United States - S--Hazardous Waste Removal from CAVHS

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
27 May 2019
Opportunity publication date
18 May 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: May 17, 2019 3:18 pm

36C25619Q0875

DISCLAIMER: THIS IS A SOURCE SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it is will be synopsized in the Federal Business Opportunities (FedBizOpps) website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI.

The anticipated Small Business Administration (SBA) size standard for the North American Classification code (NAICS) 562112 is $38.5 Million.

1. Purpose: The Central Arkansas Veterans Healthcare System (CAVHS) hereby issues the following Sources Sought Notice as a Request for Information (RFI). This RFI is being used for Market Research purposes only to seek contractors with the capability to provide all labor and personnel for hazardous waste, nonhazardous waste and universal waste service to include completion of manifests, materials, supervision, equipment, labels, collection, analyzing, sorting, preparation, packaging, transportation and disposal of hazardous waste by means of incineration, fuel blending, and/or reclamation/recycling on a price per pack basis in accordance with the Draft Scope of Work (SOW).

2. Place of Performance:

A. John L. McClellan Memorial Veterans Hospital

4300 W 7th St

Little Rock, AR 72205

B. Eugene J. Towbin Healthcare Center

2200 Fort Roots Drive

North Little Rock, AR 72114

3. Opportunity: The CAVHS is seeking information from potential contractors on their ability to provide these services. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. All capable Service Disabled Veteran Owned Small Business (SDVOSB) concerns are encouraged to provide responses to this RFI to assist the CAVHS in determining potential levels of competition available in the industry.

NOTE: All Questions and information shall be answered and provided in Sections 4 through 7 for the government to consider whether the contractor has the capability to meet the government requirement.

4. Responses Requested: The CAVHS requires the following questions answered in this RFI: Answers that are not provided shall be considered non-responsive to the Request for Information.

a. Is the Contractor licensed/certified by the State of Arkansas to properly handle, transport treat, and dispose of Hazardous and Universal Waste?

Contractor shall attach documentation of this accreditation/certification to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice.

b. Does the Contractor s off-site or on-site waste treatment and disposition system for processing hazardous, non-hazardous and universal waste meets the performance standards, as outlined in local, state, federal, industry, and EPA guidelines?

Contractor shall attach documentation of this accreditation/certification to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice.

c. Prospective contractors shall provide their point(s) of contact name, address, telephone number, and email address. In addition, contractors shall provide the company's business size, and Data Universal Numbering System (DUNS) Number.

d. Is your company a small business (SDVOSB, VOSB), SDBs, HUBZone, or 8A concern? NAICS Code: 562112, PSC Code: S222, Waste Treatment and Storage.

Please provide proof of qualifications.

e. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration Schedules (GSA), Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please list the contract number and a brief summary of the products and services provided.

5. Capability Statement: Provide your capability statement to demonstrate your company s understanding and ability to perform Hazardous Waste Removal (HWR) Services. At a minimum:

Include descriptive identification/information on fleet of vehicles on-hand for this type of service.

Provide descriptive emergencies and emergency response time after receipt of call from agency.

List all certifications and licenses required to perform HWR services in the state of Texas.

6. Relevant Experience: Please provide Government or Commercial agency relevant experience within the last three (3) years. Information shall include:

Contract Number

Name/Point of Contact (POC)

POC phone number

POC email address

Brief description of how the contract referenced at 6(a) relates to the technical capability within the pest control industry for the interior and exterior of government and/or commercial buildings.

7. Subcontracting: If subcontracting, provide subcontractor s business name, address, phone number, and DUNS. Identify specific task(s) to be performed by the subcontractor and prime contractor.

Contractor shall possess the capability to provide all requirements and objectives.

8. Instructions and Response Guidelines: RFI responses are due by 10:00am (CST) on Monday, May 27, 2019; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to marlon.cooper@va.gov .

The subject line shall read: 36C25619Q0875 Hazardous Waste Removal Services

NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 4(a) - 4(e). All Questions shall be answered to be considered as part of the Market Research for capable contractors to meet the government requirements.

Please provide additional information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by CAVHS as "market research" and will not be released outside of the CAVHS Purchasing and Contract Team.

10. Contact Information:

Contract Specialist, Marlon Cooper

Email address: marlon.cooper@va.gov

Your responses to this notice are appreciated.

