DOCUMENT
V -- 90 day Transportation contract From VA Facility to CBOCs - Attachment
- Notice Date
- 8/16/2018
- Notice Type
- Attachment
- NAICS
- 484110
— General Freight Trucking, Local
- Contracting Office
- Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);1900 East Main Street;Danville IL 61832-5198
- ZIP Code
- 61832-5198
- Solicitation Number
- 36C25218Q9762
- Response Due
- 8/23/2018
- Archive Date
- 9/22/2018
- Point of Contact
- Kevin Adkins
- E-Mail Address
-
4-4544<br
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- Combined Synopsis/Solicitation for Commercial Items Page 7 of 12 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25218Q9762 Posted Date: 08/16/2018 Original Response Date: 08/16/2018 Current Response Date: 08/23/2018 Product or Service Code: V112 Set Aside (SDVOSB/VOSB): VOSB NAICS Code: 484110 Contracting Office Address Great Lakes Acquisition Center 1900 East Main Street Building 102 Rm 103J Danville Illinois 61832-5198 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 484110, with a small business size standard of $27.5 Million. The VA Iliana Healthcare System is seeking to purchase Logistic Transportation Services as described in the Statement of Work. All interested companies shall provide quotation for the following: Line Item Description Quantity Unit Price Total Price 0001 Transport contract for movement of medical supplies, mail, supplies, and various equipment (such as furniture and refrigerators) on an as needed basis, to and from Mattoon CBOC every Wednesday and to and from Springfield CBOC and Decatur CBOC every Thursday Period of performance is 09/05/2018-11/24/2018, excluding Thursday November 22,2018, Thanksgiving. Each Job is to be priced as round trip. 23 JB Services Scope. The scope of the transportation contract is to provide service of movement for medical supplies, linen, sensitive item bins, furniture, refrigerators, office supplies, copier paper, miscellaneous supplies, computers, printers and US Post Office/ interoffice mail from VAH Iliana Danville, IL to VHA Iliana CBOC s in Mattoon on Wednesday, Decatur and Springfield, IL on Thursday and return supplies each day to VHA Iliana Logistics warehouse for 90-days. This requirement is for VA Freight only, there shall be no intermingling with other commercial freight. There are no dock locations at the CBOCs for load/unload. Requirement is truck with lift gate capability. Driver is to report to the Logistics warehouse NLT 8:15 to start the process of loading supplies. 2. Specific Tasks. Task 1- Trip 1 pickup and load supplies at VHA Iliana Logistics warehouse bldg.#19 on Wednesday NLT 8:15am. Task 2-Drive supplies to 501 Lake Land Blvd Mattoon, IL 61938 ask for Admin Officer upon arrival Task 3- Driver will off load supplies inside of building with direction from the Admin Officer Task 4-Pick up and load Mattoon s return supplies with direction from Admin Officer Task 5-Drive to VHA Iliana Danville Logistics warehouse bldg19 and off load retuning supplies from Mattoon NLT 1:30PM Task 6- Trip 2 pickup and load supplies at VHA Iliana Logistics warehouse bldg.#19 on Thursday NLT 8:15am. Task 7-Drive supplies to 729 Sunnyside Road Decatur, IL ask for Admin Officer upon arrival Task 8-Driver will off load supplies at receiving dock behind building and take inside with direction from Admin Officer Task 9- Pick up and load return supplies from Decatur with direction from Admin Officer Task 10- Depart Decatur, IL CBOC driver will then drive to 5890 S. 6TH Street Springfield, IL CBOC ask for Admin Officer upon arrival Task 11- Driver will off load supplies marked for Springfield and deliver inside of building with direction from Admin Officer Task 12- Driver will pick up and load Springfield return supplies with direction of Admin Officer Task 13- Driver will depart Springfield CBOC and return NLT 2:45PM to VHA Iliana Logistics warehouse bldg.#19 and off load returning supplies from Decatur and Springfield. 3. Point of Contact. JoElla Benford 217-554-5897 JoElla.Benford@va.gov 4. Period of Performance 90 Days 09/05/2018-11/24/2018 5. Security Requirements a. Minimum Vehicle Security Requirement. Contractor will provide vehicle with working door locks for security of supplies, sensitive item bins and US Postal/interoffice mail that will hold patient information to prevent loss or pilferage of government/patient information. 