Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2018 FBO #6112
DOCUMENT

R -- Courier Services Department of Veterans Affairs, Jack C. Montgomery VA Medical Center - Attachment

Notice Date
8/16/2018
 
Notice Type
Attachment
 
NAICS
492110 — Couriers and Express Delivery Services
 
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
36C25918Q9850
 
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 6 of 14 General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25918Q9850 Posted Date: August 16, 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 Department of Veterans Affairs, Jack C. Montgomery VA Medical Center (JCMVAMC), 1011 Honor Heights Drive, Muskogee, Oklahoma 74401 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: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Contract Period: Base POP Begin: 10-01-2018 POP End: 09-30-2019 Courier service between Hartshorne CBOC and Jack C. Montgomery VAMC, Muskogee, OK 12.00 MO 0002 Contract Period: Base POP Begin: 10-01-2018 POP End: 09-30-2019 Courier service between Vinita CBOC and Jack C. Montgomery VAMC, Muskogee, OK 12.00 MO 0003 Contract Period: Base POP Begin: 10-01-2018 POP End: 09-30-2019 Courier service between Ernest Childers CBOC and Jack C. Montgomery VAMC, Muskogee, OK on each Saturday. 52.00 EA 0004 Contract Period: Base POP Begin: 10-01-2018 POP End: 09-30-2019 Courier service between Ernest Childers CBOC and Jack C. Montgomery VAMC, Muskogee, OK on the day before a Federal Holiday (November 21, 2018; December 24, 2018; December 31, 2018; July 3, 2019) 4.00 EA 1001 Contract Period: Option 1 POP Begin: 10-01-2019 POP End: 09-30-2020 Courier service between Hartshorne CBOC and Jack C. Montgomery VAMC, Muskogee, OK 12.00 MO 1002 Contract Period: Option 1 POP Begin: 10-01-2019 POP End: 09-30-2020 Courier service between Vinita CBOC and Jack C. Montgomery VAMC, Muskogee, OK 12.00 MO 1003 Contract Period: Option 1 POP Begin: 10-01-2019 POP End: 09-30-2020 Courier service between Ernest Childers CBOC and Jack C. Montgomery VAMC, Muskogee, OK on each Saturday 52.00 EA 1004 Contract Period: Option 1 POP Begin: 10-01-2019 POP End: 09-30-2020 Courier service between Ernest Childers CBOC and Jack C. Montgomery VAMC, Muskogee, OK on the day before a Federal Holiday (November 27, 2019; December 24, 2019; December 31, 2019; July 3, 2020) 4.00 EA 2001 Contract Period: Option 2 POP Begin: 10-01-2020 POP End: 09-30-2021 Courier service between Hartshorne CBOC and Jack C. Montgomery VAMC, Muskogee, OK 12.00 MO 2002 Contract Period: Option 2 POP Begin: 10-01-2020 POP End: 09-30-2021 Courier service between Vinita CBOC and Jack C. Montgomery VAMC, Muskogee, OK 12.00 MO 2003 Contract Period: Option 2 POP Begin: 10-01-2020 POP End: 09-30-2021 Courier service between Ernest Childers CBOC and Jack C. Montgomery VAMC, Muskogee, OK on each Saturday 52.00 EA 2004 Contract Period: Option 2 POP Begin: 10-01-2020 POP End: 09-30-2021 Courier service between Ernest Childers CBOC and Jack C. Montgomery VAMC, Muskogee, OK on the day before a Federal Holiday (November 10, 2020, November 25, 2020; December 24, 2020; December 31, 2020) 4.00 EA 3001 Contract Period: Option 3 POP Begin: 10-01-2021 POP End: 09-30-2022 Courier service between Hartshorne CBOC and Jack C. Montgomery VAMC, Muskogee, OK 12.00 MO 3002 Contract Period: Option 3 POP Begin: 10-01-2021 POP End: 09-30-2022 Courier service between Vinita CBOC and Jack C. Montgomery VAMC, Muskogee, OK 12.00 MO 3003 Contract Period: Option 3 POP Begin: 10-01-2021 POP End: 09-30-2022 Courier service between Ernest Childers CBOC and Jack C. Montgomery VAMC, Muskogee, OK on each Saturday 52.00 EA 3004 Contract Period: Option 3 POP Begin: 10-01-2021 POP End: 09-30-2022 Courier service between Ernest Childers CBOC and Jack C. Montgomery VAMC, Muskogee, OK on the day before a Federal Holiday (November 24, 2021; December 24, 2021; December 31, 2021) 4.00 EA 4001 Contract Period: Option 4 POP Begin: 10-01-2022 POP End: 09-30-2023 Courier service between Hartshorne CBOC and Jack C. Montgomery VAMC, Muskogee, OK 12.00 MO 4002 Contract Period: Option 4 POP Begin: 10-01-2022 POP End: 09-30-2023 Courier service between Vinita CBOC and Jack C. Montgomery VAMC, Muskogee, OK 12.00 MO 4003 Contract Period: Option 4 POP Begin: 10-01-2022 POP End: 09-30-2023 Courier service between Ernest Childers CBOC and Jack C. Montgomery VAMC, Muskogee, OK on each Saturday 52.00 EA 4004 Contract Period: Option 4 POP Begin: 10-01-2022 POP End: 09-30-2023 Courier service between Ernest Childers CBOC and Jack C. Montgomery VAMC, Muskogee, OK on the day before a Federal Holiday (November 10, 2022, November 23, 2022; December 22, 2022, July 3, 2023) 4.00 EA GRAND TOTAL STATEMENT OF WORK 1. COURIER