Statement of Work (Draft)

Contractor shall provide all labor and personnel for hazardous waste, nonhazardous waste and universal waste service to include completion of manifests, materials, supervision, equipment, labels, collection, analyzing, sorting, preparation, packaging, transportation and disposal of hazardous waste by means of incineration, fuel blending, and/or reclamation/recycling for John L. McClellan Memorial Veterans Hospital in Little Rock, AR and the Eugene Towbin Medical Center in North Little Rock, AR, together known as Central Arkansas Veterans Healthcare System (CAVHS). The contractor shall adhere to these requirements in accordance with (IAW) all terms, conditions, provisions, schedules, and specifications of this SOW, local, state, federal and VHA regulations.

Note* Offerors are to provide price per pack charges only. This price must be INCLUSIVE of ALL other costs, including but not limited to items as listed per statement of work, i.e., chemist fees, incineration fees, recovery fees, transporter fees, packaging, labor for preparation and packaging, administrative costs to provide required documentation, etc.

THE FOLLOWING CATEGORIES OF WASTE ARE SUBJECT TO THIS CONTRACT:

Hazardous Waste: Any waste material or mixture of wastes which is toxic, corrosive, flammable, an irritant, a strong sensitizer or which generates pressure through decomposition, heat or other means, if such a waste or mixture of wastes may cause substantial injury, serious illness or harm to humans, domestic livestock or wildlife. Hazardous waste includes extremely hazardous material. This also includes all materials identified by the Resource Conservation and Recovery Act of 1976 (RCRA); Subtitle C, 40 CFR, Parts 260-265 and the State of California and Safety Code, Section 25117.

Extremely Hazardous Waste: This includes all materials also identified by the 1976 RCRA and State of California Health and Safety Code, Section 25115. This waste includes toxic corrosive acids, gases, chemicals, and solids which may be explosive, flammable or highly corrosive and could cause disease or serious injury to human health.

Mixed Waste (Medical Waste and Hazardous Waste): Contaminated dressings, tissues, gloves, masks, hair covers, and other materials. This is hazardous waste and is subject to the regulations applicable to hazardous waste.

Special Medical Waste: As defined in the Medical Waste Management Act (MWMA) (Ca. Health and Safety Code, Sections 117600-118360 and 49CFR Part 173, Appendix G)

Universal Waste: EPA s universal waste regulations streamline hazardous waste management standards for federally designated universal waste shall include: batteries, pesticides, mercury-containing equipment, and bulbs (lamps). Universal Waste regulations are set forth in 40 CFR part 273. Contractor will be responsible for compliance with state regulations in California and Nevada.

Asbestos Waste: As defined in 40 CFR Part 61, National Emissions Standards for Hazardous Air Pollutants, Subpart M, National Emission Standard for Asbestos

Nonhazardous Waste: any type of industrial waste which, according to regulations, cannot be added to a dumpster or sewage line (i.e. sugars, lactic acid, bromides, or carbonates)

Medical Waste: Medical waste means waste which meets both of the following requirements;

(a) Composed of waste which is generated or produced because of: (1) diagnosis, treatment, or immunization of human beings or animals; (2) research pertaining to the activities specified in (1) above; (3) production or testing of biological.

(b) The waste is any of the following; bio-hazardous waste, sharps-waste. Mixed Waste: Mixtures of medical and non-medical waste. Mixed waste is medical waste, except for all of the following:

(c) Medical waste and radioactive waste are radioactive waste and is subject to regulations applicable to radioactive waste.

(d) Medical waste, hazardous waste, and radioactive waste are radioactive mixed waste and are subject to regulations applicable to hazardous waste.

DESCRIPTION/ SOW

INTRODUCTION: John L McClellan Memorial Hospital, Little Rock, and the VA Medical Center, North Little Rock, Arkansas facilities produce hazardous and nonhazardous wastes, pharmaceutical wastes and universal wastes as defined by the U.S. Environmental Protection Agency. Both facilities require services for collection, sorting, removal, transportation and disposal by an EPA approved Hazardous Waste Contractor. Waste will be picked up at multiple locations at 4300 West 7th St., Little Rock, AR and 2200 Fort Roots Drive, North Little Rock, AR.

