DOCUMENT
R -- 554 S Courier Services (VA-18-00063682) - Attachment
- Notice Date
- 8/14/2018
- Notice Type
- Attachment
- NAICS
- 492210
— Local Messengers and Local Delivery
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
- ZIP Code
- 80111
- Solicitation Number
- 36C25918Q9767
- Response Due
- 9/5/2018
- Archive Date
- 10/5/2018
- Point of Contact
- Bai Perney
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Combined Synopsis/Solicitation for Courier Services Page 13 of 17 General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25918Q9767 Posted Date: August 14, 2018 Current Response Date: September 5, 2018 Product or Service Code: R602 Courier and Messenger Services Set Aside: SDVOSB NAICS Code: 492210 Local Messengers and Local Delivery Contracting Office Address SAO West, Network Contracting Office 19 (NCO 19) Rocky Mountain Acquisition Center Department of Veterans Affairs 6162 South Willow Drive, Suite 300 Greenwood Village, CO 80111 Places of Performance Rocky Mountain Regional Veterans Affairs Medical Center (RMR VA Medical Center) and associated Community-Based Outpatient Clinics (CBOCs) Performance Period The period of performance for the Courier Services IDIQ will be for a one-year (12 months) base period with four (4) one-year (12 months) option periods. The one-time minimum guaranteed awarded to the contractor will be $2,500. A minimum guarantee shall be considered satisfied upon issuance of a Task Order (TO) award processed in the amount of $2,500.00. 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 FAC 2005-99 7/16/2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 492110- Couriers and Express Delivery Services, with a small business size standard of 1,500 Employees. The Network Contracting Office 19 (NCO 19) is seeking to purchase Courier Services. The purpose of this acquisition is to provide Rocky Mountain Regional Veterans Affairs Medical Center with the services listed in the Statement of Work. All interested companies shall provide quotation for the following: COURIER SERVICES Base Year- October 1, 2018 through September 30, 2019 CLIN DESCRIPTION ESTIMATED QUANTITY UNIT UNIT COST TOTAL COST 0001 Courier Services between the Pueblo CBOC, Pueblo CLC (Oakshire Nursing Home), Colorado Springs CBOC, Air Force Academy to RMR VA Medical Center, return to (Air Force Academy once a week), Colorado Springs CBOC, and Pueblo CBOC (Monday-Friday) 260 Day 0002 Courier Service between the Pueblo CBOC, Alamosa CBOC, Pueblo CBOC (Monday-Friday) 260 Day 0003 Couriers Service between Pueblo CBOC, Salida Clinic, Pueblo CBOC (Monday Thursday) 208 Day 0004 Courier Service between the, Colorado Springs CBOC, Burlington Clinic, return to Colorado Springs CBOC (Monday-Thursday) 208 Day 0005 Courier Service between the Pueblo CBOC, Colorado Springs CBOC, RMR VA Medical Center (Monday-Friday PM; 2pm) 260 Day 0006 Courier Services between Pueblo CBOC Dental Clinic and RMR VA Medical Center (Monday-Friday 4:30pm) 260 Day 0007 Courier Service between the Colorado Springs CBOC, RMR VA Medical Center (Saturday) 52 Day 0008 Courier Service between the Colorado Springs CBOC and Centura Health (Penrose-St Francis) (Monday Friday) up to 3x a day 260 Day 0009 Courier Services between Colorado Springs CBOC and RMR VA Medical Center (Monday- Friday 12PM & 4PM) 260 Day Total Cost: COURIER SERVICES Option Year 1 - October 1, 2019 through September 30, 2020 CLIN DESCRIPTION ESTIMATED QUANTITY UNIT UNIT COST TOTAL COST 1001 Courier Services between the Pueblo CBOC, Pueblo CLC (Oakshire Nursing Home), Colorado Springs CBOC, Air Force Academy to RMR VA Medical Center, return to (Air Force Academy once a week), Colorado Springs CBOC, and Pueblo CBOC ( Monday-Friday) 260 Day 1002 Courier Service between the Pueblo CBOC, Alamosa CBOC, Pueblo CBOC (Monday-Friday) 260 Day 1003 Couriers Service between Pueblo CBOC, Salida Clinic, Pueblo CBOC (Monday Thursday) 208 Day 1004 Courier Service between the, Colorado Springs CBOC, Burlington Clinic, return to Colorado Springs CBOC (Monday-Thursday) 208 Day 1005 Courier Service between the Pueblo CBOC, Colorado Springs CBOC, RMR VA Medical Center (Monday-Friday PM; 2pm) 260 Day 1006 Courier Services between Pueblo CBOC Dental Clinic and RMR VA Medical Center (Monday-Friday 4:30pm) 260 Day 1007 Courier Service between the Colorado Springs CBOC, RMR VA Medical Center (Saturday) 52 Day 1008 Courier Service between the Colorado Springs CBOC and Centura Health (Penrose-St Francis) (Monday Friday) up to 3x a day 260 Day 1009 Courier Services between Colorado Springs CBOC and RMR VA Medical Center (Monday- Friday 12PM & 4PM) 260 Day Total Cost: COURIER SERVICES Option Year 2- October 1, 2020 through September 30, 2021 CLIN DESCRIPTION ESTIMATED QUANTITY UNIT UNIT COST TOTAL COST 2001 Courier Services between the Pueblo CBOC, Pueblo CLC (Oakshire Nursing Home), Colorado Springs CBOC, Air Force Academy to RMR VA Medical Center, return to (Air Force Academy once a week), Colorado Springs CBOC, and Pueblo CBOC ( Monday-Friday) 260 Day 2002 Courier Service between the Pueblo CBOC, Alamosa CBOC, Pueblo CBOC (Monday-Friday) 260 Day 2003 Couriers Service between Pueblo CBOC, Salida Clinic, Pueblo CBOC (Monday Thursday) 208 Day 2004 Courier Service between the, Colorado Springs CBOC, Burlington Clinic, return to Colorado Springs CBOC (Monday-Thursday) 208 Day 2005 Courier Service between the Pueblo CBOC, Colorado Springs CBOC, RMR VA Medical Center (Monday-Friday PM; 2pm) 260 Day 2006 Courier Services between Pueblo CBOC Dental Clinic and RMR VA Medical Center (Monday-Friday 4:30pm) 260 Day 2007 Courier Service between the Colorado Springs CBOC, RMR VA Medical Center (Saturday) 52 Day 2008 Courier Service between the Colorado Springs CBOC and Centura Health (Penrose-St Francis) (Monday Friday) up to 3x a day 260 Day 2009 Courier Services between Colorado Springs CBOC and RMR VA Medical Center (Monday- Friday 12PM & 4PM) 260 Day Total Cost: COURIER SERVICES Option Year 3 - October 1, 2021 through September 30, 2022 CLIN DESCRIPTION ESTIMATED QUANTITY UNIT UNIT COST TOTAL COST 3001 Courier Services between the Pueblo CBOC, Pueblo CLC (Oakshire Nursing Home), Colorado Springs CBOC, Air Force Academy to RMR VA Medical Center, return to (Air Force Academy once a week), Colorado Springs CBOC, and Pueblo CBOC ( Monday-Friday) 260 Day 3002 Courier Service between the Pueblo CBOC, Alamosa CBOC, Pueblo CBOC (Monday-Friday) 260 Day 3003 Couriers Service between Pueblo CBOC, Salida Clinic, Pueblo CBOC (Monday Thursday) 208 Day 3004 Courier Service between the, Colorado Springs CBOC, Burlington Clinic, return to Colorado Springs CBOC (Monday-Thursday) 208 Day 3005 Courier Service between the Pueblo CBOC, Colorado Springs CBOC, RMR VA Medical Center (Monday-Friday PM; 2pm) 260 Day 3006 Courier Services between Pueblo CBOC Dental Clinic and RMR VA Medical Center (Monday-Friday 4:30pm) 260 Day 3007 Courier Service between the Colorado Springs CBOC, RMR VA Medical Center (Saturday) 52 Day 3008 Courier Service between the Colorado Springs CBOC and Centura Health (Penrose-St Francis) (Monday Friday) up to 3x a day 260 Day 3009 Courier Services between Colorado Springs CBOC and RMR VA Medical Center (Monday- Friday 12PM & 4PM) 260 Day Total Cost: COURIER SERVICES Option Year 4- October 1, 2022 through September 30, 2023 CLIN DESCRIPTION ESTIMATED QUANTITY UNIT UNIT COST TOTAL COST 4001 Courier Services between the Pueblo CBOC, Pueblo CLC (Oakshire Nursing Home), Colorado Springs CBOC, Air Force Academy to RMR VA Medical Center, return to (Air Force Academy once a week), Colorado Springs CBOC, and Pueblo CBOC ( Monday-Friday) 260 Day 4002 Courier Service between the Pueblo CBOC, Alamosa CBOC, Pueblo CBOC (Monday-Friday) 260 Day 4003 Couriers Service between Pueblo CBOC, Salida Clinic, Pueblo CBOC (Monday Thursday) 208 Day 4004 Courier Service between the, Colorado Springs CBOC, Burlington Clinic, return to Colorado Springs CBOC (Monday-Thursday) 208 Day 4005 Courier Service between the Pueblo CBOC, Colorado Springs CBOC, RMR VA Medical Center (Monday-Friday PM; 2pm) 260 Day 4006 Courier Services between Pueblo CBOC Dental Clinic and RMR VA Medical Center (Monday-Friday 4:30pm) 260 Day 4007 Courier Service between the Colorado Springs CBOC, RMR VA Medical Center (Saturday) 52 Day 4008 Courier Service between the Colorado Springs CBOC and Centura Health (Penrose-St Francis) (Monday Friday) up to 3x a day 260 Day 4009 Courier Services between Colorado Springs CBOC and RMR VA Medical Center (Monday- Friday 12PM & 4PM) 260 Day Total Cost: STATEMENT OF WORK The contractor shall provide all labor, supervision, and equipment and transportation services necessary to provide routine daily transport of diagnostic specimens, blood products, medical records and miscellaneous packages and Reusable Medical Equipment (RME). This shall include sterile and non-sterile RME. Weights of individual packages will vary, between approximately 1 to 50 lbs. All required packaging will be accomplished by VA staff in compliance with any applicable hazardous shipping requirements prior to pick-up. Description of Items: Items that may be transported include, but are not limited to: Blood Samples to be transported in a secure container suitable for blood and laboratory sample transportation in accordance with DOT Regulations. Clinic and office/medical supplies such as paper, pens, specimen cups, small amounts of linen, syringes, suture removal kits and miscellaneous paperwork/records. All etiologic samples must be transported in accordance with all Federal, State and local regulations. Also, contract driver must submit evidence of annual training on the OSHA Blood Borne Pathogens Standard 29 CFR 1910.1030. The awarded contractor, prior to the start of services, will be required to furnish the following: Written certification of couriers successful completion of hazardous materials transport training in accordance with applicable DOT Regulations in effect at the time of this solicitation, A signed Business Associate Agreement in conformance with HIPAA privacy requirements. These services shall be performed Mondays through Saturday, with exception of the following Federal Holidays: New Year s Day Labor Day Martin Luther King Jr. s Birthday Columbus Day Presidents Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day And any other day declared by executive order of the President of the United States. The Contractor shall provide a driver and vehicle for pick-up and delivery to locations listed below. ROUTES ALAMOSA ROUTE: Begins 8:30am: Pueblo Community Based Outpatient Clinic (CBOC), 4776 Eagleridge Circle, Pueblo 81008 TO Alamosa Community Based Outpatient Clinic (CBOC), 622 Del Sol Drive, Alamosa, CO 81101 (1x/day pick up) THEN Return to the Pueblo CBOC to drop off. (Needs to return to Pueblo NLT 130pm) SALIDA ROUTE: Begins at 9am: Pueblo CBOC, 4776 Eagleridge Circle, Pueblo, 81008 TO Salida Primary Telehealth Outpatient Clinic (PTOC), 920 Rush Drive, Suite #B, Salida, CO 81201 (1x/day pick up) (Needs to return to Pueblo NLT 1:30pm) DENVER ROUTE: Begins at 8:30am: Pueblo CBOC, 4776 Eagleridge Circle, Pueblo, 81008 TO Pueblo Community Living Center (CLC), 2600 Oakshire, Pueblo, 81001 TO Penrose-St. Francis Hospital (Centura Health), 2222 N Nevada Ave, Colorado Springs, CO 80907 TO Colorado Springs CBOC, 3141 Centennial Blvd, Colorado Springs, CO 80907 TO Penrose-St. Francis Hospital (Centura Health), 2222 N Nevada Ave, Colorado Springs, CO 80907 TO Rocky Mountain Regional VA Medical Center, 1700 N. Wheeling St., Aurora, CO 80045 RETURN TO Colorado Springs CBOC and Pueblo CBOC 2ND DENVER ROUTE: Begins at 2pm: Pueblo CBOC, 4776 Eagleridge Circle, Pueblo, 81008 TO Colorado Springs CBOC, 3141 Centennial Blvd, Colorado Springs, CO 80907 TO Air Force Academy, 4102 Pinion Way, Room 1402, CO 80840 TO Rocky Mountain Regional VA Medical Center, 1700 N. Wheeling St., Aurora, CO 80045 RETURN TO Pueblo (This is the 2nd route to Denver and starts at 2pm from Pueblo) PUEBLO CBOC DENTAL: (1ST Pick up begins at 11:30pm) Pueblo CBOC, 4776 Eagleridge Circle, Pueblo, CO 81008 TO Rocky Mountain Regional VA Medical Center, 1700 N. Wheeling St., Aurora, CO 80045 (Monday Friday) (After return from Rocky Mountain Regional VA Medical Center the courier is completed until next day) Courier will return PUEBLO CBOC DENTAL: (2nd Pick up begins at 4:00pm) Pueblo CBOC, 4776 Eagleridge Circle, Pueblo, CO 81008 TO Rocky Mountain Regional VA Medical Center, 1700 N. Wheeling St., Aurora, CO 80045 (Monday Friday) (After return from Rocky Mountain Regional VA Medical Center the courier is completed until next day) COLORADO SPRINGS DENTAL: 1st pick up begins at 10:30 am from Penrose-St Francis Hospital (Centura Health), 2222 N Nevada Ave, Colorado Springs, CO 80907 TO Colorado Springs CBOC, 3141 Centennial Blvd, Colorado Springs, CO 80907 (PICK UP CLEAN INSTRUMENTS AT PENROSE THEN DELIVER TO COS CBOC, THEN RETURN TO PENROSE WITH DIRTY INSTRUMENTS THIS INCLUDES PICKING UP DIRTY RME FROM DENTAL, WOMEN HEALTH, AND AUDIOLOGY.) 2nd pick up begins at 1630 from Colorado Springs CBOC, 3141 Centennial Blvd, Colorado Springs, CO 80907 TO Penrose-St Francis Hospital (Centura-Health) 2222 N Nevada Ave, Colorado Springs, CO 80907. (TO PICK UP DIRTY RME FROM DENTAL, WOMEN HEALTH, AND AUDIOLOGY) BURLINGTON ROUTE: Begins at 8am: Colorado Springs CBOC, 3141 Centennial Blvd, Colorado Springs, CO 80907 TO Burlington CBOC, 1177 Rose Avenue, Burlington, CO 80807 (1x/day pick up) (Needs to return to Colorado Springs NLT 1:30pm) SATURDAY ROUTE (COLORADO SPRINGS TO DENVER): Begins at 3pm: Colorado Springs CBOC, 3141 Centennial Blvd, Colorado Springs, CO 80907 TO Rocky Mountain Regional VA Medical Center, 1700 N. Wheeling St., Aurora, CO 80045 (Saturday 1x/day) PENROSE-St Francis Hospital (Centura Health) ROUTE: (Start 10:30am) Penrose-St. Francis Hospital (Centura Health), 2222 N Nevada Ave, Colorado Springs, CO 80907 TO (11:00am) Colorado Springs CBOC, 3141 Centennial Blvd, Colorado Springs, CO 80907 (Begin at 4pm) Colorado Springs CBOC, 3141 Centennial Blvd, Colorado Springs, CO 80907 TO (End the day approx. 5:00pm) Penrose-St. Francis Hospital (Centura Health), 2222 N. Nevada Ave, Colorado Springs, CO 80907 (3x/day) PODIATRY/UROLOGY Ensure that the new dirty utility room Rm # 1227, Colorado Springs CBOC is included to pick up soiled instruments that need to be delivered to Rocky Mountain Regional VA Medical Center. OPHTHALMOLOGY Instrument picked up in the Physical Therapy Suite Room 1741, Colorado Springs CBOC. Need to validate if there are instruments to pick-up daily. This clinic may not have instruments every day but need to validate to take to Denver Sterilization. (check for instruments Monday-Friday) *Locations, room numbers, times and frequency are subject to change to meet mission parameters. ** Reusable Medical Equipment must be picked up every 4 hours from the start time of Dental CBOCs operational hours.** REQUIREMENTS: Insurance The Contractor shall meet all requirements of Federal, State and City code regarding operation of this type of business. The contractor shall be responsible for protecting the personnel furnishing the services under this contract. To carry out this responsibility, the contractor shall provide the following for these personnel, as a minimum: workers compensation, income tax withholding and social security payments. The parties agree that contractor personnel shall not be considered VA employees for any purpose and shall be considered employees of the contractor. Contractor must possess at least the minimum amount of liability insurance for operation of courier services within the State of Colorado. If the contractor fails to furnish the required services within the time frames established, the Department of Veterans Affairs reserves the right to obtain the service from another source and to charge the contractor with any excess cost. QUALIFICATIONS: Offers shall be considered only from offerors who are regularly established in the business called for and who are financially responsible and have the necessary equipment and personnel to furnish services in the volume required for all the items under this contract. Successful offeror shall meet all requirements of Federal, State or city codes regarding operations of this type of service. Contractor shall be capable of providing services to and from all sites listed. Each offeror shall submit, with the offer, a letter in duplicate fully describing the make of vehicles, model and year which he/she agrees to furnish under this proposal including the location and telephone numbers of his/her establishment where calls are received and vehicles are immediately available for dispatch. The right is reserved to thoroughly inspect and investigate the establishment, facilities, business reputation and other qualifications of any bidder and to reject any bid, irrespective of price, that shall be administratively determined lacking in any of the essentials necessary to assure acceptable standards of performance. DRIVERS/ATTENDANTS: A record of each employee as to character and physical capabilities of performing the duties of a courier shall be maintained and made available for inspection upon request. The contractor shall maintain written documentation that issues related to transport of biohazardous materials have been addressed and keep a copy of the written documentation at contractor s site. The Contractor shall ensure that all employees complete the mandatory training required to provide this courier services. Upon request, the contractor shall provide written documentation that the courier driver has received the training. Employer shall provide proof that Hepatitis B vaccine has been offered to employees in accordance with the OSHA Blood Borne Pathogens Standard, 29 CFR 1910.1030. All drivers shall have attained legal age (the age of 21 years) and shall maintain neat, clean and professional appearance. Drivers shall be licensed in accordance with the federal, state, and local transportation authorities, to include any special licensure/permission required for the transporting of medical specimens and must provide the COR or Point of Contact (POC) copies of this documentation. Driver shall not make non-emergent stops, for any reason, during the transport of items under this contract. Employee Clothing and Identification: All contractor delivery personnel shall wear distinctive clothing bearing the contractor s company name. All drivers shall be easily recognized as contractor employees by wearing appropriate identification which identifies them by name, title, and job performed. Contractor Personnel: Contractor shall be completely responsible for all actions of their employees. All contractor personnel employed in the performance of this contract shall comply with all Veterans Administration (VA) building regulations, policies, and guidelines while on the premises. Contractor shall consider the clinical environment and instruct/train personnel in applicable safety precautions and special requirements. These requirements may include but are not limited to such conditions as human secretions, blood, barium, etc. Contractor personnel shall take appropriate precautions while performing duties applicable to this contract. Vehicle: Vehicles used in the performance of this contract shall be licensed and meet all minimum vehicle requirements as mandated by the Department of Transportation, to include Insurance. Liability - Worker s and Employer s Liability: Contractor shall comply with applicable Federal and State workers compensation and occupational-disease status. If occupational diseases are not compensable under those statutes, they shall be covered under the employer s liability section of the insurance. Certifications of Insurance shall be received before start work. Limitations: Under no circumstances shall any person other than the driver or another employee of the contracting agency ride in a vehicle or handle items being transported. Security: While on VA grounds, contractor shall secure vehicles when left unattended. If vehicle must be left unattended with motor running, a second set of keys will be necessary, so that vehicle can be securely locked. This contract is subject to the wage determination as set forth by the Department of Labor, and the applicable wage determination is included as an Attachment. QUALITY MEASURES Acceptable delays: Severe weather as evidenced by severe weather warnings by the National Weather Service along regular delivery route and school or public event cancellations or postponement within 5 miles of regular delivery route are excusable delays. CONFIDENTIALITIY / INFORMATION SECURITY The contractor shall comply with all conditions prescribed under the Privacy Act of 1974. All materials are confidential. Any breach of confidentiality and/or unauthorized release of information are subject to penalty of $5,000 to $10,000 dollars for each offense. Any individual making unauthorized disclosure may be criminally liable for violations of the Act. A full copy of the Privacy Act of 1974 is available upon request. HIPAA Compliance - Health Insurance Portability and Accountability Act of 1996: Contractor must adhere to the provision of Public Law 109-191, Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the National Standards to Protect the Privacy and Security of Protected Health Information (PHI). As required by HIPAA, the Department of Health and Human Services (HHS) has promulgated rules governing the security and use and disclosure of protected health information by covered entities, including the Department of Veterans Affairs (VA). Specific Tasks Changes to the schedule shall be determined by RMR VA Medical Center based on need with concurrence of the Contracting Officer. Task 1 - Pick-up and delivery of Sterile RME The contractor shall transport both sterile and non-sterile RME between the designated locations and in a temperature controlled vehicle, regulated and set between 66 °F to 72 °F. The contractor shall load any sterile RME from the sterile processing department at Penrose-St Francis Hospital and transport to the Colorado Springs CBOC by 11:00am MST Monday through Friday. Sterile RME shall be delivered to the Women s Clinic on the second floor and the Dental Clinic on the third floor. Sterile RME for Audiology is included in the transport bins for Dental. The contractor shall load the bins into and transport in the approved vehicle meeting all requirements. Task 2 Pick-up of Non-Sterile RME During the same visit to the Colorado Springs CBOC in which sterile RME is delivered (by 11:00am MST M-F) to the Women s Clinic on the second floor and the Dental Clinic on the third floor, the contractor shall also pick-up the non-sterile RME from these two locations. Non-sterile RME for Audiology is delivered by Audiology to the Dental Clinic. The contractor shall transport the non-sterile RME from the Colorado Springs CBOC to the sterile processing department at Penrose-St Francis Hospital. The contractor shall load the bins into and transport in the approved vehicle meeting all requirements (see Contractor Requirements). Task 3 Pick-up and Transportation of Non-Sterile RME The contractor shall return to the Colorado Springs CBOC to pick-up all non-sterile RME from the Women s Clinic and Dental Clinic no later than 4:15pm MST Monday through Friday. Non-sterile RME from Audiology will be included in the Dental pick-up. The contractor shall transport the non-sterile RME from the Colorado Springs CBOC to the sterile processing department at Penrose-St Francis Hospital. The contractor shall load the bins into and transport in the approved vehicle meeting all requirements. VII. Contractor Requirements and Responsibilities Contractor Requirements: Qualified driver Ability to transport sterile and non-sterile RME to and from Colorado Springs CBOC location to the sterile processing department at Penrose Hospital; as well as to and from the sterile processing department of Penrose Hospital to the Colorado Springs CBOC location. Loading and unloading of the vehicle. Registered vehicle that passes all inspections and meets the following requirements: Follows all transportation requirements set forth by the Department of Transportation. Transport of up to 2 large bins, approximate dimension: 16"W x 10"D x 22"H and 5 small bins, approximate dimension: 14"W x 9"D x 7"H of sterile or non-sterile RME per visit to and from the designated locations. Temperature controlled vehicle, regulated and set between 66 °F to 72 °F Documentation of temperature every time bins are picked-up and/or dropped off on VA provided form. Temperature documentation turned into COR or designated RMR VA Medical Center employee daily. All items that are being transported shall not be exposed to the environment to prevent contamination. All items should be transported in an enclosed vehicle. (i.e. no open truck beds but can use closed camper shell) Invoicing: Payments shall be made in arrears upon receipt of a proper invoice. Award shall be made to the offeror whose quotation offers the best value to the government, considering price and non-price factors. The government will evaluate in accordance with FAR 13.106-2 and FAR 52.212-2. The following factors shall be used to evaluate offers: (1) Technical Capability- Submit narrative on the process and procedures on how the company will perform and intend to comply with the requirements as stated in the Statement of Work. (2) Past Performance- Submit most recent and relevant contracts for the same or similar service and other references (including contract numbers, points of contact with telephone numbers and other relevant information). (3) Price- The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Quotations that do not meet or exceed the technical capability requirements of the Statement of Work shall not be selected regardless of price. 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 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (Deviation) (Feb 2015) FAR 52.209-5, Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under Any Federal Law (Mar 2012) (Deviation). FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Jan 2017) FAR 52.233-2, Service of Protest (Sep 2006) VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (Jul 2016) (Deviation) VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (Jan 2008) VAAR 852.233-71, Alternate Protest Procedure (Jan 1998) FAR 52.233-2 Service Of Protest (Sep 2006) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Hand-Carried Address: SAO West, Network Contracting Office 19 (NCO 19) Rocky Mountain Acquisition Center Department of Veterans Affairs 6162 South Willow Drive, Suite 300 Greenwood Village, CO 80111 Mailing Address: SAO West, Network Contracting Office 19 (NCO 19) Rocky Mountain Acquisition Center Department of Veterans Affairs 6162 South Willow Drive, Suite 300 Greenwood Village, CO 80111 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) Offerors must complete annual representations and certifications on-line at http://orca.bpn.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 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2017) FAR 52.203-99 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements (Deviation) (Feb 2015) 52.216-22 INDEFINITE QUANTITY (OCT 1995) FAR 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $2,500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor (1) Any order for a single item in excess of $500,000.00; (2) Any order for a combination of items in excess of $750,000.00; or (3) A series of orders from the same ordering office within 14 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 14 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) FAR 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 30 days. (End of Clause) FAR 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; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 60 months. (End of Clause) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraph (b)(1), (b)(2), (b)(4), (b)(6), (b)(7), (b)(8), (b)(9), (b)(25), (b)(27), (b)(28), (b)(29), (b)(30),(b)(31), (b)(32), (b)(33), (b)(34), (b)(35), (b)(42), (b)(48), (b)(54), (b)(57), (c)(1), (c)(2), (c)(4), (c)(8). FAR 52.222-54, Employment Eligibility Verification (Oct 2015) FAR 52.224-1, Privacy Act Notification (Apr 1984) FAR 52.224-2, Privacy Act (Apr 1984) FAR 52.228-5, Insurance Work on a Government Installation (Jan 1997) FAR 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984) FAR 52.237-3, Continuity of Services (Jan 1991) VAAR 852.203-70, Commercial Advertising (Jan 2008) VAAR 852.215-71, Evaluation Factor Commitments (Dec 2009) VAAR 852.203-70, Commercial Advertising (Jan 2008) VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jul 2016) (Deviation) VAAR 852.232-72, Electronic Submission of Payment Requests (Nov 2012) VAAR 852.237-7, Indemnification and Medical Liability Insurance (Jan 2008) VAAR 852.237-70, Contactor Responsibilities (Apr 1984) VAAR 852.271-70, Nondiscrimination in Services Provided to Beneficiaries (Jan 2008) All quotations shall be sent via email to bai.perney@va.gov. This is an open-market combined synopsis/solicitation for services as defined herein. The Government contemplates award of a Firm-Fixed-Price, Indefinite Quantity contract resulting from 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:" Quoters shall list exception(s) and rationale for the exception(s). Submission shall be received not later than September 5, 2018 at 2:00 PM, MST, to bai.perney@va.gov. All submission shall be 5MB or less. If the email is going to be more than 5MB, then please submit in multiple emails labeling 1 of XX, 2 of XX, etc. 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, Bai Perney, bai.perney@va.gov by August 20, 2018 at 2:00 PM MST. Point of Contact Bai Perney, Contracting Officer, bai.perney@va.gov or 303-712-5815 Attachments:
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25918Q9767/listing.html)
- Document(s)
- Attachment
- File Name: 36C25918Q9767 36C25918Q9767.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4540948&FileName=36C25918Q9767-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4540948&FileName=36C25918Q9767-000.docx
- File Name: 36C25918Q9767 BAA Btw RMR VAMC and Prospective Offeror.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4540949&FileName=36C25918Q9767-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4540949&FileName=36C25918Q9767-001.docx
- File Name: 36C25918Q9767 WD 15-5417 (Rev.-10)El Paso_Teller.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4540950&FileName=36C25918Q9767-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4540950&FileName=36C25918Q9767-002.pdf
- File Name: 36C25918Q9767 WD 15-5427 (Rev.-7)Pueblo.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4540951&FileName=36C25918Q9767-003.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4540951&FileName=36C25918Q9767-003.pdf
- File Name: 36C25918Q9767 WD 15-5433 (Rev.-10)Alamosa_Huefano_Las Animas.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4540952&FileName=36C25918Q9767-004.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4540952&FileName=36C25918Q9767-004.pdf
- File Name: 36C25918Q9767 WD 15-5419 (Rev.-9)Adams_Arapahoe_Denver_Douglas_Elbert.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4540953&FileName=36C25918Q9767-005.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4540953&FileName=36C25918Q9767-005.pdf
- File Name: 36C25918Q9767 WD 15-5429 (Rev.-10)Cheyenne, Kit Carson_Lincoln.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4540954&FileName=36C25918Q9767-006.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4540954&FileName=36C25918Q9767-006.pdf
- File Name: 36C25918Q9767 WD 15-5435 (Rev.-8)Fremont_Chaffee_Gunnison.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4540955&FileName=36C25918Q9767-007.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4540955&FileName=36C25918Q9767-007.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25918Q9767 36C25918Q9767.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4540948&FileName=36C25918Q9767-000.docx)
- Place of Performance
- Address: RMR Veterans Affairs Medical Center;and associated Community-Based Outpatient Clinics;1700 N. Wheeling St.;Aurora, CO
- Zip Code: 80045
- Zip Code: 80045
- Record
- SN05036621-W 20180816/180814231450-d7a25894274567e671f74a52e8a3b45d (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 |