6. Other Pertinent Information or Special Considerations. a. Minimum Vehicle Requirements. Contractor must have CDL licenses and proper permit to transport oxygen cylinders and medical supplies that are considered hazardous. Vehicle minimum size is 78W x 97Hx236L b. Packaging, Packing and Shipping Instructions. Contractor is responsible for proper packing and strapping down supplies to ensure safe delivery, pick-up and return of supplies. Contractor shall provide all pallets, carts, pallet jack etc., required to perform requested services. c. Inspection and Acceptance Criteria. Contractor will inspect and sign manifest for all supplies before loading. Contractor will at point of delivery to CBOC call Warehouse Manager @ (217)474-4285 stating all deliverable supplies for designated CBOC have been signed for by the CBOC Admin Officer or designees. CBOC Admin Officer will have returning supplies manifest for Contractor to sign and return to VA Iliana Logistic Warehouse. Contractor will pick up and sign manifest for all returning supplies from designated CBOC. Contractor will return all returning supplies to the VA Iliana Logistics Warehouse from designated CBOC. Contractor will remain at Logistic Warehouse until returning supplies manifest has been reviewed for accuracy and signed for by Warehouse Manager or designees. d. Site Conditions for load /unload- i. No forklift capability at either CBOC location. Requirement is truck with lift gate capability. ii. The driver will physically load supplies onto pallet, secure/strap down supplies and then load onto truck. 7. Place of Performance. VHA Iliana 1900 East Main St Danville, IL 8. Delivery Schedule. Wednesday and Thursday each week during performance period. The delivery/task order period of performance is September 5, 2018 to November 24,2018. Place of Performance Address: 1900 East Main Street Danville Illinois Address: Mattoon CBOC 501 Lake Land Blvd Mattoon, Illinois Postal Code: 61832 Country: UNITED STATES Country: UNITED STATES Country: UNITED STATES Address: Decatur CBOC 796 Sunnyside Road Decatur Illinois Country: UNITED STATES Address: Springfield CBOC 5850 S 6th Street Rd Springfield Illinois Country: UNITED STATES Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: Technical Capability- i. Contractor shall demonstrate relevant experience and qualifications regarding the Statement of Work Requirements. ii. Offerors shall provide Information on contracts executed within the past three (3) years with Federal, State, or local Government agencies, along with private sector customers which are relevant to the efforts required by this solicitation. iii. Vendor must have CDL licenses and proper permit to transport oxygen cylinders and medical supplies that are considered hazardous. iv. Vehicle minimum size is 78W x 97Hx236L. Must have lift gate capability. Past Performance- Past performance evaluations shall be conducted using information provided with the offer, information obtained from references, information obtained information obtained from the Past Performance Information Retrieval System (PPIRS), the Federal Awardee Performance & Integrity Information System (FAPIIS), and information from any other sources deemed appropriate. The Past Performance evaluation shall assess the relative risks associated with an Offeror's likelihood of success in fulfilling the solicitation's requirements as indicated by that Offeror's record of past performance. When evaluating past performance, the government may consider the currency and relevancy of the information, the source of the information, the context of the data provided, and the general trends in the contractor's performance. The government may take into account past performance information regarding predecessor companies and key personnel who have relevant experience that shall perform major or critical aspects of the requirement. Offerors shall provide Information on contracts executed within the past three (3) years with Federal, State, or local Government agencies, along with private sector customers which are relevant to the efforts required by this solicitation. Areas of relevance include experience with Logistic transportation services in a healthcare setting. A minimum of three (3) references shall be submitted with your offer however, in the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror may not be evaluated favorably or unfavorably. Price- The Price shall include all labor, materials, project management, supplies and supervision. Price will be evaluated by the Contracting Officer to determine reasonableness and may be evaluated to determine whether the price realistically supports the requirements of the solicitation. If more than one offer is received, the prices from the offers will be entered into an abstract or documented in the Contracting Officer s Award Decision. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items [insert date of provision] FAR 52.212-3, Offerors Representations and Certifications Commercial Items [insert date of provision] Offerors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [insert date of clause] [Insert a statement regarding any addenda to FAR 52.212-4] FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [insert date of clause] The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b) (4), (8), (22), (25), (26), (27), (28), (30), (31), (32), (33) (i), (42), (49), (55) Subparagraph (c)(2), (3), (5), (8), and (9) Other applicable clauses/provisions: FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation (Apr 1984) VAAR 852.203-70, Commercial Advertising (Jan 2008) VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEVIATION) (Jul 2016) VAAR 852.219-74- LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUL 2018) 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) 852.237-70 CONTRACTOR RESPONSIBILITIES WAGE Determination 2015-5021 All quoters shall submit the following: one (1) copy of the quote. The quote shall be submitted in two sections, the pricing quote and the technical and past performance Quote. All quotations shall be sent by email to the Contracting Officer to Kevin Adkins, Contracting Officer, at kevin.adkins@va.gov. This is an open-market combined synopsis/solicitation for Logistic Transportation Services as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than August 23,2018 at 4PM CDT at kevin.adkins@va.gov. Emailed quotations shall be accepted and are preferred. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer Kevin Adkins at kevin.adkins@va.gov Point of Contact Kevin Adkins Contracting Officer 217-554-4544 Office 217-554-3206 Fax kevin.adkins@va.gov VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY LANGUAGE GENERAL Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. ACCESS TO VA INFORMATION AND VA INFORMATION SYSTEMS A contractor/subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order. All contractors, subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures. Contract personnel who require access to national security programs must have a valid security clearance. National Industrial Security Program (NISP) was established by Executive Order 12829 to ensure that cleared U.S. defense industry contract personnel safeguard the classified information in their possession while performing work on contracts, programs, bids, or research and development efforts. The Department of Veterans Affairs does not have a Memorandum of Agreement with Defense Security Service (DSS). Verification of a Security Clearance must be processed through the Special Security Officer located in the Planning and National Security Service within the Office of Operations, Security, and Preparedness. Custom software development and outsourced operations must be located in the U.S. to the maximum extent practical. If such services are proposed to be performed abroad and are not disallowed by other VA policy or mandates, the contractor/subcontractor must state where all non-U.S. services are provided and detail a security plan, deemed to be acceptable by VA, specifically to address mitigation of the resulting problems of communication, control, data protection, and so forth. Location within the U.S. may be an evaluation factor. The contractor or subcontractor must notify the Contracting Officer immediately when an employee working on a VA system or with access to VA information is reassigned or leaves the contractor or subcontractor s employ. The Contracting Officer must also be notified immediately by the contractor or subcontractor prior to an unfriendly termination. VA INFORMATION CUSTODIAL LANGUAGE Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1). VA information should not be co-mingled, if possible, with any other data on the contractors/subcontractor s information systems or media storage systems in order to ensure VA requirements related to data protection and media sanitization can be met. If co-mingling must be allowed to meet the requirements of the business need, the contractor must ensure that VA s information is returned to the VA or destroyed in accordance with VA s sanitization requirements. VA reserves the right to conduct on-site inspections of contractor and subcontractor IT resources to ensure data security controls, separation of data and job duties, and destruction/media sanitization procedures are in compliance with VA directive requirements. Prior to termination or completion of this contract, contractor/subcontractor must not destroy information received from VA, or gathered/created by the contractor in the course of performing this contract without prior written approval by the VA. Any data destruction done on behalf of VA by a contractor/subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the