Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2018 FBO #5965
DOCUMENT

V -- Twenty-four (24) hours, seven (7) days a week wheelchair van and sedan transportation services for the Jesse Brown VA Medical Center (JB VAMC) - Attachment

Notice Date
3/22/2018
 
Notice Type
Attachment
 
NAICS
485991 — Special Needs Transportation
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);GLAC - Southern Tier;3001 Green Bay Road;North Chicago, IL 60064-3048
 
ZIP Code
60064-3048
 
Solicitation Number
36C25218R0164
 
Response Due
4/2/2018
 
Archive Date
7/1/2018
 
Point of Contact
Michael Sands, Contract Specialist
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This is not a solicitation for proposals, proposal abstracts, bids, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Responses to the information requested will assist the Government in determining the appropriate acquisition method. The Great Lakes Acquisition Center (GLAC) - Southern Tier in North Chicago, IL is soliciting businesses for twenty-four (24) hours, seven (7) days a week wheelchair van and sedan transportation services for the beneficiaries of the Jesse Brown VA Medical Center (JBVAMC) located in Chicago, IL and all associated Community-Based Outpatient Clinics (CBOCs). Service will be from Veteran s residence, Midway or O Hare airports, or Amtrak Union Station to a designated VA facility and back or between VA facilities and non-VA facilities providing care at VA expense. The JBVAMC estimates that a combined (sedan and wheelchair van) 40,000+ trips will be required each year under the planned solicitation and subsequent contract. See attached draft version of the Performance Work Statement (PWS), which may differ from the PWS included in any solicitation or award that may result. It is understood that all firms submitting a response to this Sources Sought will have an established business in the transportation industry with a minimum of three (3) consecutive years experience in performing these types of services. The firm must also be licensed or capable of obtaining the necessary licensing required to perform these services within the State of Illinois. The following NAICS Code and Small Business Size Standard has been identified for this requirement: 485991 Special Needs Transportation with a Small Business Size Standard of $15 Million in annual revenue. Interested firms shall provide an overview of their firm s capabilities and experience with projects similar in size and scope of this project. Capability statements shall include: Company Experience in providing transportation services to medical patients, to include number of years and any examples of current contracts in place with government or commercial entities; Customer point of contact information for contracts listed in company experience along with a description of services provided under the contract (types of services provided, volume of trips per year, geographic service area covered etc.); Size and type of vehicle fleet. Include number of sedans and wheelchair vans (specify number of wheelchair vans that are rear-loaded and side-loaded); Number of drivers currently employed; Ability to provide immediate access and communication between customers and their personnel 24 hours a day, 7 days a week; Current hours of operation; Examples of Quality Control Programs and Procedures currently utilized by your firm; DUNS number; Organization Name and Assumed Name/dba (if applicable); Organization Address; Point of Contact (including name, title, addresses, telephone number, fax number, and Email address); Business size under NAICS code 485991 (small business or other than small business); Socio-economic status (If SDVOSB or VOSB provide SDVOSB/VOSB CVE verification or VIP Profile); GSA contract number (if a GSA contract holder); Current state licensing possessed and a brief overview of that state s licensing requirements. If not currently licensed in Illinois, discuss any lead times and processes your firm would take to obtain necessary licensing to perform these services in the State of Illinois. (All information shall be submitted in Word or PDF format, not to exceed 25 pages, including all attachments.) Firms shall identify whether they are a small business or other than small business in accordance with the size standard for NAICS code 485991. If another NAICS code may be applicable, please identify the NAICS in your capability statement along with your corresponding business size and socio-economic status. All information must be received no later than Monday, April 2, 2018 at 11:00 AM (Central Time). Email information to Michael Sands, Contract Specialist, at michael.sands3@va.gov. The Government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Telephone inquiries will not be accepted or returned. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR A SPECIFIC SMALL BUSINESS SOCIOECONOMIC CONTRACTING PROGRAM, SMALL BUSINESSES, OR PROCURED THROUGH FULL AND OPEN COMPETITION. 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 its 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 provide feedback to respondents with respect to any information submitted. 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/VAGLHS/VAGLHCS/36C25218R0164/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25218R0164 36C25218R0164.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4171223&FileName=36C25218R0164-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4171223&FileName=36C25218R0164-000.docx

 
File Name: 36C25218R0164 P01 - PWS JBVAMC Transportation 3-22-18.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4171224&FileName=36C25218R0164-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4171224&FileName=36C25218R0164-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Jesse Brown VAMC;820 S. Damen Ave;Chicago, IL
Zip Code: 60612
 
Record
SN04863564-W 20180324/180322231216-a9c6a868e1d1e1bf4193f893b8571b7f (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.