SERVICES: The Department of Veterans Affairs, Jack C. Montgomery VA Medical Center (JCMVAMC), 1011 Honor Heights Drive, Muskogee, Oklahoma, intends to award a contract for the procurement of Courier Services between the JCMVAMC and the Hartshorne Community Based Outpatient Clinic (HCBOC), and between JCMVAMC and the Vinita Community Based Outpatient Clinic (VCBOC). The Contractor shall provide regularly scheduled pickups and deliveries of various items, as identified in this Statement of Work, between the JCMVAMC and HCBOC and between JCMVAMC and VCBOC. Courier Service between Ernest Childers Outpatient Clinic (ECOPC) located at 9322 East 41st St Tulsa, OK to JCMVAMC, Muskogee, OK. 2. ITEMS TO BE TRANSPORTED include: a. Sterile Supplies. b. Laboratory specimens included, but not limited to: blood, urine, body fluids, biopsies, and viral cultures. c. Interoffice Mail. d. Basic office supplies: paper, files, pencils, paperclips, etc. e. Basic clinical supplies: linens, gauze, tape, etc. f. Equipment that does not exceed 75 lbs. Small oxygen tanks E type. 3. DELIVERY SCHEDULE: Pick up supplies from a designated area at the JCMVAMC warehouse by 11:00 am and deliver to HCBOC (1429 Pennsylvania Avenue, Hartshorne, OK. 74547) by 2:00 pm. Pick up supplies and specimens from HCBOC and deliver the supplies back to the designated area at the JCMVAMC by 4:00 pm. Specimens must be handed to a laboratory employee. Deliver the specimens to Pathology & Laboratory Medicine Service, 2nd floor, Drawing Area. No service required on Federal holidays and weekends. These same times and instruction are also applicable to the VCBOC (269 South 7th Street, Vinita, OK 74301-3737). Courier Service between Ernest Childers Outpatient Clinic (ECOPC) located at 9322 East 41st St Tulsa, OK to JCMVAMC, Muskogee, OK. Pickups at ECOPC shall be made on Saturdays at 2:00-2:30pm and delivered JCMVAMC Lab no later than 4:00pm same day. Pickups will also be made on the day before a Federal Holiday (New Year s Day, July 4th, Veteran s Day, Thanksgiving Day, Christmas Day) unless the holiday is on a Monday. These pickups shall be between 4:00-4:30pm and delivered to JCMVAMC Lab no later than 6:30pm same day. 4. PACKAGING FOR DELIVERY: Sterile Supplies and basic clinical supplies will be properly packaged by the VA personnel for transport and will be placed in plastic distribution boxes that shall be locked by VA SPD personnel prior to pick up. Protective Packaging will be provided by the VA as necessary. The VA will be responsible for preparing an inventory sheet listing all items in the distribution boxes. There shall be no tampering with the distribution boxes. The responsible person will account for and sign the inventory sheet. The Contractor shall ensure that transportation vehicle is clean at all times and free of any soiled items on board that could cause contamination of sterile instruments (i.e. prevent boxes from becoming wet, no puncture holes or openings in the outer layer of the packaging). Contractor shall take special care in transporting sterile supplies and handle each distribution box with care, as the supplies are fragile. Contractor s vehicle shall be of sufficient size to accommodate the size and weights of the distribution boxes and have racks to secure oxygen bottles. To prevent excess jarring of instruments and distribution boxes from sliding around in the vehicle, the Contractor shall provide adequate padding while in transport to maintain stability of the distribution boxes. Contractor shall provide a smoke free vehicle. Laboratory specimens will be packaged and marked by VA personnel in sealed containers/bags and separated into three temperature increments, room air, chilled, and frozen. Protective packaging will be provided by VAMC as necessary. All specimens must be transported in accordance with all Department of Transportation and OSHA Codes of Federal Regulations (CFR) 29 and 49. 5. TEMPRATURE REQUIREMENTS FOR SPECIMENS: Contractor shall maintain proper temperature in vehicles and shall provide shipping containers to preserve specimens. Contractor shall provide insulated transport carriers that shall maintain the required temperatures to be used for pickup and delivery of specimens. Contractor will provide a daily temperature log and note the temperature at time of pickup and again at time of delivery. a. Room temperature specimens shall be maintained between 20 and 24 degrees Centigrade. b. Chilled/Refrigeration temperature specimens shall be maintained between 2 and 8 degrees Centigrade. c. Frozen temperature specimens shall be maintained at less than 0 degrees Centigrade. 