M--Valet Services, curbside patient assistance Central Western Massachusetts VA Medical Center
Page 26 of 26 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this not... Page 26 of 26 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24119Q0358 and the solicitation is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. (iv) This requirement is being issued as a Service Disabled Veteran Owned Small Business set aside. The associated NAICS code is 812930 with a size standard of $38.5 Million. (v) The Government intends to award a firm-fixed priced award with a six month base period of performance with one (1) six month option period. The Contractor shall provide all labor, supervision, material, equipment, and travel to provide valet services the Central Western Massachusetts VA Medical Center as listed in the Performance Work Statement. Please see the Performance Work Statement, Price Schedule, and Evaluation below for full requirement details and quote submission. Item # Description- Base Year 07/01/2019-12/31/2019 (dates are estimated, base POP will be 6 months in length) Qty Unit Price Amount 0001 Valet Curbside Patient Assistance Services 6 MO Item # Description- Option 1 01/01/2020-06/30/2020 (dates are estimated, base POP will be 6 months in length) Item # 1001 Valet Curbside Patient Assistance Services 6 MO TOTAL _______________________ (vi) The Contractor shall provide Valet services for Patients, caretakers and patient visitors at the Central Western Massachusetts VA Medical Center. Please see the attached Performance Work Statement for a full description of the requirement. (vii) The Place of Performance is the Central Western Massachusetts VA Medical Center, 421 North Main St. Leeds, MA. The period of performance shall be six months with one six month option. (viii) Provision at 52.212-1, Instructions to Offerors Commercial Items (OCT 2018), applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.216-1 Type of Contract (APR 1984); 52.217-5 Evaluation of Options (JUL 1990); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) Provision at 52.212-2, Evaluation -- Commercial Items (OCT 2014), applies to this requirement. Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. We will not consider any quote that we receive after the deadline unless we receive it before we issue a purchase order; it is in the best interest of the Government, and it will not delay our purchase. (2) Quotes shall be submitted electronically via email to jacob.linxweiler@va.gov. (3) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. The Contractor shall include its company name, address, DUNS and Cage Code, and evidence of business certification as a Service Disabled Veteran Owned Small Business by the Department of Veteran Affairs Center for Verification and Evaluation (CVE). (4) Questions shall be submitted to the Contract Specialist in writing via e-mail. Oral questions will not be accepted due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 6/14/2019 at 12:00 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. Evaluation Process: Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government will not determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, or use other techniques associated with FAR Part 15. The Contracting Officer will conduct a comparative evaluation of quotes in accordance with FAR 13.106-2 (b). The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Price: The Vendor shall complete the Price Schedule (attached) with proposed contract line item prices inserted in appropriate spaces. Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information; brief description of the work completed, and contract # (if relevant). Please utilize Attachment Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources to include PPIRS. Technical: The vendor s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Performance Work Statement in a timely efficient manner. Contractor shall demonstrate its experience to meet all requirements stated in the PWS. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) and a description of their planned subcontracting effort. Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). The Government will evaluate prices for the option under FAR 52.217-8 by using the last option period pricing to calculate the price for six months of effort, and adding that amount to the base and other option years to arrive at the total. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications (OCT 2018) -- Commercial Items, with your offer via the SAM.gov website or a written copy. Unless exempted by the Contracting Officer, you must register in SAM before we will issue a purchase order to you. If you do not register by the date set by the Contracting Officer, the Contracting Officer might issue the order to a different quoter. Once registered, you must remain registered throughout performance until final payment. Go to https://www.acquisition.gov for information on SAM registration and annual confirmation. (xi) Clause 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018), applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights. 52.204-4 Printed or copied double-sided on recycled paper (MAY 2011) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.237-3 Continuity of Services (JAN 1991) 852.203-70 Commercial Advertising (MAY 2008) 852.215-71 Evaluation Factor Commitments (DEC 2009) 852.219-10 VA notice of total Service-Disabled Veteran-Owned Small Business set-aside (JUL 2016)(deviation) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.228-71 Indemnification and Insurance (MAR 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.237-70 Contractor Responsibilities (APR 1984) VAAR 852.228-71 INDEMNIFICATION AND INSURANCE (MAR 2018) (a) Indemnification. The contractor expressly agrees to indemnify and save the Government, its officers, agents, servants, and employees harmless from and against any and all claims, loss, damage, injury, and liability, however caused, resulting from, arising out of, or in any way connected with the performance of work under this agreement. Further, it is agreed that any negligence or alleged negligence of the Government, its officers, agents, servants, and employees, shall not be a bar to a