DOCUMENT
R -- 691-19-1-4057-0002 / STAFFING - Temporary (Motor Vehicle Operator/Courier) (VA-18-00159703) - Attachment
- Notice Date
- 9/20/2018
- Notice Type
- Attachment
- NAICS
- 561320
— Temporary Help Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26218U0224
- Response Due
- 9/27/2018
- Archive Date
- 11/26/2018
- Point of Contact
- Danielle Carroll
- Small Business Set-Aside
- N/A
- Description
- Page 1 of Page 2 of 9 Page 1 of THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Business Capability, including Service Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses (SDVOSB/VOSB) interested and capable of performing the work. 2. The NAICS for this requirement is 561320 Temporary Help Services 3. Interested and capable Contractors should respond to this notice no later than September 27th, 2018 by providing the following via email only to danielle.carroll4@va.gov (a) Company Name (b) Address (c) Point of contact (d) Phone, fax, and email of primary point of contact (e) DUNS number (f) Type of small business, if applicable, (e.g. Services Disabled Veteran Owned small business (SDVOSB), Veteran-owned small business (VOSB), 8(a), HUB-Zone, Women Owned Small Business, Small disadvantaged business, or Small Business). (g) A capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the work described in paragraph 5 below. Respondents are also encouraged to provide specific examples (e.g. contract number, point of contact information) of the Contractor s experience providing the same or similar supplies/services to that described in paragraph 5 below. 4. SDVOSB/VOSB respondents. (a) If respondent is VOSB or SDVOSB, respondent is encouraged to provide proof of www.vetbiz.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. (b) Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, § 125.6 the prime contractor's limitations on subcontracting are as follows: (1) General. In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (2) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. 5. We are requesting the service of a contractor to provide Temp Motor Vehicle Operator/Courier (VAGLAHS). Please refer to the Statement of Work for the specifications for the requirements. 6. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can perform the services VA will set aside the underlying solicitation per 38 U.S.C. §8127. 7. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. STATEMENT OF WORK 1. Contract Title. Temp Motor Vehicle Operator/Courier 2. Place of Performance. VA Greater Los Angeles Healthcare System, 11301 Wilshire Blvd, Los Angeles, CA 90073 3. Background. This is an urgent requirement driven by Central Office/JHACO/Patient Safety. Dental/medical instruments are no longer permitted to sit in solution overnight; rather, they must be returned to the Sterile Processing Service for sterilization the same day as the day of use. Therefore, it has become necessary to provide motorized vehicle runs between VA Greater Los Angeles Healthcare System (VAGLA) West Los Angeles (WLA) Campus and selected remotely located clinical facilities, Monday through Friday except holidays. While government vehicles are available for this purpose, employee drivers are not. 4. Scope. Temporary Contract Staffing: motor vehicle operator (truck driver, class c), 4 ea., Monday through Friday except holidays. 5. Specific Tasks. 5.1. Temporary drivers are needed to accomplish courier runs in a cargo van between VAGLA WLA campus and specified remote locations for delivery and pickup of dental/medical instruments in spill-proof containers. Each run begins at WLA Warehouse, Building 297 where vehicles are parked. Next, drivers proceed to Building 500 ground floor: Sterile Processing Service (SPS) rear loading dock (SPS), where instrument containers are picked up. Upon return from remote destination, instrument containers are dropped at SPS; then vehicles are returned and parked at Building 297. Shift hours are 8 hours each, with time for 30-minute lunch break. Remote locations are as follows: Outpatient Centers Sepulveda (SACC)/Los Angeles (LAACC) approx. 54 miles round-trip* Bakersfield Community Based Outpatient Clinic (BAK) approx. 212 miles round-trip Santa Maria Community Based Outpatient Clinic (SM) approx. 298 miles round-trip *Two runs per day to this location; requires two drivers for this trip to eliminate overtime Task 1 SAACC/LAACC Run Drivers. 5.2.1. Two runs exist for this trip; the duties for both are identical; the difference is that one shift is from 8:00 a.m. to 4:30 p.m. and the other shift is from 12:00 noon to 8:30 p.m. to accommodate departure for the first run within one hour of start of shift and departure for the later run timed to reach LAACC at or about 3:45 p.m. for instrument container pickup after close of impacted clinics. These runs require stops at both SAACC and LAACC. Driver may be required to deliver other supplies requiring no more than a pallet jack for movement. Driver may be required to drive other routes as needed for full coverage. 5.3. Task 2 BAK Run Driver. 