Disposal includes the collection, preparation and packaging on site, shipping and disposal in compliance with all existing laws and regulations of the United States including, but not limited to EPA Hazardous Waste Regulations in 40 CFR 260 et seq; EPA storage and disposal regulations in 40 CFR 761 et seq.: Arkansas Hazardous Waste Management Code (latest edition); Hazardous Material Transportation Regulations in 49 CFR 100 et seq.; and laws and regulations of any state, country, township or municipal subdivision thereof or other governmental agency which may be applicable to the removal, transportation and disposal of the waste.

Contractor to perform weekly removal of pharmaceutical waste from within the LR and NLR campuses (1x per week each). Waste will be on each ward in 2 locations per ward (approximately 50 locations); Provide staff that will collect and segregate waste medications into hazardous, nonhazardous and P and U listed wastes and weigh each category, document/inventory the items and provide totals to the COR/GEMS Program manager weekly; provide 100, Containers for the wards of at least 5 quart in-room counter balance containers or wall mounted containers (not PGIII rated); 6, Containers for the pharmacy/secure sorting and storage area - 5 gallon Buckets DOT Approved; and monthly removal of pharmaceutical waste from both facilities. Staff must be trained to handle hazardous wastes and materials, narcotics and spills to include clean up and disposal.

The contractor shall obtain all permits, licenses, manifests and other forms of documentation required to comply with the above laws and regulations. Prior to commencement of contract performance Contractor shall provide Hazardous Waste Management Permit, Hazardous Waste Transportation Permit and information on the disposal Site. All manifests and permits shall be obtained and processed to all necessary agencies within the required notification period by the contractor. Upon contact from the Contracting Officers Representative (COR), the contractor shall pick up waste no less than six (6) times per year for each facility, unless otherwise approved by the contracting officer. Exact dates will be agreed upon by the COR and the Contractor subject to approval by the Contracting Officer. Work shall be performed during normal working hours for this facility (i.e.; 7:00 AM 4:00 PM, Monday through Friday excluding Federal Holidays). If work must be performed during other than regular working hours, the contractor must coordinate with the COR to make necessary arrangements.

OBJECTIVE: The objective of this contract is for the collection, sorting, packaging, removal and disposal of hazardous, nonhazardous, pharmaceutical and universal wastes in the most environmentally preferred method, (i.e. means of incineration, fuel blending, and/or reclamation/recycling) in a timely manner in accordance with all Federal, State and local regulations.

QUANTITY AND DESCRIPTION: The facility generates hazardous, nonhazardous, universal and pharmaceutical waste. These wastes are located at various locations at CAVHS. The contractor shall provide information to the VA to judge whether the site is not only approved by Federal, state, and local governments, but also that they are operated with such integrity that there are no pending administrative or judicial actions, nor to the extent that can be reasonably determined are the site (s) likely to have same in the future non-regulated chemical waste. The waste typically comes from Clinical and Research Laboratories, Pharmacy and Engineering Shops.

A lab pack is an overpack container, usually steel or fiber drum containing small quantities of chemicals of the same hazardous class in either five (5), fifteen (15), thirty (30) or fifty-five (55) gallon size. Experience has shown that the majority of lab packs are of thirty-gallon size or smaller. Estimated quantity: total lab packs 40 per year of each of following sizes; five (5), fifteen (15) and thirty (30) gallon size. At times, non-lab-pack type fifty-five (55) gallon drums or overpacks with drums containing hazardous waste or non-hazardous will require disposal. The non-lab pack fifty-five-gallon drums or drums with overpacks will be billed at the fifty-five (55) gallon lab pack price for the appropriate DOT class. The contractor is expected to dispose of all waste generated at CAVHS in accordance with all provisions set forth in this contract. Any waste stream that cannot be handled by the contractor must be indicated in the proposal.

NOTES: EPA Waste Codes D001, D002, D003, D004, D005, D006, D007, D008, D009, D010, D011, D022, D040, F003, P001, P012, P075, P087, U012, U019, U044, U058, U122, and U246 are typical wastes generated by the medical center. Due to renovation work disposal of PCB containing ballasts may be required. This list of the bid items is not all inclusive for future waste disposals.

SAFETY: The contractor must perform all operations in a prudent, conscientious, safe, and professional manner. At a minimum, contractor personnel and equipment shall comply with all safety requirements set forth in applicable state, Federal, and local laws and regulations and shall ensure that its agents and employees perform the work in a safe manner. The contractor shall ensure that all personnel involved in handling and packaging hazardous waste be trained for the level of expertise required for the proper performance of the task and in the areas of chemical incompatibility, general first aid procedures, and spills. Handling and personnel protective equipment shall be provided by the contractor and be appropriate to ensure safe handling of the hazardous waste. All employees present at the work site shall be trained to use all protective equipment. Prior to commencement of contract performance, Contractor shall provide references and record of required training.

MEDICAL SURVELLANCE: The contractor shall have a medical surveillance program for personnel involved in the direct handling and /or exposure to the chemical waste or to the chemical s primary containers to detect and correct job-related injuries or conditions. Medical surveillance programs typically involve a medical history, an annual generated physical to assess an individual s capability to work using respiratory-protective equipment, blood and urine tests to assess the status of an individual s kidneys, liver, and nervous system and other laboratory tests for contaminants to which the person may be exposed; e.g.: heavy metals, organophosphate pesticides, etc.

TRANSPORTATION: The contractor shall have required EPA and state registry for hazardous waste transport and shall also have verifiable records of good shipping practices which may be checked through local DOT authorities. The Environmental Protection Agency Uniform Hazardous Waste Manifest shall be used unless superseded by other requirements.

The contractor shall, where possible, minimize interlining or intermediate stopping before reaching the disposal site. Nose Loading on less than full truckload (LTL) shipments shall be required by the contractor.

DISPOSAL: Contractor shall use their environmentally sound methods of treating and destruction of wastes such as incineration and recycling or any other acceptable methods, in accordance with EPA and industry standards. Disposal shall be performed in such a manner as not to create conditions detrimental to public health or to constitute a public nuisance. The pick-up area where containers are placed shall be maintained in a clean, orderly, sanitary condition. Attention shall be paid to the prompt cleanup of oil and/or grease spills, either generated from the vehicles used to haul containers or because of container leakage. Contractor furnished containers shall be kept neat, in clean and sanitary appearances, and repaired or replaced as necessary.

Contractors should refer to the participating VA Healthcare System preferred disposal hierarchy when determining disposition of waste. This hierarchy consists of a) recycling, b) fuel blending/ energy recovery, c) incineration (Part B permitted incinerators), or d) treatment (neutralization, stabilization) and/or landfill. A detailed description of the VA Healthcare System disposal hierarchy is available from the Contracting Officer s Representative (COR).

Contractor shall comply with all applicable federal, state, county regulations on workers safety standards and related training. All Contractor personnel involved in the performance of this contract shall have received training regarding the handling of infectious materials, and emergency procedures to be followed in case of a spill. Certification of such training must be provided within fifteen days of receiving notice of award of the contract. Certification for any new employees shall be provided to the Contracting Officer within thirty (30) days of receipt of the training.

WITHOUT EXCEPTION NO MATERIAL IN THE FORM OF BULK LIQUIDS, SEMI SOLIDS, SOLIDS, AND/OR SLUDGES MAY BE DISPOSED OF IN A LANDFILL WITHOUT PRIOR WRITTEN APPROVAL FROM THE CONTRACTING OFFICER.

The contractor shall submit a list of the items that will be disposed of by other means as listed in this section and will include the method and location for disposal for approval by the COR. If the landfill is owned and/or operated by a subcontractor or privately-owned entity, guidelines, regulations, and records in this contract shall apply. It is the prime contractor s responsibility to comply with this specification.

CERTIFICATE OF DISPOSAL: The letter or Certificate of Disposal from the site verifying disposal will generally lag the manifest. A twenty percent (20%) retainage shall be withheld pending receipt of proof of disposal. The contractor shall provide Certificate of Disposal within six (6) months of material pick up or will provide a written statement of status to the COR.

Acceptance of the hazardous waste at a properly permitted treatment or disposal facility does not meet the definition of disposal under this contract. It is the Contractor s responsibility to obtain all necessary documentation, including the completed uniform manifest, to verify that both the delivery and the disposal of all items have been accomplished. A uniform manifest signed by the disposal site will show that the waste has been received but only a letter from the site operator or other certification will show actual disposal.

Disposal Site - The contractor shall provide documentation that the site is approved by Federal, state, and local governments, and that it is operated such that there are no pending administrative or judicial actions, nor to the extent that can be reasonably determined are the site (s) likely to have same in the future

SPILLS: The contractor shall report all spills and personnel exposures during waste preparation, packaging or shipping to the COR. The contractor shall be responsible for, and bear the cost of, cleanup. The contractor shall be responsible for all spills and shall provide all labor, equipment, and personal protective equipment required or needed for the clean up of hazardous waste. Clean up shall be considered complete only upon the final inspection and clearance by the COR. Such incidents shall first be reported by telephone to the Safety Office immediately following discovery and followed in writing to the Safety Office not later than five (5) days after initial telephone report. When reporting a spill, the following minimum information is required: Item spilled (identification, quantity , and manifest numbers); whether amount spilled is Federal/State/Local reportable, if reported, a copy of the report; personnel injury involved; exact location of spill; containment procedures initiated; anticipated clean up and disposal procedures; disposal location of spill residue; assistance required and a narrative summarizing all communication with Local, State, and Federal officials and media contacts with their names, telephone numbers, and addresses.

Spill Response: The Contractor will provide spill response/clean-up as required by the Government. The Government will provide the Contractor with the location, size, name of chemical or material involved, proximity of sewers and urgency and any governmental agencies called. The Contractor has four (4) hours to be on site after the phone call has been placed. The Contractor shall provide appropriate personnel and equipment to mitigate and remove released hazardous materials. Coverage will be on a 24-hour, 7 day a week basis.

*The contractor will provide their spill procedures for integration into facility level SPCC or contingency plans. The contractor will provide their billing procedure that would be used for spill and emergency response activity.

INSPECTIONS: The contractor and subcontractor(s) are subject to announced or unannounced inspections of their operations and records by the VA Contracting Officer and/or his designated representative to verify contract compliance. This does not relieve the prime contractor of his responsibility to ensure proper contract compliance by his own inspections or by other means. Upon request the contractor shall submit complete copies of any Federal, State, or Local government inspections to the Contracting Officer.

Characterization of waste: The Contractor shall provide documentation that it has characterized the hazardous nature of all wastes produced by all equipment, devices, reagents, and discharges in accordance with the requirements of the Code of Federal Regulations Title 40 Protection of the Environment Part 261 et seq. and applicable state and local requirements. Documentation shall include a description of the characteristics of the hazardous waste produced as a byproduct of the instrument operations, Material Safety Data Sheets (MSDS) meeting the requirements of the Occupational Safety and Health Administration (OSHA) and Environmental Protection Agency (EPA), the analytical process used to determine the hazardous nature and characteristics of the waste, and the analytical test results. Testing of hazardous waste is to be done in accordance with testing protocol specified for each individual waste as described in the Code of Federal Regulations Title 40 to decide if the waste is a hazardous waste or otherwise regulated. The determination and description shall address the following:

Waste toxicity (Reference 40CFR261.11 and 40CFR261.24)

Waste ignitability (Reference 40CFR261.21)

Waste corrosivity (Reference 40CFR261.22)

Waste reactivity (Reference 40CFR261.23)

Hazardous waste from non-specific sources (F-listed) (Reference 40CFR261.31)

Discarded commercial products (acutely toxic or P-listed and toxic or U-listed) (Reference 40CFR261.33)

Solid Waste (Reference 40 CFR 261.2)

Exclusions (Reference 40 CFR 261.4)

SAVE HARMLESS AND INDEMNITY AGREEMENT: The contractor shall save harmless and indemnify the VA with respect to any and all liability, claims, costs of what so ever kind and nature for injury to or death of any person or persons and for loss or damage to any property of the VA or of others occurring in connection with or in any way incident to or arising out of the occupancy, use, service operation or performance of work in connection with this contract resulting in whole or in part from the negligent or non-negligent acts or omissions of the contractor, any subcontractor or any employee, agent or representative of the contractor or of any subcontractor.

REQUIRED INSURANCE: During the entire period of performance under this contract the contractor shall procure and maintain not less than the following minimum insurance and shall provide proof of insurance prior to commencing contract performance:

Workmen s Compensation and Occupational Disease in the amounts to satisfy applicable state law.

Employers Liability Minimum amount of $100,000 per occurrence

Comprehensive General Liability Minimum limits of $1,000,000 per occurrence for bodily injury or death but a limit of $2,000,000 total; and $1,000,000 per occurrence for damage to property of a third person (s)

Comprehensive Automobile Liability Minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage; higher minimum limits if required by applicable state laws

Contractors Pollution Liability-Minimum amount of $1,000,000 per occurrence

The contractor assumes all liability and responsibility for the hazardous waste produced by the VA once performance of work begins. Prior to the commencement of work the contractor shall furnish to the Contracting Officer a certificate or written statement of all required insurance. The policies evidencing required insurance shall contain an endorsement that cancellation or any material change in the policies adversely affecting the interests of the VA shall not be effective for a period prescribed by the laws of the state in which the contract is performed and in no event less than thirty (30) days after written notice to the Contracting Officer. The contractor agrees to insert the substance of this clause in all sub-contracts hereunder.

PACKAGING:

The contractor shall provide necessary personnel and all required materials to inventory, classify, sample, manifest, package, mark, label, and load the waste for transport. When repackaging is necessary the contractor shall be responsible for disposal of the original containers.

When regulations permit a choice of packaging material, extra packaging integrity shall be utilized. The contractor shall submit a list of packaging by waste type for approval by the Contracting Officer and/or COR. For example, the contractor shall use a steel container instead of a fiberboard container where DOT regulations permit either. Each item of hazardous material will be at least double containerized. For example, waste sulfuric acid will not be shipped in poly carboy alone; the carboy will be placed inside a steel drum and the containers shall be separated by non-reactive, non-combustible packaging material; e.g. vermiculite

b. Incompatible waste shall not be packaged in the same outermost container. Once the contractor begins work, all processes of packaging and pick-up shall continue until all waste is transported off site to the disposal facility.

DELIVERIES OR PERFORMANCE

PICK-UP: The contractor shall provide a minimum of four (4) performances each contract period consisting of a pick-up at each of the two facilities. The Government will provide fourteen (14) days advance notice to the contractor prior to the requested pick up date. The pick-up quantity will be at least the equivalent of one (1) fifty-five (55) gallon size lab packs per performance with an estimated quantity of 25 per contract period. The contract period is expected to be one year. All packaged waste shall be removed at one time between the hours of 7:00 AM and 4:30 PM, Monday through Friday, excluding Federal Holidays. The Contractor is required to contact the COR seven (7) days prior to coming to either facility. The locations for pick-up will be made available at the time of award. Contractor is required to supply the COR with the following:

NAME AND ADDRESS OF CARRIER:

DISPOSAL SITE (S)

Payment shall be made in arrears upon receipt and certification of a proper invoice at the designated payment office. Note that a 20% retainage will be held until receipt of a certificate of disposal.

Submit invoices to: Department of Veterans Affairs

Financial Service Center

PO Box 149971

Austin, TX 78714-9971

Invoice

(1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice shall include --

(i) Name and address of the Contractor;

(ii) Invoice date and number;

(iii) Contract number, purchase order number, contract line item number and, if applicable, the order number;

(iv) Detailed description of quantity, unit of measure, unit price and extended price of the items delivered;

(v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading;

(vi) Terms of any discount for prompt payment offered;

(vii) Name and address of official to whom payment is to be sent;

(viii) Name, title, and phone number of people to notify in event of defective invoice; and

(ix) Taxpayer Identification Number (TIN). The Contractor shall include

its TIN on the invoice only if required elsewhere in this contract.

Information Systems Officer, Information Protection: 

The contractor will not have access to VA Desktop computers nor will they have access to online resources belonging to the government while conducting services. If removal of equipment from the VA is required, any memory storage devices, such as hard drives, solid state drives and non-volatile memory units will remain in VA control and will not be removed from VA custody.  

Privacy Officer: 

The contractor will not have access to protected Patient Health Information (PHI) nor will they have the capability of accessing patient information during the services provided to the VA and if removal of equipment from the VA is required, any memory storage devices, such as hard drives, solid state drives and non-volatile memory units will remain in VA control and will not be removed from VA custody.   All research data available for Contractor analyses is de-identified.

Records Manager:   

Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228.

Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest.

Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records.

Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act.

Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract.

The Government Agency owns the rights to all data/records produced as part of this contract.

The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver enough technical documentation with all data deliverables to permit the agency to use the data.

Opportunity closing date
27 May 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs Department of Veterans Affairs Medical Center United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?