claim for indemnification unless the act or omission of the Government, its officers, agents, servants, and employees is the sole, competent, and producing cause of such claims, loss, damage, injury, and liability. At the option of the contractor, and subject to the approval by the contracting officer of the sources, insurance coverage may be employed as guaranty of indemnification. (b) Insurance. Satisfactory insurance coverage is a condition precedent to award of a contract. In general, a successful bidder must present satisfactory evidence of full compliance with State and local requirements, or those below stipulated, whichever are the greater. More specifically, workers' compensation and employer's liability coverage will conform to applicable State law requirements for the service contemplated, whereas general liability and aircraft liability of comprehensive type shall, in the absence of higher statutory minimums, be required in the amounts per aircraft used of not less than $200,000 per person and $500,000 per occurrence for bodily injury and $200,000 per occurrence for property damage. Coverage for passenger liability bodily injury shall be at least $200,000 multiplied by the number of seats or passengers, whichever is greater. State-approved sources of insurance coverage ordinarily will be deemed acceptable to the Department of Veterans Affairs installation, subject to timely certifications by such sources of the types and limits of the coverages afforded by the sources to the bidder. 52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days of contract expiration. (End of Clause) 52.217-9 --Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 1 Year and 6 Months. (End of Clause) LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.219-10 VA Notice of Total Service- Disabled Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of Clause) (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018); 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015); 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) 52.219-14, Limitations on Subcontracting (JAN 2017) (15 U.S.C. 637(a)(14)) 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 (SEPT 2016); 52.222-35, Equal Opportunity for Veterans (OCT 2015); 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014); 52.222-37, Employment Reports on Veterans (FEB 2016); 52.222-50, Combating Trafficking in Persons (MAR 2015); 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.224-3, Privacy Training (JAN 2017 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008); 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018); 52.222-41, Service Contract Labor Standards (AUG 2018); 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014); 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (AUG 2018); 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015); 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017); (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due 6/21/2019 at 4:00 PM E.S.T. RFQ responses must be submitted via email to: jacob.linxweiler@va.gov. Hand deliveries will not be accepted. Submissions after the deadline may not be considered. (xvi) The POC of this solicitation is Jacob Linxweiler (jacob.linxweiler @va.gov). PERFORMANCE WORK STATEMENT GENERAL: The Central Western Massachusetts Department of Veterans Affairs Medical Center, 421 North Main Street, Leeds, MA 01053, has a requirement for Valet parking. Based on current operations, it is estimated that the Contractor will be required to park and/or provide assistance in parking approximately 350 cars per day. It is understood that the number of vehicles indicated herein are estimated quantities and may fluctuate during the contract period. Contractor must provide a sufficient number of staff in order to meet the needs of the VA and the Performance Standards. This contract shall include all labor, material, supervision, equipment, and services which are required to provide valet parking for all VA patients. If the services will be extended beyond the use of VA patients, caretakers, and patient visitors the Contractor will be notified in writing, at least two (2) weeks prior to this change by the Contracting Officer (CO). Services shall commence within 14 days of contract award and continue for a period of 6 months with an option to the Government extend services for another 6 months. All services shall be performed in accordance with all terms, conditions, schedules, provisions, and requirements of this solicitation and any resulting contract. Services shall include but not be limited to ticketing, securing keys, providing cones or other supplies and/or professional materials, necessary or incidental to manage and perform services. Contractor shall be responsible for parking, delivering and directing certain vehicles to and from the valet greeting area at the main control parking lot. Staging locations of any contractor furnished equipment must be approved by the Contracting Officer s Technical Representative (COR), prior to the commencement of services. All Fire lanes must be kept open at all times. Any changes and/or additional recommendations, which deviate from the specifications, must be approved in writing by the Contracting Officer prior to commencement of services. A notice to the Contractor to discontinue or reduce the level of service at the Government convenience shall not result in any service charge or assessment fee for the disconnection or reduced service. The Government shall have the option to terminate the contract if not satisfied with the services during the term of the contract. CONTRACTOR S REQUIREMENTS: The Contractor shall provide Valet Parking except for those vehicles that the Medical Center deems appropriate for self-parking or those vehicles requesting self-parking. Valet parking shall be limited to VA Patients, caretakers, and visitors of patients at this time. Patients may be operators or passengers in a vehicle. Valet services are to be provided only to patients, caretakers, and visitors of patients. The Contractor s employees will greet every vehicle excluding: buses, VA transportation vehicles dropping off or picking up patients, vendors or Contractors conducting business at the VA Medical Center, and VA employees. Every vehicle that pulls up to the valet parking area will be stopped by the Contractor s employee, who will ask for a patient identification card, proof of appointment or whether they are visiting a patient. The greeter shall ask how long s/he will be staying at the facility or estimated time of departure. Handicapped persons will be permitted to pull to the patient entrance to be dropped off, and the attendant will then park the car. If an individual is a first time patient and therefore Patient Identification Card has not been issued, services will be provided to these individuals. However, Contractor shall maintain a record on the number of individuals who were identified as first time patients and the number of visitors that have used the service as indicated above which shall be included in the monthly report as defined in Section 10. The Contractor will be in control of where all vehicles are parked in order to maximize the space available and facilitate smooth operations. Vehicle lifts are not authorized. All attendant parked vehicles will be locked and secured. Driver s keys will be appropriately secured at the valet booth provided by the Contractor. Contractor shall be responsible for any lost keys and damage, caused by their employees, to any of the vehicles as further defined herein. It is the Contractor s responsibility to screen out employees, volunteers, and vendors from using the valet parking services. Contractor shall be responsible to direct vehicles, which may be self-parked to a parking location on premises. The Contractor shall be responsible for parking control and monitoring designated parking area(s). In the event of any emergency or if an individual requires assistance (i.e. injured or stranded persons) the Contractor shall immediately notify the VA Police of the situation. Contractor shall dial the predetermined emergency phone number on the VA furnished equipment to report any emergency. The Contractor s supervisor will be responsible to report any violations or safety incidents noted during the performance of his/her duties to the VA Police and the Contracting Officer. Such incidents shall also be included in the required monthly report. The Contractor shall be responsible for any loss or damage to the property provided by the VA to the Contractor during the performance of services. Any government equipment furnished which is damaged or lost will be replaced by the Contractor to the satisfaction of the VA at no additional cost to the government. All VA furnished equipment must be returned to the COR in good condition as issued prior to the release of the final payment. Persons driving buses or large vans will be permitted to park their own vehicles in the area deemed to be the most convenient and practical to the parking operations, as determined by the COR. The Contractor will be notified 24 hours in advance of any special events that might cause parking problems. All parking attendants will provide excellent customer service demonstrating courtesy, kindness, and a caring demeanor. Parking patrons will be treated courteously and with respect al all times. Valets will maintain the appearance of the entrance by sweeping the area and keeping clear of any trash and debris generated by the valet services. Parking attendants will drive safely, slowly and cautiously, paying attention to pedestrian traffic. Parking attendants may assist in removing of wheelchairs, carts, canes or other items from the vehicle at the request of Parking Patrons. As indicated in Paragraph 4.1(c) Tipping is not allowed. The Contractor will designate a full time supervisor during the entire hours of operation period, identified in Paragraph 3.1, as a representative of the Contractor in handling any valet parking concerns and parking incidents. All incidents shall be reported on a monthly basis to the Contracting Officer. If this person is not present on site, the Contractor will designate another employee as acting supervisor during the period of absence. Contractor shall provide the name, contact number and work schedule of the supervisor in writing to the Contracting Officer prior to start of the contract. The VA will provide snow removal services in the parking areas involved in this contract. The Contractor will notify the VA of any areas that may pose a safety hazard to patients, employees and visitors. The Contractor shall not make alterations to the parking lot line striping. If line -striping changes are desired, the valet Contractor shall make a recommendation in writing to the COR. If the recommended changes are approved by the COR, the VA will accomplish the re-striping. Valet parking personnel are permitted to park up to two personal or company owned vehicles on site within the designated valet parking lot area, if spaces are available. Vehicles must be removed when valet parking operations have concluded for the day. Construction projects, as yet undetermined, may impact the valet parking operation during the term of any contract resulting from this solicitation. After the contract has been in force for a period of time, it may be necessary to change and/or modify the operations to provide better service. All modifications to the contract will be in accordance with FAR 52.212-4, Contract Terms and Conditions Commercial Items, par. (c). HOURS OF OPERATION: Hours of operations shall initially be 7:00am to 5:00pm Monday Friday, excluding Federal Holidays listed in 3.2, and any other day specifically declared by the President of the United States to be a Federal Holiday. The Government reserves the right to reduce hours of operation with appropriate notice to the vendor. Federal Holidays observed by the VAMC are: New Year s Day January 1 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 Also included would be any other day specifically declared by the President of the United States to be a National Holiday. When a holiday falls on a Sunday, the following Monday shall be observed as a legal holiday by U.S. Government agencies. When a holiday falls on a Saturday, the preceding Friday shall be observed as a legal holiday. The Contractor will staff the valet parking operation as needed to ensure an effective operation, taking into consideration the busiest days and hours when establishing employee work schedules. An effective operation is defined as; no customer waits more than 10 minutes to be valet parked or returned to the drop off/pick up location. The Contracting Officer s Representative (COR) will make periodic unannounced inspections to assure that the Contractor is in compliance and that the waiting times do not exceed 10 minutes. Any increase in numbers of valet parking personnel necessary in order to meet the requirement that waiting time not exceed 10 minutes will be provided at no additional cost to the Government. After hours: The contractor's parking attendant will turn over keys of any vehicle still on the premises after valet parking hours to the Operator s Suite, located inside the main entrance of the Medical Center and provide an inventory of the keys to the Clerk on duty. Owners of these vehicles will retrieve the vehicle keys from the Urgent Care Attendant, or other designated space after valet hours are closed. In the event of a lost claim check vehicle owners will be referred to the VA Police for resolution. No vehicle will be released without a claim check or direction from the VA Police. CONTRACTOR/PROVIDED EQUIPMENT/SUPPLIES: Contractor shall furnish all required supplies, materials, personnel, signage and any necessary equipment required to perform the services: The Contractor will provide a locking key cabinet(s) and ticket dispenser(s) to be located in the Government provided valet area as required. Exact location of the Contractor s cabinet(s) and/or booth shall be provided by the COR. The Contractor will furnish and install all signs and supplies required for operations, for example: 3-way claim check, 2-way radios if needed to communicate between its own personnel. Contractor shall furnish any other communication devices necessary to communicate between their own personnel, as well as, one for the VA Police to allow the police to monitor activity as required. Contractor shall also provide all cones, operational supplies or other miscellaneous items necessary to facilitate valet parking. All such supplies shall be approved by the COR prior to commencement of services. The Contractor shall provide required signs that will clearly identify the purpose of the services for the VA patients. Signs shall be at least 30 x 30 and possess a professional appearance. Hand-written signs are not allowed. The COR must approve signs prior to posting for use. The valet parking signs shall be set-up each morning of operation and removed at the end of the day. A NO TIPPING sign will be furnished and installed by the Contractor. No tipping will be strictly enforced. Contractor s employees are restricted from accepting tips of any kind. The Contractor will provide uniforms to all personnel working under this contract. Uniforms will include the identification of the Contractor by company name and employee name. Uniform type will be agreed upon by the VA and the Contractor at the pre-orientation meeting as defined in paragraph 7. Uniforms will be cleaned and pressed and will be worn at all times during performance of contract duties. All uniform styles must be approved by the Contracting Officers Representative (COR) prior to implementation. PERFORMANCE STANDARD: The Contractor will staff the valet parking operation with an appropriate number of employees as required to demonstrate an effective and efficient operation. An efficient operation is defined as: No customer waits more than 10 minutes to be valet parked or retrieved 95% of the time. The COR will make periodic unannounced inspections and will audit the turn-around time to assure Contractor s compliance. Any increase in the number of valet parking personnel necessary to meet the 10 minute requirement will be provided at no additional cost to the Government providing that the total number of vehicles does not exceed the estimated quantity projected. The Contractor s ability to manage the traffic flow will be periodically audited to assure that the Contractor is putting the Veteran first and is providing a safe and efficient operation. If required by the Contracting Officer, the Contractor will, at its sole cost and expense, perform a drug screen and criminal background check on all employees of the Contractor who will provide services under this agreement. The Contractor agrees to terminate immediately any employee, if at the sole discretion of the VA, they pose a risk to the health or safety of any employee or individual requiring services or if the Contracting Officer disapproves of the conduct of any of the employees identified or interferes with the business or operations of the hospital. TRAINING/LICENSES/QUALIFACTIONS: The VA Medical Center will provide orientation and training on VA policies and procedures. All parking attendants will be required to attend a facility orientation program on safety, health, HIPAA and emergency procedures at the medical center. This training will be scheduled at a post award meeting at a mutually agreeable date. All contracted parking attendants must posses a valid driver s license from the employees state of residence, be citizens of the United States or resident alien with a valid green card, and be fluent in the English language. The Contractor will be responsible to ensure Contractor employees providing work on this contract are fully trained and completely competent to perform the required work. Contractor will provide the COR with copies of all training documents and licenses which establishes the attendant s competence to perform required duties at the VA Medical Center. The VA will monitor the Contractor employees work to ensure contract compliance. Notwithstanding other contract requirements, upon request of the Contracting Office, the contractor will remove any contractor employee who does not comply with orientation requirements or meet competency requirements for the work being performed. When changes in contractor personnel are approved in accordance with the Key Personnel clause of the contract, the contractor must provide evidence of orientation, the current competence assessment, and current performance evaluation that supports the above. PRE-...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »