Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2012 FBO #4039
DOCUMENT

R -- MEDICAL COURIER SERVICES - Attachment

Notice Date
12/13/2012
 
Notice Type
Attachment
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Activity 8;Lake City VA Medical Center;619 South Marion Avenue;Lake City, FL 32025
 
ZIP Code
32025
 
Solicitation Number
VA24813I0452
 
Response Due
12/31/2012
 
Archive Date
3/1/2013
 
Point of Contact
Rachel Griner, Contracting Officer
 
E-Mail Address
Contract Specialist
(rachel.griner@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Sources Sought Notice Sources Sought Notice No: HHS-NIH-NCI-SBSS-ETSB-21000-74 Title: Medical Courier Services for North Florida/South Georgia Healthcare System This is a Small Business Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding (1) the availability and capability of qualified small business sources (2) service-disabled, veteran-owned small businesses; and (3) their size classification relative to the North American Industry Classification system (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is NOT considered a small business under applicable NAICS code should NOT submit a response to this notice. A determination by the Government not to compete this requirement as a set-aside based upon responses to this Notice is solely within the discretion of the Government. The NAICS code for the project is 492110. The small business size standard is 1,500 Employees Background The Department of Veterans Affairs, Malcolm Randall Medical Center, Gainesville, Florida, intends to award a contract for the provision of courier services. The Contractor shall provide regularly scheduled pickups of Lab Specimens, X-Rays, Medical Equipment, etc. from various locations as noted below and deliver to locations throughout North Florida/South Georgia Healthcare System. Purpose and Objectives The purpose of this acquisition is to provide medical courier support for the Lake City Medical Center, located in Lake City, FL, and the Malcolm Randall VA Medical Center in Gainesville, Florida, in addition to various Community Based Outpatient Clinics throughout NF/SG. As a result of this Sources Sought Notice, the Contracting Officer may issue a Request for Proposal (RFP). There is no solicitation available at this time. However, should such a requirement materialize, no basis for claims against the Veterans Affairs shall arise as a result of a response to this Sources Sought Notice or the Contracting Officer's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Project Requirements: The Contractor will be expected to provide all labor, tools, materials, equipment, and supervision (except as specified) necessary to provide same day courier services to be pickup from approximately 14 Community Based Outpatient Clinics (CBOC's) and deliver to 3 Medical Center. Cargo: Items to be transported will consist primarily of 1 (one) or as many as 3 (three) prepackaged, secured (locked) containers/coolers (dimensions in inches are 16x13x15) from each of the clinics containing lab specimens. These containers/coolers will be provided by the Pathology and Laboratory Medicine Service. These containers will be marked "Bio-hazard" and tagged for identification in accordance with regulatory requirements. Shipments may also include: "envelopes, "small boxes containing mail, "medical records, "xray films, "prescriptions and/or "Supplies "Reagents, each box weighing less than 60lbs/box "Medical instruments in a secured, locked leak proof container All shipments will be clearly labeled. The VAMC and CBOC's will be responsible for proper packaging and labeling. Contractor Responsibilities: INSURANCE REQUIREMENTS: Contractor shall MEET ALL Federal, State and Local codes regarding operation of this type of business and furnishes the required Insurance Certificates required to work on a Government installation. The contractor shall carry a minimum of $1,000,000 liability insurance. All items are to be transported in accordance with local, state and federal regulations. EVIDENCE OF RESPONSIBILITY: Contractor must have a minimum of five years experience, be financially responsible, and possess all the necessary equipment, licenses, and manpower necessary to perform the work specified in this contract. DRIVERS: All drivers shall have attained legal age (the age of 18 years) and shall maintain neat, clean and professional appearance. Drivers must be able to speak, understand and write English. All couriers transporting specimens under this contract shall possess a valid driver's license, vehicle insurance, and registration and have two-way radios, cell phones, or pagers for communication purposes. The Contractor shall provide proof that all drivers have had training in the transportation of bio-hazardous materials. Drivers shall be licensed in accordance with the State of Florida, to include any special licensure required for the transporting of bio-hazardous materials, if applicable. The contractor's personnel shall present a neat appearance and be easily