6. CONTRACTOR S DUTIES AND RESPONSIBILITIES: Contractor must be a courier company with a state license and carry a minimum of $1,000,000.00 liability insurance. All couriers transporting specimens under this contract must be bonded and carry cellular phones and pagers for communications purposes. Any delays in the pickup/delivery of specimens to the laboratory must be reported to: VA Medical Center Pathology Department at Jack C. Montgomery VA Medical Center, Muskogee, OK. Laboratory Contact after hours: 918-577-3171 Administrative Hours: 918-577-3679 Theresa Dawson, Chief Medical Technologist: 918-577-3687 Pete Amann, ATC: 918-577-3690 Ysabel Meek, ATC: 918-577-3099 Charles Kester, Hematology Supervisor: 918-577-3684 a. The Contractor shall provide all courier services with a company vehicle and uniformed driver(s) to transport items identified herein. Items transported may have Personally Identifiable Information (PII), e.g. full names, addresses, etc., and/or Protected Health Information (PHI), e.g. medical test information, test results, etc. All such information will be secured in locked containers prior to pick-up by the courier. The courier shall insure that this information is kept in the sealed containers throughout transport and must immediately notify the Contracting Officer if any PII or PHI is compromised or revealed to them or any other person in the performance of their duties. The Contractor shall ensure the confidentiality of all patient information being transported and may be held liable in the event of breach of confidentiality. b. The Contractor shall provide the Contracting Officer with their proposal, hazardous material license number, certificate of training of couriers (employees), Valid State Driver license for drivers, vehicle insurance, and registration. c. Vehicle Insurance: Before award of contract, the Contractor shall furnish to the Contracting Officer a certificate of insurance which shall contain an endorsement to the effect that cancellation of, or any material change in the policies which adversely affect the interests of the Government in such insurance shall not be effective unless 30 day written notice of cancellation or change is furnished to the Contracting Officer. d. Workmen s Compensation: The Act of June 25, 1936, Stat. 1938 (40 U.S.C. 290), The Contractor agrees to procure and maintain while the contract is in effect, Workmen s Compensation and Employers Public Liability Insurance. The policy shall provide coverage for Public Liability limits of not less than the statutory limitations for any one accident, and at least meet the statutory limitations if more than one person is involved. e. Training: Contractor s couriers transporting lab specimens must be trained in Universal Precautions in the handling of biohazard materials (specimens). Training must include using clinical procedures in case of biohazard spills and accidents. f. Driver: All drivers must maintain a valid driver s license for the type of vehicle operated as required by the State of Oklahoma. Drivers are required to carry a valid picture driver s license, valid vehicle registration and valid proof of insurance at all times while performing under this contract. A record of each driver as to character and physical capabilities of performing the duties as a courier must be maintained and made available to the Contracting Officer for inspection upon request. g. The Contractor personnel performing services to the Government must be able to read, write, speak, and understand English. The name of this person, and an alternate, or alternates, who shall act for the Contractor when the manager is absent, shall be designated in writing to the Contracting Officer. An updated listing will be provided as changes in personnel occur. h. The Contractor s personnel performing services to the Government shall, at all times, conduct themselves in a professional manner, present a neat appearance and be easily recognized as a contract employee by wearing identification badges with the company name, and employee name affixed to the uniform. The company employee identification badge shall be worn in clear view above the waist, at all times, while on the premises of any Federal property. i. Contractor s vehicle shall have the company name/logo prominently displayed. j. Parking: It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking at the VA is available from the VA Police. There will be no validation or reimbursement for parking violations of the Contractor under any conditions. k. Restrictions: All Federal properties have implemented a smoke free environment policy. Authorized smoking areas are outdoors and more than 50 feet from any entrance. Smoking is prohibited inside any building. No alcoholic beverages or drugs are allowed on any of the installations mentioned in this solicitation. Possession of weapons is prohibited. Enclosed containers may be subject to search. Violations of Federal regulations may result in citation answerable in the United States (Federal) District Court, no a local district, state or municipal court. The speed limit on VA property is 15 miles per hour. Citations for violations on VA property of speed limits, parking violations and other infractions will be issued by the VA police. These infractions are federal offenses, which must be handled in a Federal District Court. No employee of the Government can assist any Contractor employee with the citation. l. Drivers are required to notify the Contracting Officer s Representative (COR) of any unusual events that impede delivery as required by the contract (i.e. weather). A written report of the event will be delivered to the COR by close of business the next work day. m. The Contractor shall direct all questions and problems regarding this contract to the Contracting Officer. The Contracting officer is the sole authority to amend the terms and conditions of this requirement. All changes will be issued via amendment and/or modifications in writing from the Contracting Officer to the Contractor. n. The CONTRACTING OFFICER SHALL BE NOTIFIED within two (2) hours, via phone and confirmed via facsimile 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. o. Should delivered or picked up items be lost, broken, or stolen, the Contractor shall be required to submit a written report to the Contracting officer within twenty-four (24) HOURS EXPLAINING THE CIRCUMSTANCES. Failure to provide the report within the specific timeframe will cause further review by the Government to determine if the infraction warrants suspension/termination of the contract. p. The Contractor shall be required to maintain a record and log of courier pickups and deliveries, indicating time and date of pickups, number of specimens from each location, along with signatures. q. The Government reserves the right to restrict any Contractor employee from performing services under this contract who do not meet the required qualifications, or who violates Federal regulations or are identified as a potential threat to the security, safety, health and/or operational mission of the VA and its veteran population. The restriction of such Contractor personnel shall not relieve the Contractor from performing all the required services in accordance with all terms, conditions and schedules contained herein. r. The Contractor shall provide the description of the vehicle(s) which will be used under this contract in their offer. 7. QUALITY CONTROL: The Contractor shall develop and maintain a quality control program that ensures courier services are performed in accordance with these specifications. The Contractor shall develop and implement procedures to track, identify, prevent, remedy, and ensure non-recurrence of defective services. The Contractor shall provide a method to accept and resolve customer complaints and notify the customer of the resolution. The Contractor shall immediately notify the Contracting Officer upon receipt of a customer complaint so joint validation may be accomplished. The Contractor is responsible for quality control and specification compliance. 8. QUALITY ASSURANCE: The Government will evaluate the Contractor s performance using customer complaint, periodic on-site inspection, and may at the Government s discretion, inspect each task to incur conformance and acceptance prior to payment. 9. EVIDENCE OF RESPONSIBILITY: Offerors must submit with their proposal the following: 1. Proof of Insurance 2. Hazardous Material License 3. Proof of Bonded Successful Offerors must meet all requirements of federal, state, or city codes and licenses regarding operations of this type of service. a. The Government reserves the right to thoroughly inspect and investigate the Contractor s vehicles, facilities, business reputation, and other qualifications of any Offeror and to reject any offer irrespective of price if it shall be administratively determined lacking in any of the essentials necessary to assure acceptable standard of performance. 10. ADMINISTRATIVE MATTERS DEFINITIONS a. CONTRACTING OFFICER: The Contracting Officer is the only person authorized to approve changes or modify any of the requirements under the resultant contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitments or issue changes which will affect price, quantity, quality or performance of the resultant contract. b. CONTRACTING OFFICER S REPRESENTATIVE (COR): a VA official who will provide the daily administration and coordination of the contract. Any technical questions pertaining to the resultant contract should be directed to the COR as delegated by the Contracting Officer (refer to Delegation of Authority Memo issued after award). The COR duties and limited responsibilities are detailed in the Delegation of Authority, which the Contractor is advised to read. c. In the event the Contractor affects any 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 to the contract price will be made to cover the increase in cost incurred as a result thereof. 11. SECURITY a. Background Investigation The position sensitivity impact for this effort has been designated as LIMITED Risk and the level of background investigation is SAC. b. Contractor Responsibilities 1. The contractor shall bear the expense of obtaining background investigations. If the investigation is conducted by the Office of Personnel Management (OPM) through the VA, the contractor shall reimburse the VA within 30 days of transfer to OPM. 2. Background investigations from investigating agencies other than OPM are permitted if the agencies possess an OPM and Defense Security Service certification. The Vendor Cage Code number must be provided to the Security and Investigations Center (07C), which will verify the information and advise the contracting officer whether access to the computer systems can be authorized.   3. The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship and are able to read, write, speak and understand the English language. 4. After contract award and prior to contract performance, the contractor shall provide the following information to the CO: (1) List of names of contractor personnel. (2) Social Security Number, Date of Birth, Place of Birth and e-mail of contractor personnel.   (3) Home address of contractor personnel or the contractor's address, Point of Contact, e-mail and telephone.   5. The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract. 6. Failure to comply with the contractor personnel security requirements may result in termination of the contract for default. 7. Further, the contractor will be responsible for the actions of all individuals provided to work for the VA under this contract. In the event that damages arise from work performed by contractor provided personnel, under the auspices of this contract, the contractor will be responsible for all resources necessary to remedy the incident. c. Government Responsibilities 1. The VA Security and Investigations Center (07C) will provide the necessary forms to the contractor or to the contractor's employees after receiving a list of names and addresses.   2. Upon receipt, the VA Security and Investigations Center (07C) will review the completed forms for accuracy and forward the forms to OPM to conduct the background investigation.   3. The VA facility will pay for investigations conducted by the OPM in advance. In these instances, the contractor will reimburse the VA facility within 30 days of transfer to OPM. 4. The VA Security and Investigations Center (07C) will notify the contracting officer and contractor after adjudicating the results of the background investigations received from OPM. 5. The contracting officer will ensure that the contractor provides evidence that investigations have been completed or are in the process of being requested. 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 $150,000.00; (2) Any order for a combination of items in excess of $250,000.00; 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 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/36C25918Q9850/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25918Q9850 36C25918Q9850.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4547869&FileName=36C25918Q9850-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4547869&FileName=36C25918Q9850-000.docx

 
File Name: 36C25918Q9850 WD 15-5319 (Rev.-6) Muskogee.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4547870&FileName=36C25918Q9850-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4547870&FileName=36C25918Q9850-001.pdf

 
File Name: 36C25918Q9850 WD 15-5333 (Rev.-8) Pittsburg.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4547871&FileName=36C25918Q9850-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4547871&FileName=36C25918Q9850-002.pdf

 
File Name: 36C25918Q9850 WD 15-5317 (Rev.-6)Tulsa.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4547872&FileName=36C25918Q9850-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4547872&FileName=36C25918Q9850-003.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: Jack C. Montgomery VA Medical Center (JCMVAMC);1011 Honor Heights Drive;Muskogee, Oklahoma
Zip Code: 74401
 
Record
SN05040032-W 20180818/180816231039-68a10b9b05d17a0651d58acd0cd216f0 (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.