5.3.1. Shift is from 12 noon to 8:30 p.m. 12:00 noon to 8:30 p.m. to accommodate departure for the later run timed to reach BAK at or about 3:45 p.m. for instrument container pickup after close of impacted clinics. Driver may be required to deliver other supplies requiring no more than a pallet jack for movement. Driver may be required to drive other routes as needed for full coverage. 5.4. Task 3 SM Run Driver. 5.4.1. Shift is from 12 noon to 8:30 p.m. 12:00 noon to 8:30 p.m. to accommodate departure for the later run timed to reach SM at or about 3:45 p.m. for instrument container pickup after close of impacted clinics. Driver may be required to deliver other supplies requiring no more than a pallet jack for movement. Driver may be required to drive other routes as needed for full coverage. 6. Performance Monitoring. The COR will monitor arrivals and departures of drivers. Key VA staff at remote locations and SPS will inform COR of any failure to perform, as evidenced by either no show or early driver departure from remote locations (i.e., departure prior to clinic end of day closure or availability of instruments for transport whichever is earlier). 7. Security Requirements. In addition to having a valid Class C license, drivers must have been cleared through HR PIV process prior to performing driving services under this contract. However, these individuals are not providing direct patient care and will have no access to patient information. 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). Drivers under this contract will be operating government-owned/leased vehicles and material handling equipment (pallet jacks). 9. Other Pertinent Information or Special Considerations. Contractor selected for performance under this contract must have drivers who are able to commence work on contract effective day to include having been cleared for non-PIV security badges. 10. Contracting Officers Representative (COR). 10.1. No service shall be provided without the approval of the Contracting Officers Representative (COR) or his/her designee of this contract. The Contractor shall not accept any instructions issued by any other person(s) other than the Contracting Officer or his/her delegated representative acting within the limits of his/her authority. 10.2. Delegation of Authority letter(s) shall be forwarded to the Contractor after contract award identifying the COR(s) and all representatives of VAGLAHS authorized to order services and to accept or reject services from the Contractor. This designation shall be furnished in writing to the Contractor prior to commencement of the contract. 11. Changes. The Contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which may affect the contract terms and conditions quality, quantity, price, and/or delivery. The Contractor shall contact the Contracting Officer for approval in the event there are changes prior to proceeding. No other individual has the authority to make this binding changes and/or commitments. In the event that the Contractor commits to such changes at the direction of any person other than the Contracting Officer, the changes shall be considered to have been made without proper authority and no adjustment shall be made in contract price to cover any increase in costs incurred as a result thereof. 12. Federal Holidays. 12.1. Work to be accomplished during normal work hours, excluding Federal Holidays or any other holiday declared by the President of the United States as a national holiday. Whenever a scheduled pick-up falls on a federal holiday, the Contractor shall consult with the COR to determine if a deviation from the work schedule is necessary. 12.2. Listed below are the legal Government holidays: New Year s Day 1 January Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December 13. Security Background Checks. All Contractor employees who require access to the Department of Veterans Affairs computer system shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement Is applicable to Sub-Contractor personnel requiring the same access. The Contractor at the time of award shall certify that their employees working under this contract have had Security Background Checks prior to working at the VAGLAHS. 14. Contractor Security Requirements. 14.1. The Office of Security and Law Enforcement provides Department-wide policy on the assignment of appropriate position sensitivity designations associated with Department of Veterans Affairs (VA) positions involving national security and public trust responsibilities, and on the level of background investigations required for applicants for, and incumbents of, those positions. 14.2. The cost for such investigations shall be borne by the Contractor, either in advance or as reimbursement to the Government. The level of sensitivity shall be determined by the Government on the basis of the type of access required. The level of sensitivity will determine the depth of the investigation and the cost thereof. At this time, the current estimated costs for such investigations are as follows: Level of Sensitivity Background Investigation Level Approximate Cost Low Risk National Agency Check with Written Inquiries $ 381.00 Moderate Risk Minimum Background Investigation $ 1,730.00 High Risk Background Investigation $ 4,431.00 14.3. The Contractor shall furnish all applicable employee information required to conduct the investigation, such as, but not limited to, the name, address, and social security number of the Contractor s personnel. The VA will provide all the necessary instructions and guidance for submission of the documents required to conduct the background investigation. Background investigations shall not be required for contract personnel assigned to Low Risk/Non-sensitive positions for 180 days or less under a single contract or series of contracts. However, a Security Access Clearance (SAC) background screening will be required for appropriate preliminary checks IAW VA Directive 0710. 15. Contractor Submittals /Insurance Requirements. Contractor shall be required to provide copies of the following: The Contractor is required to comply with Federal and State Workers Compensation and liability insurance. Reference FAR clause 52.228-5-Insurance and Subpart 28.307-2-Liability. Within 15 days of contract award the Contractor shall furnish to the Contracting Officer certification from his/her insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished prior to the expiration date. 16. Conflict of Interest. 16.1. The Contractor shall not employ any person who is an employee of the United States Government if the employment of that person creates a conflict of interest. The Contractor shall not employ any person who is an employee of the Department of Veterans Affairs (VA) unless such person seeks and receives approval in accordance with VA Regulations and public law. Nor shall the Contractor employee any person who is a member of the immediate family of a VA employee employed at the VA Health Care System if the employment of that family member would create a conflict of interest or appearance of a conflict of interest, particularly with regard to influencing the contract negotiations, terms of the contract, or the work carried out under the contract. 16.2. In any such case, the VA must review the matter and give its approval in accordance with agency ethics rules. Contractor shall ensure no violation of ethics occurs between VA staff, VA patients and families of VA staff. Staff shall not accept, solicit, allow or invite gifts, gratuities, sales of items, etc. Any occurrence shall be reported to the COR along with corrective action taken, and the reports will be kept on file for the duration of the contract. The parties agree that the contract personnel working under this contract shall not be considered VA employees for any purpose and shall be considered employees of the Contractor. 17. Contractor Point of Contact. The Contractor shall assign a Point of Contact (POC) and an alternate POC for the purpose of ensuring compliance with all the terms and conditions of this contract and who shall be responsible for administration and clinical matters in the performance of services under this contract. The POC shall have full authority to act for the Contractor on all matters relating to the daily operation of this contract. Point of Contact (Full Name): Telephone Number: E-mail Address: Alternate Point of Contact (Full Name): Telephone Number: E-mail Address: 18. VA POLICY & REGULATIONS 18.1. Parking Policy. It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA shall not invalidate or make reimbursement for parking violations of Contractor s personnel under any circumstances. 18.2. Smoking Policy. Smoking is not permitted within or around the VA Healthcare System facilities, except in designated areas. Smoking is allowed in smoking shelters and in all outside areas that are 40 feet away from entrances to buildings unless indicated otherwise. Enclosed patios connected to facility buildings are considered part of the building and as such are non-smoking areas. 18.3. Badges. All Contractor personnel shall be required to wear VA provided identification (I.D.) badges above the waist at all times while on the VA grounds. Contractors shall be required to coordinate with COR to obtain the VA provided I.D. badges for all staff. All VA provided I.D. badges shall be returned at the end of the contract or upon completion of service. Failure to wear ID badges may result in removal from any of the VA facilities and/or otherwise referred to federal property. Phones. Government telephones shall not be used for personal reasons.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218U0224/listing.html)
- Document(s)
- Attachment
- File Name: 36C26218U0224 36C26218U0224.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4601749&FileName=36C26218U0224-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4601749&FileName=36C26218U0224-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26218U0224 36C26218U0224.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4601749&FileName=36C26218U0224-000.docx)
- Place of Performance
- Address: Department of Veteran Affairs;VA Greater Los Angeles;11301 Wilshire Blvd;Los Angeles
- Zip Code: CA
- Zip Code: CA
- Record
- SN05098730-W 20180922/180920231250-c4ade4df31d7c5ed1a7370aa7e9e9a75 (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 |