contract. The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies. If Federal or VA information confidentiality and security laws, regulations and policies become applicable to the VA information or information systems after execution of the contract, or if NIST issues or updates applicable FIPS or Special Publications (SP) after execution of this contract, the parties agree to negotiate in good faith to implement the information confidentiality and security laws, regulations and policies in this contract. The contractor/subcontractor shall not make copies of VA information except as authorized and necessary to perform the terms of the agreement or to preserve electronic information stored on contractor/subcontractor electronic storage media for restoration in case any electronic equipment or data used by the contractor/subcontractor needs to be restored to an operating state. If copies are made for restoration purposes, after the restoration is complete, the copies must be appropriately destroyed. If VA determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to withhold payment to the contractor or third party or terminate the contract for default or terminate for cause under Federal Acquisition Regulation (FAR) part 12. If a VHA contract is terminated for cause, the associated BAA must also be terminated and appropriate actions taken in accordance with VHA Handbook 1600.01, Business Associate Agreements. Absent an agreement to use or disclose protected health information, there is no business associate relationship. The contractor/subcontractor must store, transport, or transmit VA sensitive information in an encrypted form, using VA-approved encryption tools that are, at a minimum, FIPS 140-2 validated. The contractor/subcontractor s firewall and Web services security controls, if applicable, shall meet or exceed VA s minimum requirements. VA Configuration Guidelines are available upon request. Except for uses and disclosures of VA information authorized by this contract for performance of the contract, the contractor/subcontractor may use and disclose VA information only in two other situations: (i) in response to a qualifying order of a court of competent jurisdiction, or (ii) with VA s prior written approval. The contractor/subcontractor must refer all requests for, demands for production of, or inquiries about, VA information and information systems to the VA contracting officer for response. Notwithstanding the provision above, the contractor/subcontractor shall not release VA records protected by Title 38 U.S.C. 5705, confidentiality of medical quality assurance records and/or Title 38 U.S.C. 7332, confidentiality of certain health records pertaining to drug addiction, sickle cell anemia, alcoholism or alcohol abuse, or infection with human immunodeficiency virus. If the contractor/subcontractor is in receipt of a court order or other requests for the above-mentioned information, that contractor/subcontractor shall immediately refer such court orders or other requests to the VA contracting officer for response. For service that involves the storage, generating, transmitting, or exchanging of VA sensitive information but does not require C&A or an MOU-ISA for system interconnection, the contractor/subcontractor must complete a Contractor Security Control Assessment (CSCA) on a yearly basis and provide it to the COTR. SECURITY INCIDENT INVESTIGATION The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the COTR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access. To the extent known by the contractor/subcontractor, the contractor/subcontractor s notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the contractor/subcontractor considers relevant. With respect to unsecured protected health information, the business associate is deemed to have discovered a data breach when the business associate knew or should have known of a breach of such information. Upon discovery, the business associate must notify the covered entity of the breach. Notifications need to be made in accordance with the executed business associate agreement. In instances of theft or break-in or other criminal activity, the contractor/subcontractor must concurrently report the incident to the appropriate law enforcement entity (or entities) of jurisdiction, including the VA OIG and Security and Law Enforcement. The contractor, its employees, and its subcontractors and their employees shall cooperate with VA and any law enforcement authority responsible for the investigation and prosecution of any possible criminal law violation(s) associated with any incident. The contractor/subcontractor shall cooperate with VA in any civil litigation to recover VA information, obtain