Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2018 FBO #6237
SOURCES SOUGHT

V -- Employee Passenger Shuttle Service

Notice Date
12/19/2018
 
Notice Type
Synopsis
 
NAICS
485410 — School and Employee Bus Transportation
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Central California Health Care System;855 M Street, Suite 1020;Fresno CA 93721
 
ZIP Code
93721
 
Solicitation Number
36C26119Q0208
 
Response Due
1/8/2019
 
Archive Date
3/9/2019
 
Point of Contact
559-225-6100 x6436
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. No Solicitation is currently available. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. The information requested will be used solely within the Department of Veterans Affairs to facilitate decision making and will not be disclosed outside of the Government. The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Announcement, is solely within the discretion of the Government. The applicable North American Industry Classification System (NAICS) Code is 485410, School and Employee Bus Transportation, and the small business size standard is $15.0M. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See Internet Site https://www.sam.gov/portal/public/SAM/). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. Service Disabled Veteran Owned and Veteran Owned Small Businesses must be registered and verified in the Department of Veterans Affairs Vendor Information Pages (VIP) (See Internet Site https://www.vip.vetbiz.gov/). Brief Description of Services VA Central CA Health Care System in Fresno, CA is requesting a contracted Shuttle Service to transport employees between off-site parking lots and the main facility. Service shall be full charter supplying buses, drivers, covering all ancillary costs, and capable of being adjusted in response to facility needs. Services shall run Monday Friday, excluding Federal holidays during working hours. The Contractor shall provide all vehicles, drivers, fuel, equipment, insurance as necessary to shuttle Veteran Affairs (VA) passengers from off-site parking locations to the main facility. Contractor shall increase buses in circulation according to passenger demand to ensure that wait times are under 15 minutes and transit times are approximately 10 minutes. Buses shall provide direct routes from off-site locations and the VA hospital as well as direct returns to off-site locations. Critical Criteria: The Contractor shall provide drivers knowledgeable of Fresno and surrounding communities to ensure the drivers are capable to meet all scheduled times provided by contract. Shuttle services will pick up passengers from the prescribed locations listed in this Performance Work Statement (PWS) as well as future locations that may be developed and transport passengers to the VACCHCS Bldg. 1. Contractor shall post signage on each shuttle bus identifying the route. Contractor shall provide buses with capacities of at least 20 and no more than 30 to accommodate timely service and navigation of city streets. Contractor shall service direct routes between pick-up and drop-off locations. Contractor shall maintain as many buses as necessary to maintain reasonable wait times, considering location parking capacities, and at the discretion of the facility during service times. Contractor shall operate sufficient buses to ensure approximate wait times of 10 minutes. Contractor must have the ability to increase and decrease buses in service along with passenger demand. Contractor must have the ability to replace drivers & buses in case of personnel or mechanical deficiency. VACCHCS reserves the right to increase or reduce bus counts and locations according to facility need and shall only pay for services provided. All invoices must reflect accurate hours of operation at predetermined rates. Shuttle Schedule and addresses (Currently) Shuttle Services are to begin at the following locations: Route A - Central California Blood Bank, 3425 N. First and 3445 N. First St. Fresno, CA 93726. 5 am 9 am 3 pm 7 pm Route B - Midtown Plaza. 3201 E. Shields Ave. Fresno, CA 93726. 5 am 9 am 3 pm 7 pm Route C Masonic Lodge, 3444 E Shields Ave, Fresno, CA 93726. 6 am 9 am 3 pm 6 pm *Additional routes may be added according to facility needs via contract modifications. * Service Times: Arrival & Departure Morning Peak Hours: 5 am 9 am Afternoon Peak Hours: 3 pm 7 pm On weekdays, Monday through Friday at 5am 9am & 3pm 7pm VACCHCS anticipates the need to transport approximately 600 or more employees. The Contractor shall provide sufficient shuttle buses to run on alternate routes back and forth to the VACCHCS campus. Shuttles shall run alternately and concurrently to provide pick up times to satisfy the Shuttle Service Route Schedule. Drivers: Contractor shall provide drivers familiar with the Fresno area to accommodate any changes in route due to traffic, police activity, or city construction. Drivers shall be certified accordingly to the size of shuttle they are operating, insured, and licensed according to CA DMV requirements. Drivers shall not display tip jars. Drivers shall be courteous and English speaking to ensure communication with passengers or in case of medical emergency. Drivers shall have hands free radio or cellular accessories for communication. Buses: Buses shall have capacities of at least 24 and no more than 34 passengers. At least 2 buses must be ADA compliant in case of handicap passengers. Buses shall have radio / cellular (hands free) communication to coordinate passenger transportation or medical emergency. Buses shall have functioning, serviced, Air conditioning. Buses shall have first aid kits installed. Route A - Central California Blood Bank, 3425 N. First and 3445 N. First St. Fresno, CA 93726. 4 buses servicing direct routes Route B - Midtown Plaza. 3201 E. Shields Ave. Fresno, CA 93726. 2 buses servicing direct routes. Route C Masonic Lodge, 3444 E Shields Ave, Fresno, CA 93726. 2 buses servicing direct routes. Schedule Changes Shuttle services and times are mandatory for the alternating AM and PM runs to provide adequate transportation services to those VACCHCS employees using the shuttle transportation. Should schedules need to be modified, any modifications must be coordinated with the Contracting Officers Representative (COR) and approved by the Contracting Officer prior to implementation. Any changes to the designated pick-up and drop-off zones, at the VACCHCS and all off-site locations, will be coordinated and identified by the COR. The Government reserves the right to add additional routes within the Fresno area or increase/decrease the number of buses on current routes, not to exceed 5% of the total contract value. Federal Holidays Shuttle Services will not operate on Federal Holidays. Holidays are: New Year s Day, Martin Luther King s Birthday, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day, and Christmas Day. To include any other day specifically declared by the President of the United States to be a national holiday. Shuttle Service will not be provided on Weekends. 7.) Traffic Compliance 7.1 While driving vehicles on the VACCHCS campus, contractor must follow all posted speed limits and traffic signs. Failure to do so will result in a traffic citation, issued by VACCHCS Police Service. The Contractor is responsible for any citation received by the contract drivers. 8.) Contractor Personnel Qualifications 8.1 Contractor employees shall conduct themselves in a business-like manner at all times while on VA premises. Contractor personnel will wear an appropriate and professional uniform with company s name and name of the driver. Contractor personnel performing contract services shall meet at all times the qualifications specified in this contract, as well as any qualifications required by Federal, State, County and local government entities from the place in which they operate. 8.2 Within seven (7) days after receipt of award notification, the contractor shall provide evidence of required training, certifications, licenses and any other qualifications required for this contract. The initial documentation shall be provided to the COR. 8.3 During the period of performance, if the Contractor proposes to add-on or replace personnel to perform contract services, the Contractor shall submit the required evidence of training, certifications, licensing and any other qualifications to the Contracting Officer. At no time shall the Contractor utilize add-on or replacement personnel to perform contract services who do not meet the personnel qualifications of this contract. Driver s Qualifications Contractor shall be responsible for using appropriate driver screening and selection criteria when employing drivers. Such screening shall include but not limited to testing drivers for prohibited drug use and alcohol misuse; a criminal background check, to the maximum extent permitted by state law. Drivers shall have a valid operator's license in accordance with Federal, State and local government requirements for their place of operation for the services they perform. Drivers shall post their special, temporary or annual driver s permit in such a manner as to be continually visible and readable at all times by any passenger and in a manner prescribed by the Department of Veterans Affairs. The contractor shall not operate or occupy the transport vehicles while under the influence of alcohol, controlled narcotic substances, legal or illegal, or while under the influence of any other inebriating substance that may impair vision, depth perception, mobility and reasonable judgment. The Contractor shall be removed from performing services should he/she is identified as a potential threat to the security, safety, health or the operational mission of VACCHCS facilities and its population. The Contractor shall replace any personnel removed or relieved from the performance of services. Contractor Attire and Identification: Contractor shall wear neat, clean and proper attire. Contractor personnel shall be identified by wearing the prime contractor company s logo and name tag attached to its attire. Contract drivers are expected to behave in a courteous manner at all times while interacting with VACCHCS employees and staff. Any confrontations with staff should be immediately documented and reported to the COR. The contractor s personnel shall be kind and courteous to passengers and shall not play loud music or music that is objectionable to the passengers while transporting. Drivers shall not use excessively their hands free mobile/cell phone communication devices when driving. Best practice is to pull over and conduct communication in a safe manner. Drivers shall not Text Messages while driving. See Federal Acquisition Regulation 52.223-18. The Contractor shall immediately notify the VA of any incidents involving injury to passengers during transport. The Contractor shall promptly complete and submit to the COR, an Incident Report with all information felt to be necessary for any full review. Contractor Equipment, Vehicles and Inspection The VA reserves the right to inspect contractor's equipment and vehicles or require documentation of compliance with contract specifications, and State laws, rules, regulations and guidelines governing transportation vehicles. VA inspections of contractor equipment will not constitute a warranty that the contractor's vehicles and equipment are properly maintained. The VA reserves the right to restrict the Contractor's use of equipment and vehicles that are not in compliance with contract requirements. The restriction of such equipment and vehicles shall not relieve the contractor from performing in accordance with the strict intent and meaning of the contract and without additional cost to the VA. Vehicles shall meet all current applicable Federal, State and local specifications and regulations including, but not limited to, licensing, registration, and safety standards. Vehicles shall be clean and maintained in good repair in accordance with manufacturer's instructions and specifications, at all times during the performance of this contract. All vehicles shall be smoke-free, non-smoking vehicles. The Contractor shall ensure proper inspections are performed on all vehicles used in the performance of services. The Contractor shall remove any vehicles that are unsafe, in need of repairs, and does not meet the minimum operating specifications for compliance with the contract. The removal of said vehicles from service shall not relieve the Contractor from performance of services. Contractor shall ensure all busses on all routes are handicap accessible. End of Scope description Capability Statement The Government requests that interested parties provide the following capability information to the Contract Specialist, Parvinder Brar by email at: Parvinder.brar@va.gov by 2PM PST January 8, 2019: (a)  Business Size (Large/Small) (b)  Business Socio-Economic Status (SDVOSB, WOSB, 8(a), HUBZone, etc.) (c) SAM record (www.sam.gov) (d) VIP record (SDVOSB/VOSB firms only) (https://www.vip.vetbiz.gov/) (e)  DUNS number (f) Ability and experience in managing similar projects. Include general information and technical background describing your firm's experience on contracts requiring similar efforts to meet the program objectives. (g) List of Projects (Government and Commercial) that are similar in scope and size. (h) Anticipated Teaming Arrangements (if any) (i) GSA Contract Number if applicable. (j) Copies of licenses, registration, training certificates and/or permits required to perform services in the State of California and as identified above in the brief description of services. Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. The Government will use this information when determining its business type decision. This synopsis is not to be construed as a commitment by the Government and no contract will be awarded as a direct result of this Sources Sought announcement.           *Failure to provide the information requested above (items (a) (j)) will be considered non-responsive and will not be considered a viable source. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/FrVAMC570/FrVAMC570/36C26119Q0208/listing.html)
 
Place of Performance
Zip Code: 93703
 
Record
SN05178407-F 20181221/181219230016 (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.