recognized as a contract employee. The contractor's employee shall wear an identification tag that includes the company's name/logo and employee name and photograph. When required, the Contracting Officer's Representative (COR) will contact the contractor to provide details on how to obtain a VA identification badge. Upon request, the contractor shall be responsible to send the drivers to either Gainesville VA or Lake City VA for obtaining a VA issued identification badge. Any driver going to a VA facility must wear this badge at all times while on campus. Under no circumstances shall any person other than the driver or designated employee of the contractor handle items being transported. Driver shall go from a designated VA facility to another VA facility. There shall not be any non-emergent stops, for any reason, during the transport of items under this contract. Drivers shall not make any personal stops in performance of duties under this contract nor shall any unauthorized passenger accompany the driver during contract work. A record of each employee as to character and physical capabilities of performing the duties of a courier shall be maintained by the Contractor and made available to the Contracting Officer for inspection upon request. A background check record shall be submitted to the Contacting Officer when requested. The contractor shall provide a list of driver's names and names of alternate drivers for each route, in case of emergency. Included in the list shall be contact phone numbers or pager numbers of each driver. Updated lists shall be provided to the COR. The cargo may contain bio-hazardous material and dangerous goods. The Contractor shall certify that all individuals involved in shipping clinical specimens have been trained and tested as specified in the training requirements of 49 CFR Part 172, Subpart H. Written statements documenting Universal Precautions training, Hazardous Materials training and training that meets the laws and regulations of the US Department of Transportation and the Centers for Disease Control governing the transport of clinical specimens shall be provided to the COR annually. VEHICLE: All vehicles used in performance of this contract shall be registered, licensed and meet the minimum vehicle requirements as mandated by the Department of Transportation. The Government reserves the right to inspect the vehicles and investigate the responsibility of contractor to perform the work outlined in the contract. The Contractor shall provide all vehicles needed to perform this effort. Each vehicle shall have some type of identification representing the contractor and be prominently displayed.. Each vehicle shall be adequately stocked with at least one up-to-date complete "SPILL KIT" for a bio-hazard cleanup in case of leakage or accidental discharge. The Contractor shall maintain proper temperature in vehicles to preserve medical supplies, specimens and films. There shall be climate control in the vehicles, so that the internal vehicle temperature can be maintained at a temperature between 65 °F and 85 °F. The vehicle shall meet the requirement that all efforts shall be made to assure that all items are delivered upright, without spoilage/damage from temperature conditions, rough handling and/or negligence. The courier who is to transport medical instruments must place the secured, locked, leak proof container in a secured, confined area in the vehicle, for instance, the trunk. Avoid situations/conditions where the container can be a projectile object in case of sudden breaking of the vehicle. The vehicles shall not be abandoned between transports from facility to destination. Specimens will not be left in an unsecured vehicle at anytime. SPECIFIC TASKS: All in-coming containers/coolers will be placed in a designated area. All outgoing containers/coolers in the designated outgoing area must be delivered to the appropriate location the following working day. Vehicle requirements must meet to accommodate the transport of multiply containers/coolers. Occasionally, the Contractor shall be required to furnish dry ice for transportation prior to arrival at the pickup site. Dry ice is most often used to transport certain specimens and is not expected on a routine basis. CONFIDENTIALITY OF RECORDS: Contractor shall ensure the confidentiality of all patient information and records being transported and will be held liable in the event of a breach of confidentiality. The Contractor shall comply with the provisions of the Federal Privacy Act of 1974 (Public Law 93-579) and Public Law 104-191, Health Insurance Portability and Accountability Act (HIPAA) of 1996. This includes both the Privacy and Security Rules published by the Department of Health and Human Services (HHS). 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. Submitting required privacy training documentation is required to the COR annually. REPORTABLE INCIDENTS: Contractor shall furnish a written report should any delivery incidents occur. This report shall be delivered to the Contracting Officer within 24 hours of the incident. Incidents/actions involving laboratory specimens must be reported immediately to the COR. Incidents/actions involving breach of patient records or patient identifiable information must be reported immediately to either the VA Information Security Officer or the VA Privacy Officer. QUALITY CONTROL AND ASSURANCE: The contractor or designee shall notify the COR or Points of Contact within 2 hours by phone if conditions exist which may affect their ability to perform contract requirements. The contractor shall provide a contingency plan for problems which may be experienced in the transport time frame (i.e. break down or accident, inclement weather) which allows for same day pick-up and delivery to and from the designated sites. The contractor shall provide a plan for recovery in the event of theft, damage, climate concerns and delay of safe transport. In the case of inclement weather, and no courier service was provided due to unexpected weather, the contractor will receive payment for the service. The Contracting Officer shall be notified at the earliest time available, but no later than the next business day, via phone of contractor's knowledge of any conditions which may adversely affect the contractor's ability to perform under the terms and conditions as stated in the specifications of this requirement. For example, union strikes, vehicle problems, licenses, or anything that might jeopardize the terms and conditions of this contract should be reported to the Contracting Officer. The contract must have the capability of tracking specimens and other items from pick up location to delivery location. The routing form must include driver's name, date and time of pickup and delivery. Original route sheets have to be included in the invoice. All documentation for billing should include date, time and person delivering the containers/coolers. TRAINING RECORDS: The contractor will furnish documentation for safety training for transporting bio-hazardous material and Privacy Training yearly to the COR. CONTRACTING OFFICER RESPONSIBILITY: The Contracting Officer is the only person authorized to approve changes or modify any of the requirements for this contract. The Contracting Officer is the only authorized person to make a commitment or issue changes which will affect price, quantity or quality of performance within this contract. In event the Contractor affects such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. The Service Contract Act applies to this requirement and the appropriate SCA Wage Determination is attached. All applicable employees performing under this contract shall be paid in accordance with the SCA. Anticipated Period of Performance: The anticipated period of performance for the proposed contract is 4/1/2013 through 3/31/2018. Description of Information to be include in the Capability Statement: Tailored capability statements shall demonstrate a clear understanding of all tasks specified in the Project Requirements section. Specifically, tailored capability statements for this requirement shall demonstrate the ability to provide knowledgeable professionals and demonstrate a technical understanding. How to Submit a Response:.Page Limitations: Interested, qualified SDVOSB organizations should submit a tailored capability statement for this requirement not to exceed 20 single sided pages including all attachments, resumes, charts, etc.(single spaced, 12 point font minimum) that clearly details the firm's ability to perform the aspects of the Notice described above. All proprietary information should be marked as such. Tailored capability statements should also include an indication of current certified small business stats; this indication should be clearly marked on the first page of your capability statement. preferable placed under the eligible small business concern's name and address) as well as the eligible small business concern's name, point of contact, address and DUNS number. Responses will be reviewed only by the Contracting Officer and will be held in a confidential manner. Due Date: Tailored capability statements are due no later than 3:30 p.m. (EST) on December 31, 2012. Number of Copies and Delivery Point: Please submit one (1) electronic copy of your response to: Rachel.griner@va.gov Point of Contact: Inquiries concerning this Notice may be directed to: Rachel Griner Contracting Officer Email: rachel.griner@va.gov Phone: 386-755-3016-3660 Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that is response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/VA24813I0452/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-13-I-0452 VA248-13-I-0452_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=552148&FileName=VA248-13-I-0452-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=552148&FileName=VA248-13-I-0452-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02948662-W 20121215/121213234818-88857a07341a212d205c600e017871a0 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.