monetary or other compensation from a third party for damages arising from any incident, or obtain injunctive relief against any third party arising from, or related to, the incident. LIQUIDATED DAMAGES FOR DATA BREACH Consistent with the requirements of 38 U.S.C. §5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract. The contractor/subcontractor shall provide notice to VA of a security incident as set forth in the Security Incident Investigation section above. Upon such notification, VA must secure from a non-Department entity or the VA Office of Inspector General an independent risk analysis of the data breach to determine the level of risk associated with the data breach for the potential misuse of any sensitive personal information involved in the data breach. The term 'data breach' means the loss, theft, or other unauthorized access, or any access other than that incidental to the scope of employment, to data containing sensitive personal information, in electronic or printed form, that results in the potential compromise of the confidentiality or integrity of the data. Contractor shall fully cooperate with the entity performing the risk analysis. Failure to cooperate may be deemed a material breach and grounds for contract termination. Each risk analysis shall address all relevant information concerning the data breach, including the following: NATURE OF THE EVENT (LOSS, THEFT, UNAUTHORIZED ACCESS); DESCRIPTION OF THE EVENT, INCLUDING: (A) DATE OF OCCURRENCE; (B) DATA ELEMENTS INVOLVED, INCLUDING ANY PII, SUCH AS FULL NAME, SOCIAL SECURITY NUMBER, DATE OF BIRTH, HOME ADDRESS, ACCOUNT NUMBER, DISABILITY CODE; (3) NUMBER OF INDIVIDUALS AFFECTED OR POTENTIALLY AFFECTED; (4) NAMES OF INDIVIDUALS OR GROUPS AFFECTED OR POTENTIALLY AFFECTED; (5) EASE OF LOGICAL DATA ACCESS TO THE LOST, STOLEN OR IMPROPERLY ACCESSED DATA IN LIGHT OF THE DEGREE OF PROTECTION FOR THE DATA, E.G., UNENCRYPTED, PLAIN TEXT; (6) AMOUNT OF TIME THE DATA HAS BEEN OUT OF VA CONTROL; (7) THE LIKELIHOOD THAT THE SENSITIVE PERSONAL INFORMATION WILL OR HAS BEEN COMPROMISED (MADE ACCESSIBLE TO AND USABLE BY UNAUTHORIZED PERSONS); (8) KNOWN MISUSES OF DATA CONTAINING SENSITIVE PERSONAL INFORMATION, IF ANY; (9) ASSESSMENT OF THE POTENTIAL HARM TO THE AFFECTED INDIVIDUALS; (10) DATA BREACH ANALYSIS AS OUTLINED IN 6500.2 HANDBOOK, MANAGEMENT OF SECURITY AND PRIVACY INCIDENTS, AS APPROPRIATE; AND (11) WHETHER CREDIT PROTECTION SERVICES MAY ASSIST RECORD SUBJECTS IN AVOIDING OR MITIGATING THE RESULTS OF IDENTITY THEFT BASED ON THE SENSITIVE PERSONAL INFORMATION THAT MAY HAVE BEEN COMPROMISED. Based on the determinations of the independent risk analysis, the contractor shall be responsible for paying to the VA liquidated damages in the amount of $______ per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following: (1) NOTIFICATION; (2) ONE YEAR OF CREDIT MONITORING SERVICES CONSISTING OF AUTOMATIC DAILY MONITORING OF AT LEAST 3 RELEVANT CREDIT BUREAU REPORTS; (3) DATA BREACH ANALYSIS; (4) FRAUD RESOLUTION SERVICES, INCLUDING WRITING DISPUTE LETTERS, INITIATING FRAUD ALERTS AND CREDIT FREEZES, TO ASSIST AFFECTED INDIVIDUALS TO BRING MATTERS TO RESOLUTION; (5) ONE YEAR OF IDENTITY THEFT INSURANCE WITH $20,000.00 COVERAGE AT $0 DEDUCTIBLE; AND (6) Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs. TRAINING All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems: Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems; Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training; Successfully complete the appropriate VA privacy training and annually complete required privacy training; and Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the contracting officer for inclusion in the solicitation document e.g., any role-based information security training required in accordance with NIST Special Publication 800-16, Information Technology Security Training Requirements.] The contractor shall provide to the contracting officer and/or the COTR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25218Q9762/listing.html)
- Document(s)
- Attachment
- File Name: 36C25218Q9762 36C25218Q9762_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4547507&FileName=36C25218Q9762-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4547507&FileName=36C25218Q9762-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25218Q9762 36C25218Q9762_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4547507&FileName=36C25218Q9762-001.docx)
- Place of Performance
- Address: VA Iliana Healthcare System;1900 East Main Street;Danville IL.
- Zip Code: 61832
- Zip Code: 61832
- Record
- SN05040441-W 20180818/180816231215-3aeb3b41b8ae88528bc3205e67023489 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |