IMPORTANT:is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAYis not extended.12. ACCOUNTING AND APPROPRIATION DATA(REV. 11/2016)is required to sign this document and return ___________ copies to the issuing office.is not,A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.15C. DATE SIGNEDB. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic commuication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:D. OTHERBYContractor16C. DATE SIGNED14. DESCRIPTION OF AMENDMENT/MODIFICATION16B. UNITED STATES OF AMERICAExcept as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.15A. NAME AND TITLE OF SIGNER16A. NAME AND TITLE OF CONTRACTING OFFICER15B. CONTRACTOR/OFFERORSTANDARD FORM 30 PREVIOUS EDITION NOT USABLEPrescribed by GSA - FAR (48 CFR) 53.243(Type or print)(Type or print)(Organized by UCF section headings, including solicitation/contract subject matter where feasible.)(Number, street, county, State and ZIP Code)(If other than Item 6)(Specify type of modification and authority)(such as changes in paying office, appropriation date, etc.)(If required)(SEE ITEM 11)(SEE ITEM 13)(X)CHECKONE13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONSAMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT(Signature of person authorized to sign)(Signature of Contracting Officer)17A00001NONEDepartment of Veterans AffairsVeterans Health AdministrationNetwork Contracting Office 162575 Keystone CrossingFayetteville AR 72703Department of Veterans AffairsVeterans Healthcare System of the OzarksNetwork Contracting Office 162575 Keystone CrossingFayetteville AR 72703To all Offerors/Bidders VA256-17-Q-0403 Xxx1March 27, 2017 3PM CSTSee CONTINUATION PageThe purpose of this amendment is to answer questions submitted by interested parties, to add recycling to therequirement, and extend the due date of the proposals. A. Replace bid schedule with the attached bid schedule dated 21 March 2017. B. Incorporate attached questions and answers into subject solicitation. C. Replace Performance Work Statement (PWS) with the attached PWS dated 21 March 2017.D. The bid due date is hereby changed to March 27, 2017, 3PM CST.E. All other terms and conditions remain unchanged. GENERAL:Scope: VAMC-Southeast Louisiana Veterans Health Care System, located at 2400 Canal Street, New Orleans, LA 70119, hereafter referred to as “SLVHCS”, is seeking a full service contract to provide medical and general waste removal as well as recycling services at the specified locations. All services shall be performed by qualified Contractors who are licensed and authorized to perform the work defined herein. All services shall be completed in a timely manner and in accordance with the state, local, federal, and VA standards as listed in the Statement of Work. All contractors are required to be licensed to perform services required at this location. It shall be the Contractor’s responsibility to ensure that all equipment/supplies and/or materials required during the performance of the work will comply with all Conformance Standards in the industry. All self-contained roll off compactors shall be designed for dock usage or as further defined herein. Any mechanical or electrical modifications to accommodate the compactors in the designated dock areas will be at the cost of the Contractor and not the VA. The contractor also has the responsibility for maintaining/repairing the equipment/materials, compactors operation or supplies required at no cost to the VA. The compactor must be designed to meet or exceed all safety standards to include key type lock/start control; emergency stop and safety retract controls. Unit must be designed to prevent leakage, spillage, odors and pest control concerns. The Contractor shall install, maintain and monitor an automated notification fullness system (i.e., fax) that will maximize usage and notify Contractor when compactor is ready for replacement. Setting will be at the agreement of the Contractor and COR to maximize usage of the units. The Contractor shall submit with his/her signed Proposal a detailed description of the type of compactor recommended for use under this Contract. Background: Waste specifications for removal of Regulated Medical Waste (RMW) to include Pathological, Chemotherapeutic, general refuse/rubbish and mixed grades of paper and loose cardboard for recycling under any resulting contract. (Please see attachment A) Performance Period: The Period of Performance for this contract service shall be for one (1) base year and two (2) years after Notice to Proceed.Type of Contract: The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. SPECIFICATIONS:Regulated Medical Waste (RMW) includes but is not limited to items contaminated with blood and body fluids/waste, trace chemotherapy wastes, sharps, pathological and microbiological waste or other potentially infectious materials. Trace chemotherapy is separated from other wastes and labeled for incineration. Trace chemotherapy is defined as vials or other containers that have less than 3% of the original contents by weight, after removing as much of the chemotherapy feasible. It also includes the chemotherapy remaining in all needles, bags, tubing, containers, gloves, and gowns used during chemotherapy infusionsContractor shall ensure that the handling, licensing and final disposal of Regulated Medical Waste is in compliance with the Department of Transportation (DOT), Environmental Protection Agency (EPA), Food and Drug Administration (FDA), and applicable Federal, State and Municipal governmental regulations and codes. This shall include:Transport Vehicles:Vehicles shall be equipped with fully enclosed leak-resistant cargo body, maintained in a sanitary condition and secured when left unattended. Vehicles shall bear the transporter’s name, State permit and the words “Medical Waste” or “Regulated Medical Waste” on the sides of the body.Waste shall not be subject to mechanical stress.Regulated medical waste shall not be combined with other waste.Reusable Sharps Program shall include: removal and disposal of existing sharps containers system (including disposable containers, wall brackets, carts, and cabinets, estimated quantity is 550); installation of reusable sharps containers (including lockable mounting brackets, stationary stands, mobile carts, and bulk storage/transport carts estimated quantity is 1,000); in-service training to staff on use and handling of containers and proper segregation of medical sharps waste from other medical waste; monitoring reusable sharps containers at each point of use to provide timely collection of full containers and replacement with clean/sanitized containers; transportation and disposal of medical sharps waste in accordance with Federal, State, and Local laws and regulations.Chemotherapy and Cytotoxic Waste 3% of the original contents shall be disposed of as hazardous waste in accordance with U.S. Environmental Protection Agency Code of Federal Regulations 40 CFR Parts 260-265 and Veterans Health Administration Information Letter IL 10-2004-019.? A Uniform Hazardous Waste Manifest must be signed by and a copy provided to the COR prior to any shipment of hazardous waste to verify the waste was shipped for disposal.? The Contractor shall provide a completed and signed Uniform Hazardous Waste Manifest for VAMC –SLVHCS to the COR for each shipment of hazardous waste shipped from VAMC-SLVHCS. Some types of chemotherapy — even in small amounts — may not be disposed of as trace chemotherapy but are considered RCRA hazardous waste; those items will be identified by the pharmacy and separated prior to pick up. Also, all full bags or bottles of chemotherapy (those containing more than 3% of the original contents by weight) are considered RCRA hazardous waste and must be disposed as such.Pharmaceutical Waste (RCRA) shall be disposed of as hazardous waste unless otherwise classified as non RCRA hazardous pharmaceuticals which will be incinerated only at a facility identified to accept non RCRA. However, the term “hazardous,” in the context of drug wastes, specifically refers to pharmaceuticals that are identified by the Resource Conservation and Recovery Act (RCRA) as environmental hazards for people, animals, and the environment.Removal of the hazardous and non-hazardous pharmaceutical waste will be normally performed during the hours of 8:00 AM and 4:30 PM, Monday through Friday, excluding National Holidays. The Contracting Officer Representative (COR) is available during those hours for the approval of manifests and other required documentation, unless exigent circumstances require services during an unscheduled time period. After-hours access will be coordinated with the COR or the Coordinator’s designee. The Contractor and the COR will arrange for a routine (non-emergency) service based upon volume for the main hospital. This will occur on a monthly, bi-monthly, or quarterly basis depending on rate of generation. Pharmaceutical waste service for CBOC’s will be on an as needed basis and arranged through the COR or designee. To be considered for the contract award, the bidder must possess the necessary technical expertise and resources required by this solicitation in order to be considered for contract award. Pharmaceutical Formulary Review Annual Update – The contractor will provide an electronic review of the medical center formulary and provide recommendations as appropriate. The completed review will identify all listed waste, characteristic waste and RCRA-equivalent waste. The review will also identify Department of Transportation packing and labeling instructions. The final review will be submitted in Microsoft Excel spreadsheet in an electronic file.The Contractor is required to perform characterization of all waste streams identified by each facility using process knowledge, identity 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. Work shall be performed in accordance with all applicable, Federal, State, Local and governing regulations. The Contractor will obtain permission from the COR before conducting chemical analysis to be charged against the contract.The contractor shall furnish appropriate containers for pick-up, and disposal of all specified waste. Based on the estimated monthly weight of – regulated medical waste 349,464 lbs. a year 29,122 lbs. a month ; chemotherapy waste 6000 lbs. a year and 500 lbs. a month ), pick-ups will be scheduled at a minimum of three times per week.Contractor provided containers shall be leak-proof, stackable, sealable, transportable, and designed so that government employees will not be required to lift more than 35 lbs, and shall display the universal biohazard symbol. All containers shall be damage free and in good working order at all times. The Contractor shall supply the VA with an adequate number of clean, disinfected, rigid, stackable storage containers with tight-fitting covers that can be securely sealed. The Contractor shall provide disinfected storage containers of sufficient quantity to ensure adequate capacity as needed by the VA for IV and Trace Chemo. At a minimum, a one-to-one exchange of containers for each filled container in both pickup locations will be provided by the Contractor. Currently, the estimated weight of RMW and trace chemo waste generated by the SLVHCS is 349,464 pounds a year.The storage containers must be lined with Contractor provided red IV bags or yellow Trace Chemo bags as applicable to the waste to be stored in the container. Contractor supplied bags shall be constructed of a material of sufficient single thickness and strength to pass the 165-gram dropped dart impact resistance test as prescribed by American Society for Testing and Materials (ASTM) standard d 1709-75, which is incorporated herein by reference.Containers must be conspicuously labeled in accordance with guidelines and regulations prescribed by regulatory authorities including DOT and OSHA Standards. All containers must be labeled with the Contractor’s and the VA’s names, addresses, and phone numbers. All labels containing VA identifiers must be removed from containers at the time of waste treatment and/or disposal. Containers must be identifiable as to the type of hazardous waste contained within, (i.e. yellow for chemo, red for medical waste) all containers shall be approved by the COR.Contractor will remove full containers and replace them with an equal number of empty sanitized containers. Sanitizing shall be completed at an offsite location.Prior to departing the VAMC-SLVHCS contractor shall obtain the COR or designee’s signature for confirmation of manifest including but not limited to:Pickup/Delivery LocationPickup/Delivery DateAmount of waste (number of containers picked up and/or pounds)Destruction Certification Document/Manifest NumberAny other information as required by the COTR.Contractor shall ensure that the handling, licensing and final disposal of Regulated Medical Waste, Chemotherapy, Pharmaceutical, and Control Substance is in compliance with the Department of Transportation (DOT), Environmental Protection Agency (EPA), Department of Health and Environmental Control, Food and Drug Administration (FDA), DEA and applicable Federal, State and Municipal governmental regulations and codes. This shall include:Transport Vehicles:Vehicles shall be equipped with fully enclosed leak-resistant cargo body, maintained in a sanitary condition and secured when left unattended. Vehicles shall bear the required transporter’s name, State permit and the words as it applies to the type of waste that it will be carrying on the sides of the body.Waste shall not be subject to mechanical stress.Regulated medical waste shall not be combined with other waste.Marking requirements:Transporter shall provide waste-resistant labeling on all containers of regulated waste with the following information:Name of Transporter or immediate handler.State permit or identification number of the transporterIntermediate Handlers: No intermediate handlers or subcontracting or transportation shall be allowed.Accidental Release: Should hazardous, non-hazardous chemical, universal, or DEA drug waste be released during the performance of services under this contract, through no fault of the VA facilities, the Contractor will be responsible for all costs associated with the satisfactory remediation of the incident. This will include the cost of all labor and materials as well as any actual damages incurred to the facility and harm caused to patients, visitors and staff of the medical center. The remediation efforts shall be performed to the satisfaction of the cognizant regulatory authorities and the medical center’s GEMS Coordinator.Manifest Requirements: The Contractor will provide all manifests and documentation that apply to the removal and disposal of hazardous, non-hazardous chemical, universal, DEA drug waste, medical regulated waste leaving the pickup sites of “Sharp Waste” generator activities conducted by its workforces and/or its subcontractors prior to leaving the facility. The Contractor will furnish a properly executed and legible copy of the appropriate manifests required to document the safe shipment and proper disposal of hazardous, non-hazardous pharmaceutical waste generated by the medical center under the terms of this contract.Transporter shall certify that the manifest data matches the load to be removed.Transporter shall deliver the waste to an authorized facility and sign the manifest to verify that waste has been delivered.Transporter shall maintain a copy of the manifest for their records.Transporter shall return all remaining copies of the manifest to the generator, assuring final disposal.RECYCLING - MIXED GRADE PAPER LOOSE CARDBOARDProvide all labor, transportation, containers and liners equipment and supervision to remove and recycle mixed paper and “loose” cardboard at SLVHCS to include CBOC listed on attachment “A”. Special Note: Contractor shall be responsible to remove and properly dispose of all Mixed Grade Paper and “loose” cardboard under this Contract. The successful Contractor shall remove any “baled” Cardboard (which will be tied and separated by the facility), from the premises. A. The Contractor is responsible for the removal and transporting of recyclable mixed grade paper, plastic bottles, pallets and loose cardboard for processing from SLVHCS pick up each Monday, Tuesday, Wednesday and Friday. Estimate 156 pulls per year. B.The Contractor is responsible for the removal and transporting of recyclable mixed grade paper, plastic and loose cardboard for processing from SLVHCS Outpatient Clinic (see Attachement A) once per week. Estimate 52 pulls per year.C.The Contractor/awardee agrees that the collected recyclable paper may contain information which is subject to and protected by Title 5, U.S. Code, Section 552a, commonly known as the Privacy Act of 1974 and other confidentiality statues to which the Department of Veterans Affairs is subject, including Title 38, U.S. Code, Section 3301 and Tide 38, U.S. Code, Section 4132. The Contractor by accepting award of this contract acknowledges that it is fully bound by these statues in its handling of paper and agrees that it will institute appropriate procedures to safeguard recyclable paper obtained from all sites.Schedule for Deliverables: All RMW waste will be loaded into 96 gallon reusable mobile bins on wheels at the VAMC-SLVHCS and corrugated cardboard boxes (various sizes available) to accommodate the disposable of RMW at CBOCs, which will then be stored in the soiled utility room to be picked up once a month by fully trained, licensed and insured transportation personnel. Waste pick-up will be from the hospital designated waste holding area. The day of pick-up will be based on the following schedule of pick-ups for the following locations:Normal Work Hours: Waste shall be picked up Monday through Friday, excluding federal holidays, CEP loading dock between the hours of 6:00 a.m. and 9:00 a.m. Contractor is to provide a documented back up plan in the event circumstances disrupt s his ability to provide pick up services. Services will be provided within 24 hours of a failure to meet scheduled pick-up times.National Holidays: The ten holidays observed by the Federal Government are: 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 and any other day specifically declared by the President of the United States to be a national holidayDocumentation from The Contractor: Contractor shall be responsible for providing a detailed manifest of all medical waste, pharmaceutical, and control substances transported from the VA Medical Center to include the date, location and proof of destruction. All medical waste collected from the VA will be weighed on site and a copy of the manifest stating the date collected, pounds of medical waste per cart and the number of carts must be left with the Contracting Officer Representative or the CEP Bldg. on the day of collection. The contractor is required to provide a signed and legible manifest attesting to the destruction of the medical waste and will be provided to the COR within 30 days of the destruction of the medical waste. The Certificate of Destruction shall at a minimum contain the following:Pickup/Delivery LocationPickup/Delivery DateAmount of waste (number of containers picked up and/or pounds)Destruction Certification Document/Manifest NumberDestruction Certification DateAny other information as required by the COTR.Training Plan : Contractor shall provide annual training to government staff as required by the COR and will be required to provide a training plan that identifies what training will be provided to VA staff and what training will be provided to the contractors staff. Training shall include proper handling of medical/special waste; interim storage requirements, proper identification and labeling of wastes, etc. Training shall be documented and shall be provided 247 during initial installation to ensure that training is available to all employees that will be required to handle waste. Contractor shall provide in–service training for staff not available at the time of training at no additional cost to the Government. Additional specific training will be required as follows:Certificates of training and experience of staff and/or personnel who will perform site work under this contract (all technicians that will work on VA premises will be expected to have received at least the minimum training required by law as specified in 29CFR 1910-120, 40 CFR Parts 260-265 and 49 CFR Parts 171-178.This contract will include initial training for all employees who handle pharmaceutical waste. The hazardous waste training program will provide training to employees who generate hazardous waste in Satellite Accumulation Points, that have hazardous waste management responsibilities at each medical center, who sign manifests or who are authorized to serve as their respective facility’s hazardous waste coordinator. Training will incorporate state specific regulations and include storage, manifest completion, records management, emergency responsibilities, Land Disposal Restrictions and other pertinent topics. The training will also include DOT Hazardous Materials training that meet the requirements of 49 C.F.R. §§ 172.704(a), (c) and (d). The contractor will be required to provide Resource Conservation and Recovery Act (RCRA) training per the state and federal regulations for all employees with responsibilities for management of hazardous waste at each facility. The successful contractor will provide DOT training to all employees who ship, prepare or sign hazardous waste manifests or other hazardous materials shipping papers and are covered under 49 C.F.R.§§ 172.704(a), (c) and (d). The contractor shall provide general training and instruction to the VA employees responsible for handling hazardous and universal waste designated by the COTR. The contractor will provide training qualification and a training outline that covers all areas referenced in this section.Contingency Plan: The Contractor shall have in place and maintain a valid contingency plan to meet the requirements of the contract to avoid an interruption of service due to failure of equipment or personnel issues. The Contractor shall provide the VA COR a contingency plan addressing back-up plans for collection, transportation, treatment and disposal of the VA’s waste in the event of any condition which impedes the ability to perform the services specified in this SOW. The Contractor shall incur all cost associated with fulfilling this contingency plan at no additional cost to the Government. Provide the following information on the contractor's emergency response (ER) capabilities (or any changes to original submission):Contractor's ER policies.ER capabilities and experience and limitations.Type of ER equipment maintained (specify if owned or subcontracted and from whom).Personnel availability, training and experience.Contractor's emergency response procedure shall describe:How to request an emergency response.How the contractor notifies personnel and initiates response action.Incident command procedures followed by the contractor.ER work practices.ER protection of health and safety practices.ER invoicing policy.Management Plan the contractor needs to provide details on how they will be managing the day to day operation, a list of key personnel, implementation plan, transition plan and any other information that may be vital to the management of this contract. This shall include information on the appointed project manager who will have responsibility for the performance of the waste removal services. The project manager or designee shall be competent to supervise all aspects of medical waste removal services and shall be available on-site within 4 hours after notification when problems arise with contractor’s work or in the event that emergencies arise at this facility, which pertains to the contractor’s responsibilities or duties. The project manager shall, in the absence of the contractor, act for the contractor as contractor’s representative.During the first ninety (90) days of performance, the Contractor shall make NO substitutions of key personnel unless the substitution is necessitated by the individual’s illness, death, or termination of employment. The Contractor shall notify the Contracting Officer, in writing, within 5 calendar days after the occurrence of any of these events and provide the information required by paragraph (2) below. After the initial 90-day period of the contract, the Contractor shall submit the information required by paragraph (b) to the Contracting Officer at least 5 days prior to making any permanent substitutions. The Contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes shall have comparable qualifications to those of the persons being replaced. The Contracting Officer will notify the Contractor after receipt of all required information of the decision on the proposed substitutes. The contract will be modified to reflect any approved changes of key personnel.Contractor Furnished Equipment, Materials, and Information: Contractor shall, at no additional cost to the Government, provide and maintain licenses, permits, vehicles, operators, equipment, and materials to properly handle, package, label, transport, and dispose of medical sharps waste generated at VAMC-SLVHCS. Contractor is responsible for maintaining liability insurance for the duration of the contract.Safety Plan Requirements: Contractor personnel and equipment shall comply with all applicable state, federal and local regulations. The Contractor agrees that his personnel and equipment are subject to safety inspections by Government personnel while on Federal property. The Contractor shall ensure that all personnel involved in the handling, repackaging, and transportation of the items listed herein shall be trained in the areas of spills, and general first aid procedures. The Contractor will, without additional cost to the VA provide and maintain all licenses and permits for operational personnel, trailers, containers, vehicles and other resources required for proper removal of pharmaceutical wastes in accordance with all applicable Federal, State, Municipal, and local regulations [e.g. OSHA, EPA, CFR (DOT) including, but not limited to HM-18]. If appropriate licenses are not maintained in accordance with Federal, State, and local requirements, the VA may terminate the contract effective upon discovery. The VA reserves the right to halt work if the COR determines work is being done in an unsafe/unhealthy manner or that could harm the environment. VA will not incur additional costs if work is halted for good cause Required Submittals - The following shall be provided to the COR with bid proposal submission for evaluation purposes and annually within thirty (30) days of the renewal date of this contract with any changes to original submission clearly identified and highlighted:Current waste transporter permit(s)List of all transfer stations, treatment, storage and disposal facilities (TSDFs) including incineration, wastewater and sludge treatment facilities that shall be utilized during this contract to include the capacity of these facilities and the waste codes for the waste streams they are permitted to accept by treatment technology. Address, phone number and other contact information shall be provided. The VA reserves the right to inspect each of these facilities before approving its use or at any time during or after contract period while VA wastes are present.Copy of Operator permit(s)Provide a copy of US EPA identification number(s) certificate for each business entity operated by the contractor that will provide service regarding any aspect of VA waste disposal program (i.e. storage, transfer, incinerator sites). Provided a copy of certificate of registration with the State EPA as a hazardous waste transporter for each business entity operated by the contractor that will provide hazardous waste transportation services for any aspect of VA waste disposal program.Provide a detailed SITE SPECIFIC safety plan that will be used to ensure that workers and nearby population will be adequately protected during packaging and removal operations.Provide information identifying any proposed subcontractors and identifying services to be performed by the subcontractors. Contractor must submit evidence that subcontractor is qualified and legally able to provide services. (ALL subcontractors must be approved by the COR prior to performing any duties under this contract).Quality Assurance Plan: The contractor shall have a Quality Control Program to ensure the requirements of this contract are provided as specified. The Contractor shall be liable for all expenses incurred by the Government due to the Contractor’s inability to perform in accordance with these requirements. The contractor will be expected to meet all the needs of the contract and required to provide a Quality plan describing how they will meet the needs of this contract. The program shall include, but will not be limited to, the following:An inspection system covering the services listed in the Statement of Work. It must specify areas of work to be inspected on a scheduled basis.A method of identifying deficiencies in the quality of services performed before the level of performance becomes unacceptable.A record of all inspections conducted by the contractor and any corrective action taken. The documented Quality Control Program and records of inspections shall be made available to the Government upon request.All information received will be provided either verbally and/or in writing to the contractor for appropriate action.Performance ObjectivesPerformance StandardAcceptable Quality Level (AQL)Method of MonitoringDisincentive1) All scheduled pick up of Medical WastePicked up from designated holding areas per schedule of service100%COTR will review manifest and monitor monthly using QA Performance Review checklist5% deduction from monthly invoice for failure to meet AQL2) Training Contractor maintains current Hepatitis shots, TB testing, Blood Bourne, Blood Pathogen, DOT and EPA training and adhere to stations Privacy Policy. 100%COTR will review current records.5% deduction from monthly invoice for failure to meet AQL3) Weekly pick up of medical waste containers for cleaning /replace w/clean containers.All containers must be clean sterilized upon arrival to facility 100%COTR will review manifest and monitor monthly using QA Performance Review checklist5% deduction from monthly invoice for failure to meet AQL4) Licensing of Employees and VehiclesContractor maintains current licenses100%COTR will request copies of current licenses annually5% deduction from monthly invoice for failure to meet AQL.6) Customer SatisfactionBy the number of positive and negative complaints provide by customer.98%COTR will make weekly inspections throughoutthe facility1% reduction in monthly invoice for every documented defect over two (2)Attachment AVAMC –SLVHCS 2400 Canal St., New Orleans, LA 70119 9G and 10g CBOC, 1601 Perdido St., New Orleans LA 70112 CBOC VA Baton Rouge (Essen) Clinic, 7986 Essen Lane, Baton Rouge, LA 70809VA Baton Rouge (Anselmo) Clinic, 7850 Anselmo Lane, Baton Rouge, LA 70810 VA Ambulatory Procedure Unit (APU) 2237 Poydras St., New Orleans, LA 70112 VA Hammond Outpatient Clinic 1131 South Morrison Blvd., Hammond, LA 70403 VA Slidell Outpatient Clinic, 60491Doss Drive, Slidell, LA 70460 VA St. Johns Outpatient Clinic, 208 247 Veterans Blvd., Reserve, LA 70084 VA Mental Health Outpatient Clinic 3500 Canal St. New Orleans, LA 70119 A.1 PRICE/COST SCHEDULEITEM INFORMATIONITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT0001Medical Waste Disposal Autoclaved..Contract Period: BasePOP Begin: 04-01-2017POP End: 03-31-201825,000.00LB____________________________________0002Medical Waste Disposal Incineration (Includes Trace Chemo). Refer to Section B.1 in the PWS.Contract Period: BasePOP Begin: 04-01-2017POP End: 03-31-201815,000.00LB____________________________________0003Reusable Sharp Containers. Refer to Section B.1.b of the PWS. This CLIN is for installation and service of the sharp containers. This item requires 1000 sharp containers to be installed and 550 sharp containers to be removed and replaced with new containers.Contract Period: BasePOP Begin: 04-01-2017POP End: 03-31-20181,550.00EA____________________________________0004Pharmaceutical Program Main Facility. Refer to section B.3 of the Performance Work StatementContract Period: BasePOP Begin: 04-01-2017POP End: 03-31-201812.00MO____________________________________0005RMW CBOC. Refer to section C of the PWS.Contract Period: BasePOP Begin: 04-01-2017POP End: 03-31-2018125.00BX____________________________________0006Pharmaceutical Program CBOCs. Refer to section B.3 of the Performance Work StatementContract Period: BasePOP Begin: 04-01-2017POP End: 03-31-201812.00MO____________________________________0007RECYCLING - MIXED GRADE PAPER LOOSE CARDBOARD Refer to section C of the Performance Work StatementContract Period: BasePOP Begin: 04-01-2017POP End: 03-31-201812.00MO____________________________________1001Medical Waste Disposal Autoclaved.Contract Period: Option 1POP Begin: 04-01-2018POP End: 03-31-201925,000.00LB____________________________________1002Medical Waste Disposal Incineration (Includes Trace Chemo) Contract Period: Option 1POP Begin: 04-01-2018POP End: 03-31-201915,000.00LB____________________________________1003Reusable Sharp Containers. This CLIN is for Service of the containers only.Contract Period: Option 1POP Begin: 04-01-2018POP End: 03-31-20191,550.00EA____________________________________1004Pharmaceutical Program Main Facility. Refer to section B.3 of the Performance Work StatementContract Period: Option 1POP Begin: 04-01-2018POP End: 03-31-201912.00MO____________________________________1005RMW CBOC Contract Period: Option 1POP Begin: 04-01-2018POP End: 03-31-2019125.00BX____________________________________1006Pharmaceutical Program CBOCs. Refer to section B.3 of the Performance Work StatementContract Period: Option 1POP Begin: 04-01-2018POP End: 03-31-201912.00MO____________________________________1007RECYCLING - MIXED GRADE PAPER LOOSE CARDBOARD Refer to section C of the Performance Work StatementContract Period: Option 1POP Begin: 04-01-2018POP End: 03-31-201912.00MO____________________________________2001Medical Waste Disposal Autoclaved.Contract Period: Option 2POP Begin: 04-01-2019POP End: 03-31-202025,000.00LB____________________________________2002Medical Waste Disposal Incineration (Includes Trace Chemo) Contract Period: Option 2POP Begin: 04-01-2019POP End: 03-31-202015,000.00LB____________________________________2003Reusable Sharp Containers. This CLIN is for Service of the containers only.Contract Period: Option 2POP Begin: 04-01-2019POP End: 03-31-20201,550.00EA____________________________________2004Pharmaceutical Program Main Facility. Refer to section B.3 of the Performance Work StatementContract Period: Option 2POP Begin: 04-01-2019POP End: 03-31-202012.00MO____________________________________2005RMW CBOC Contract Period: Option 2POP Begin: 04-01-2019POP End: 03-31-2020125.00BX____________________________________2006RECYCLING - MIXED GRADE PAPER LOOSE CARDBOARD Refer to section C of the Performance Work StatementContract Period: Option 2POP Begin: 04-01-2019POP End: 03-31-202012.00MO____________________________________GRAND TOTAL__________________ CONTINUATION PAGE ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download