Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 14, 2020 SAM #6651
SOLICITATION NOTICE

R -- SLCVAMC Local Courier Services

Notice Date
2/12/2020 6:28:07 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
259-NETWORK CONTRACT OFFICE 19 (36C259) GLENDALE CO 80246 USA
 
ZIP Code
80246
 
Solicitation Number
36C25920Q0164
 
Response Due
3/11/2020 8:59:59 PM
 
Archive Date
05/10/2020
 
Point of Contact
Ian Boettcher
 
E-Mail Address
ian.boettcher@va.gov
(ian.boettcher@va.gov)
 
Awardee
null
 
Description
General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25920Q0164 Posted Date: Feb 12, 2020 Current Response Date: Mar 11, 2020 Product or Service Code: R602 Courier and Messenger Services Set Aside: Service Disabled Veteran Owned Small Business NAICS Code: 492110 Couriers and Express Delivery Services 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 Salt Lake City VA Medical Center (SLCVAMC) and local vicinity to include the Utah Public Health Laboratories, the Utah Department of Health, and the American Red Cross of Salt Lake City. Performance Period The period of performance for the Courier Services Firm Fixed-Price Contract will be for a one shortened base year (6 months) followed by four (4) one-year (12 months) Government option periods. 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 2020-04 01/15/2020. 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 the Salt Lake City VA Medical Center with the services listed in the Statement of Work. To receive credit as an SDVOSB or VOSB, a firm must be registered in VetBiz.gov Vendor Information Pages (http://www.VetBiz.gov). All vendors, regardless of size, must have a current registration in the System for Award Management (SAM) www.SAM.gov All interested companies shall provide quotation for the following: COURIER SERVICES Base Year - April 1, 2020 through March 31, 2021 CLIN DESCRIPTION QUANTITY UNIT UNIT COST TOTAL COST 0001 SCHEDULED, DAILY MON-FRI COURIER SERVICE WITHIN THE SALT LAKE CITY AREA TO AND FROM THE VA MEDICAL CENTER: TRIPS LISTED IN THE STATEMENT OF WORK. 12 month $ $ 0002 UNSCHEDULED, AS-NEEDED COURIER TRIPS WITHIN 25 MILES OF THE SALT LAKE CITY VA MEDICAL CENTER 24 EACH $ $ Total Cost of the Base Year $ COURIER SERVICES Option Year 1 - April 1, 2021 through March 31, 2022 CLIN DESCRIPTION QUANTITY UNIT UNIT COST TOTAL COST 0001 SCHEDULED, DAILY MON-FRI COURIER SERVICE WITHIN THE SALT LAKE CITY AREA TO AND FROM THE VA MEDICAL CENTER: TRIPS LISTED IN THE STATEMENT OF WORK. 12 month $ $ 0002 UNSCHEDULED, AS-NEEDED COURIER TRIPS WITHIN 25 MILES OF THE SALT LAKE CITY VA MEDICAL CENTER 24 EACH $ $ Total Cost of the Base Year $ COURIER SERVICES Option Year 2 - April 1, 2022 through March 31, 2023 CLIN DESCRIPTION QUANTITY UNIT UNIT COST TOTAL COST 0001 SCHEDULED, DAILY MON-FRI COURIER SERVICE WITHIN THE SALT LAKE CITY AREA TO AND FROM THE VA MEDICAL CENTER: TRIPS LISTED IN THE STATEMENT OF WORK. 12 month $ $ 0002 UNSCHEDULED, AS-NEEDED COURIER TRIPS WITHIN 25 MILES OF THE SALT LAKE CITY VA MEDICAL CENTER 24 EACH $ $ Total Cost of the Base Year $ COURIER SERVICES Option Year 3 - April 1, 2023 through March 31, 2024 CLIN DESCRIPTION QUANTITY UNIT UNIT COST TOTAL COST 0001 SCHEDULED, DAILY MON-FRI COURIER SERVICE WITHIN THE SALT LAKE CITY AREA TO AND FROM THE VA MEDICAL CENTER: TRIPS LISTED IN THE STATEMENT OF WORK. 12 month $ $ 0002 UNSCHEDULED, AS-NEEDED COURIER TRIPS WITHIN 25 MILES OF THE SALT LAKE CITY VA MEDICAL CENTER 24 EACH $ $ Total Cost of the Base Year $ COURIER SERVICES Option Year 4 - April 1, 2024 through March 31, 2025 CLIN DESCRIPTION QUANTITY UNIT UNIT COST TOTAL COST 0001 SCHEDULED, DAILY MON-FRI COURIER SERVICE WITHIN THE SALT LAKE CITY AREA TO AND FROM THE VA MEDICAL CENTER: TRIPS LISTED IN THE STATEMENT OF WORK. 12 month $ $ 0002 UNSCHEDULED, AS-NEEDED COURIER TRIPS WITHIN 25 MILES OF THE SALT LAKE CITY VA MEDICAL CENTER 24 EACH $ $ Total Cost of the Option Year 4 $ Total Cost of the Base Year and All Option Years $ Statement of Work- Lab Courier Services Contractor shall furnish all necessary labor, supplies, equipment, transportation, and insurance to provide courier services each week day, and on-call for pick-up and delivery between the Salt Lake City VA Medical Center (SLCVAMC) path/lab, inpatient pharmacy, and mailroom, the Utah Public Health Laboratories, Utah Department of Health, The American Red Cross and the VA Western Salt Lake Primary Care Clinic. All locations are located throughout the Utah Salt Lake valley in accordance with specification and requirements herein. GENERAL The contractor agrees to provide regularly scheduled pickups of a variety of items, including but not limited to: packaged lab specimens, pharmaceutical products, medical equipment/supplies, mail, soiled/clean linen, general supplies, etc. between the Primary Care VA locations listed herein and the parent facility in Salt Lake City, UT. In addition to the scheduled weekday pickup/delivery, there may be on-call delivery requests. Occasionally a one-time delivery may be requested to a location other than the locations listed below covered by the regularly schedule pickups/deliveries. Deliveries will fit easily into a small transport van or utility vehicle. Contractor shall receive items from the Salt Lake City VA and the associated clinic, sign a receipt therefore, and transport and deliver the same in like condition to the destination marked on each item as designated by the VA and clinics. VA reserves the right to use VA and Federal contract providers for transport as needed if all contractor vehicles are in use. Current list of locations: VA Salt Lake City Health Care System - Pathology and Laboratory Service (113) Building 14, 1st Floor 500 Foothill Dr. Salt Lake City, Ut 84148 Monday through Sunday (0800-2000) VA Salt Lake City Health Care System - Inpatient Pharmacy Building 14, Ground Floor 500 Foothill Dr. Salt Lake City, Ut 84148 Monday through Sunday VA Salt Lake City Health Care System Mailroom Cage Building 14, 1st Floor 500 Foothill Dr. Salt Lake City, Ut 84148 Monday through Sunday VA Western Salt Lake Primary Care Clinic (WSL CBOC) 2750 South 5600 West Suite B West Valley City, UT 84128 Clinic hours of operation (Monday Friday 0700-1630) Utah Public Health Laboratories 46 North Medical Drive Salt Lake City, Utah 84113 Monday through Friday (0800-1700) Utah Department of Health Division of Epidemiology and Laboratory Services 46 North Medical Drive Salt Lake City, Utah 84113 Monday through Friday (0800-1700) American Red Cross 6616 South 900 East Salt Lake City, Utah 84121 Monday through Friday (0800-1700) Other locations as requested by the COR (or designee) within a 25 mile of the VA Salt Lake City Health Care System radius. ITEMS TO BE TRANSPORTED Pickup and delivery of items including but not limited to: Specimen containers, either an Igloo style ice-chest Styrofoam container, or pressure tested outer shipping vessels conforming to IATA regulations. They will be marked DIAGNOSTIC SPECIMENS AND TAGGED FOR IDENTIFICATION. Office or medical supplies, pharmaceuticals and/or equipment weighing typically less than 35 pounds per box, not exceed 50 pounds Paper documents including medical records in a sealed confidential envelope secured in a locked mail bag Soiled laundry items Clean laundry items Biological specimens, i.e. body fluids (blood, urine and stool), will be properly packaged by Government or contracted laboratory personnel for transportation and will be placed in the container. All items shall be transported in accordance with all local, state and federal regulations, including any specified regulations for dangerous goods or bio-hazardous materials. Efforts shall be made to assure all items are delivered without spoilage/damage from temperature conditions, rough handling and/or negligence. Some of the items will be boxed in large plastic reusable containers that shall be returned to VA. Some boxes may be of odd dimensions, for example, those containing crutches, canes, florescent light bulbs, and paper supplies. No items shall weigh more than 50 lbs., unless specifically discussed and accepted by the contractor in advance. Contractor shall contact COR or designee for clarification and prioritization if unable to take all items located in courier room. COR/designee is responsible for providing contact numbers and designee names to contractor. SPECIFICATIONS The Government is not obligated for any work under this agreement that is not ordered by the COR/designee. The COR/designee has the authority to cancel ordered work when the contractor is notified of cancellation in writing within 96 hours of scheduled service. The COR/designee will provide addresses and hours of operation for each clinic to the contractor upon initiation of the contract, and updates will be made as necessary throughout the term of the contract. The COR/designee will coordinate with the Contractor to establish pickup schedules as additional courier service is needed. Pickup schedules will be established by written order of the COR/designee. Monday through Friday No pickup on Federal Holidays or the work day preceding a Federal Holiday The COR/designee will notify the courier at least 96 hours prior to a change in any regular pickup schedule STAT, or immediate pick-ups for laboratory specimens shall be done within one hour from the call. Routine pick-ups shall be performed with 2-4 hours from the time of the call The COR/designee will coordinate with the Contractor to establish pickup schedules as additional courier service is needed. The table below is the schedule for all routine pick-ups and drop-offs. Routine Schedule (Monday through Friday) Time Pick UP at the VASLCHCS 500 Foothill Dr Salt Lake City, UT 84148 Drop off/Pick Up Western Salt Lake CBOC 2750 South 5600 West Ste. B West Valley City, UT 84128 Drop off VASLCHCS 500 Foothill Dr Salt Lake City, UT 84148 0800 Pharmaceuticals Inpatient Pharmacy Bldg 11. Ground Floor Pharmaceuticals Pharmacy room 1A69 Lab shipping containers Lab Bldg 14, 1st floor, Room 1B19 Drop off only - Lab shipping Containers Lab Mail, Supplies, Equipment Mailroom Cage Bldg 14, 1st Floor 1AA Mail Room 1A04 Supplies outside of Lab Equipment outside of Lab PICK UP - Clean Linen Mailroom Cage ***Friday only Drop of Clean Linen Outside of Lab ***Friday only 1100 Pharmaceuticals Inpatient Pharmacy Bldg 11. Ground Floor Pharmaceuticals Pharmacy room 1A69 Mail, Supplies, Equipment Mailroom Cage Bldg 14, 1st Floor 1AA Mail Room 1A04 Supplies outside of Lab Equipment outside of Lab 1200 PICK UP Lab Specimens Lab Laboratory Specimens Lab Bldg 14, 1st floor Room 1B19 Mail Room 1A04 Supplies outside of Lab Equipment outside of Lab Mail, Supplies, Equipment Mailroom Cage Bldg 14, 1st Floor 1AA 3:15 Pharmaceuticals Inpatient Pharmacy Bldg 11. Ground Floor Pharmaceuticals Pharmacy room 1A69 Mail, Supplies, Equipment Mailroom Cage Bldg 14, 1st Floor 1AA Mail Room 1A04 Supplies outside of Lab Equipment outside of Lab 4:00 Mail Room 1A04 Supplies outside of Lab Equipment outside of Lab Mail, Supplies, Equipment Mailroom Cage Bldg 14, 1st Floor 1AA PICK UP Lab Specimens Laboratory Specimens Lab Bldg 14, 1st floor Room 1B19 Pick up Soiled Linen Outside of Lab ***Friday only Drop off - Clean Linen Mailroom Cage ***Friday only The COR/designee will provide addresses and hours of operation for each location to the contractor upon initiation of the contract, and updates will be made as necessary throughout the term of the contract. SLCVAMC will provide a list of staff authorized to request services under this contract. If there is doubt about the authority of the person placing the call, the Contractor should accept the call, complete the pickup/delivery, and report the event to the Contracting Officer. Only the Contracting Officer can make changes to the terms and conditions described herein. All such changes shall be completed in writing. Oversized and overweight items are rarely transported. The contractor must clearly define the size and weight limits prior to award so that both VA and the contractor can determine when an extra service charge may be added. VA should manage all shipments and plan for shipments to be scheduled to reduce the potential for extra service charges for size and weight. Temperature requirements contractor shall maintain proper temperature in vehicles to preserve medical supplies, pharmaceuticals, specimens and other items potentially damaged by extreme temperatures. Insulated transport containers will be provided by SLCVAMC for pickup/delivery of specimens. SLCVAMC will furnish all types of puncture-proof containers (coolers) that are labeled diagnostic specimens for test specimens. All vehicles used for courier services shall have working heat and air conditioning. CONTRACTOR S DUTIES AND RESPONSIBILITIES The contractor's responsibility for the safekeeping of shipments shall commence when the contractor has received the same and a receipt acknowledged and shall terminate when delivery is completed. A record of all deliveries and pickups will be maintained through log sheets provided at each location. Contractor shall provide COR/designee with a listing of names and identification of authorized messengers. The contractor shall be liable for the loss of shipments delivered into its possession if they should fail to deliver shipments in the same condition as when delivered to and receipted for by the contactor. Acknowledgement by VA staff at the delivery location shall be conclusive evidence that supplement was received safely and securely. Liability Insurance: It is understood and agreed that Contractor must be a courier company with a state license and carry a minimum of $1,000,000 liability insurance. All couriers transporting specimens under this contract must have means of communication while traveling. Any delays in any delivery is to be reported directly to the COR/designee. All efforts shall be taken so that no items shall be kept in the possession of the contractor overnight. If it is determined that items will need to be in the contractor s possession overnight, the contractor shall provide to the Contracting Officer and COR/designee the reasons for keeping the items, exact location where items will be stored and a description of the location of storage. All items shall be picked up from and delivered to the courier room located at the SLCVAMC. The location of this room is subject to change for the benefit of the SLCVAMC. The contractor shall provide a fixed rate for all costs of the courier service, which costs shall be inclusive and include the vehicle, driver, mileage, time, weight, and other reasonable costs associated with courier services needed to perform the services described in this contract. Each vehicle used in the performance of this contract shall be adequately stocked with at least one up-to-date complete SPILL KIT for a bio-hazard cleanup in case of leakage or accidental discharge from controlled containers. The contractor shall ensure that the vehicle (small transport van or equivalent) used will be large enough to carry the entire shipment to or from the Salt Lake VAHCS and the supported locations. Recommend a minimum of 100 cubic ft. The contractor shall ensure the confidentiality of all patient information and records being transported and will be held liable in the event of a breach of confidentiality. The Contractor shall comply with the provisions of the Federal Privacy Act of 1974 (Public Law 93-579). The Contractor shall maintain their Motor Carrier Permit, hazardous material license number, certificate of training of couriers (employers), State of Utah driver s licenses, vehicle insurance, and registration. The Service Contract Labor Standards apply to this contract. The current Service Contract Act Wage Determination for this area will be incorporated int o the contract as an attachment. Employees performing under this contract must be paid at least the pay and fringe benefits described therein. 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. Proof of training shall be provided after award of the contract and updated annually thereafter with proof of training provided to COR/designee at the exercise of any option year. Drivers: All drivers shall maintain a valid driver s license for the type of vehicle operated as required by the State of Utah. A record of each driver as to character and physical capabilities of performing the duties as a courier shall be maintained and made available to the Contracting Officer and COR/designee for inspection upon request and shall be updated as personnel changes. The contract manager, drivers and alternates, 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 and COR/designee. An updated listing will be provided as changes in personnel occur. The contractor s personnel shall present a neat appearance and be easily recognized as a contract employee. The contractors employee shall wear an identification tag that includes the company s name/logo and employee name and photograph. Contractor s vehicle shall have the company name/logo prominently displayed. 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. The Contracting Officer and COR/designee shall be notified at the earliest time available, but no later than the next business day 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. For example, union strikes, vehicle problems, licenses, or anything that might jeopardize the terms and conditions of this contract should be reported to the Contracting Officer. Should any items be lost, damaged or broken, 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 with the specific time frame will cause further review by the Government to determine if the infraction warrants suspension/termination of the contract. The Contractor shall be required to maintain a record log of courier pickups and deliveries, indicating time and date of pickups, number and description of items from each location, along with signatures. This information will be duplicated on the Contractor s invoice. If the Contractor s proposal includes an electronic/facsimile/automated system of courier tracking, it must also demonstrate how the record log can be accessed when needed. There may be an occasion where the exact time of delivery and name of the person receiving the item is imperative for an investigation into patient services. The Contractor shall provide any such information upon request by the Contracting Officer or COR. 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. 6. 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 verify conformance and acceptance prior to payment. 7. QUALITY ASSURANCE SURVEILLANCE PLAN The Government will periodically evaluate the contractor s performance in accordance with the following Quality Assurance Surveillance Plan. Performance Objective Performance Threshold Basic Courier Services 2 reported customer complaints/month Timeliness 2 reported customer complaints/month Conditions of transported items 2 reported customer complaints/month SURVEILLANCE The COR/designee will receive complaints from personnel at the parent facility, the WSL Clinic, within the Salt Lake VAHCS and pass them to the Contracting Officer for correction. STANDARD The standard is overall two or less customer complaints per month in each area. The COR/designee shall notify the Contracting Officer for appropriate action in accordance with FAR 52.212.4, Contract Terms and Conditions-Commercial Items or the appropriate Inspection of Services clause, if any of the above service areas exceed two customer complaints. PROCEDURES Any VA employee that observes unacceptable services, either incomplete or not performed, for any of the above performance objectives should immediately contact the COR/designee and the COR/designee will complete appropriate documentation to record the complaint. The COR/designee will consider the customer complaint valid upon receipt from the customer. The COR/designee should inform the customer of the approximate time the unacceptable performance will be corrected and advise the customer to contact the COR/designee if not corrected. The Contractor will be given two hours after verbal notification to address the unacceptable performance. If the Contractor disagrees with the complaint after investigation and challenges the validity of the complaint, the Contractor will notify the COR/designee. The COR/designee will investigate to determine the validity of the complaint. If the COR/designee determines the complaint as invalid, COR/designee will document the written complaint of the findings and notify the customer. The COR/designee will retain documentation for their files. If after investigation the COR/designee determines the complaint as valid, the COR/designee will inform the Contracting Officer. PROVISIONS FOR DEFECTIVE SERVICE If the Contractor fails to provide acceptable service to the Salt Lake VA, the following penalties may be instituted. Not implementing a penalty does not prohibit the Salt Lake VA from future implementation. 1) Failure to pick up or deliver to one of the VA clinics, or address listed above: deduction of the allocated price per stop. 2) Failure to take all items from Salt Lake VAHCS that are slated for transportation to the VA clinic: $10/box/day that the items are left. 3) Late pick up or delivery to one of the VA clinics or addresses listed above not associated with weather: deduction of $50 per hour for staff to stay and wait for said pickup and delivery. 4) Damage done to any items placed for delivery and pick up: deduction of the allocated price per clinic stop and cost of replacement of the item. 8. EVIDENCE OF RESPONSIBILITY To determine responsibility, a bidder must possess a minimum of three years experience, along with all necessary equipment, personnel and who are financially responsible to perform courier service as required under this contract. Offerors must submit with their proposal the following: Proof of Liability and Worker s Compensation Insurance Motor Carrier permit HOR/Mat License (if required) HOR/Mat training of drivers Oxygen Transport License (if required) Oxygen Transport Training of drivers Proof of Vehicle Insurance Three commercial or government references The references may be contacted to verify the past performance. Please verify the accuracy of their addresses, phone numbers, and contact points. If no response is received from your references, our past performance will be more difficult to determine. The Salt Lake VAHCS 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. 9. INVOICE Contractor shall submit an invoice to Austin Payment Center via electronic submission through Tungsten. Invoices shall include: Name and address of contractor Invoice date and number Contract number and current fiscal year purchase order number Date, description and location where items delivered Terms of any discount for prompt payment offered Name, title and phone number of person(s) to notify in event of defective invoice, and Taxpayer Identification Number (TIN) Electronic Funds Transfer (EFT) information 11. OTHER C&A does not apply; Security Accreditation Package is not required. All VA sensitive information is transported in closed and secure containers while in the possession of the courier. Federal Holidays: New Year' Day Labor Day Martin Luther King Day Columbus Day President's Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day Any other day declare a national holiday by the President of the United States Conduct: The Contractor and any employees are subject to the same rule of conduct and standards as Government employees. No alcoholic beverages or drugs are allowed on any VA property and the VA has implemented a smoke free environment policy at all VA locations. There are authorized smoking areas outdoors. This procurement is being conducted pursuant to FAR Part 13 procedures. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation, quotes the lowest price, whose quoted price does not exceed the amount of funding available for the procurement, and whose quoted price is found to be fair and reasonable. Price alone is the sole evaluation factor after verification of the general and special responsibility standards in 52.212-2 are met. This requirement is a Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside. All offerors must be verified in VIP ( www.vetbiz.gov ) at the time of response submission to be considered an SDVOSB. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://acquisition.gov/far/ & http://www.va.gov/OAL/library/vaar/index.asp ): The provision at 52.212-1 Instructions to offerors- Commercial applies to this acquisition with following addendum: 52.212-1 Instructions to Offerors Commercial Items Addendum Special Standards of Responsibility To assist the contracting officer in determining if the special standards of responsibility applicable to this procurement are met, offerors are asked to provide the following information with their quotes. Failure to include this information could result in a contracting officer s determination that an otherwise successful offeror is not eligible for contract award. SP1: Special Licensure. Offeror shall provide evidence that personnel performing work under the contract hold a valid driver s license issued by the state of Utah. SP2: Special Insurance Offeror shall provide evidence that they are a licensed courier company covered by a minimum of $500,000 in liability insurance. SP3: Special Insurance Offeror shall provide evidence that all personnel and vehicles to perform work under the contract have valid auto registration and are covered by legally required auto insurance for the state of Utah. SP4: Special Vehicle Requirements Offeror shall provide evidence that all vehicles to perform work under the contract are equipped with at least one up-to-date complete SPILL KIT for bio-hazard cleanup in case of leakage or accidental discharge as well as either two-way radios, cell phones, or pagers for communication purposes. SP5: Special Vehicle Requirements Offeror shall provide verification that all vehicles to perform work under the contract are of sufficient size to carry the recommended 100 cubic feet of possible cargo. SP6: Special Training Requirements Offeror shall provide evidence that all personnel to perform work under the contract have had training in (or the plan to provide the training prior to working) the transportation of hazardous materials, to include type A and B infectious substances. SP7: Specialized Experience. Offeror shall provide a narrative that describes its specialized experience providing daily courier service to include time and temperature sensitive packages. If Offeror intends to satisfy this requirement through use of a proposed subcontractor(s), Offeror must provide this information for each proposed subcontractor and Offeror must identify what work will be performed by each proposed subcontractor and what work will be performed by Offeror. (End of provision) The following FAR/VAAR provisions apply to this solicitation and are incorporated in full text: 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm-Fixed-Price contract containing a shortened base year and 4 Government option years resulting from this solicitation. (End of Provision) In accordance with FAR 52.252-1, the following FAR/VAAR provisions apply to this solicitation and are incorporated by reference: FAR 52.204-7 FAR 52.204-16 FAR 52.232-38 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFER (JUL 2013) 52.212-2 Evaluation-Commercial Items (OCT 2014) (a) Basis of Award. This procurement is being conducted pursuant to FAR Part 13 procedures. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation, quotes the lowest price, whose quoted price does not exceed the amount of funding available for the procurement, and whose quoted price is found to be fair and reasonable. Price alone is the sole evaluation factor. In addition to the general standards of responsibility found at FAR � 9.104-1, in accordance with FAR � 9.104-2, the special standards of responsibility described below apply to this procurement. Offerors who fail to meet any general or special standard of responsibility will not be eligible to receive contract award. Special Standards of Responsibility: The following special standards of responsibility apply to this procurement: SP1: Special Licensure. Personnel performing work under the contract hold a valid driver s license issued by the state of Utah. SP2: Special Insurance Offeror shall be a licensed courier company covered by a minimum of $500,000 in liability insurance. SP3: Special Insurance All personnel and vehicles to perform work under the contract shall have valid auto registration and are covered by legally required auto insurance for the state of Utah. SP4: Special Vehicle Requirements All vehicles to perform work under the contract shall be equipped with at least one up-to-date complete SPILL KIT for bio-hazard cleanup in case of leakage or accidental discharge as well as either two-way radios, cell phones, or pagers for communication purposes. SP5: Special Vehicle Requirements All vehicles to perform work under the contract shall be of sufficient size to transport up to 100 cubic feet of cargo. SP6: Special Training Requirements Offeror s personnel to perform work under the contract shall have had training in (or the plan to provide the training prior to working) the transportation of hazardous materials, to include type A and B infectious substances. SP9: Specialized Experience. Offeror shall be able to describes its specialized experience providing daily courier service to include time and temperature sensitive packages (b) Evaluation Process. Quotes will be evaluated in the following manner. The lowest-priced quote will be identified. The lowest-priced quote will be evaluated to determine if the quoted price exceeds the amount of funding available for the procurement. If the quoted price does not exceed the amount of funding available for the procurement, the quoted price will be evaluated to determine if it is reasonable. If the quoted price is found to be reasonable, the offeror who submitted this quote will be identified as the successful offeror. The contracting officer will then determine if the successful offeror is responsible using the general standards of responsibility and the special standards of responsibility applicable to this procurement. If contract award cannot be made to the successful offeror, the contracting officer will evaluate the next lowest-priced quote following the procedures described above. This process will continue until a contract award can be made, or the contracting officer determines that no contract award can be made. The contracting officer may find all quotes not acceptable and cancel the solicitation if the lowest-priced quote exceeds the amount of funding available for the procurement. The contracting officer may likewise find a quote under evaluation, as well as all remaining quotes, not acceptable and cancel the solicitation if the quote currently under evaluation exceeds the amount of funding available for the procurement. The Government intends to evaluate quotes and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions at any time if determined by the contracting officer to be in the Government s interest. (c) Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced or if the quoted price for the basic requirement or any option exceeds the amount of funding available for any of those requirements. Evaluation of options shall not obligate the Government to exercise the option(s). (End of provision) Offerors not already registered in SAM must to include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications-Commercial Items. See https://orca.bpn.gov/ for online submittal); The clause at 52.212-4, Contract Terms and Conditions--Commercial Items; is incorporated by reference, applies to this acquisition with following addendum: The following FAR clauses apply to this solicitation and are incorporated in full text: 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. For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows: The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract.� The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised.� The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise.� This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. The `specified' rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause. (End of Clause) 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 days; 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 5 years. (End of Clause) 52.228-5 INSURANCE WORK ON A GOVERNMENT INSTALLATION (JAN 1997) (a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. (b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective (1) For such period as the laws of the State in which this contract is to be performed prescribe; or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request. (End of Clause) SUPPLEMENTAL INSURANCE REQUIREMENTS In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employer s liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (End of Clause) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond September 30 of ANY fiscal year. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30 of ANY fiscal year, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) The following FAR clauses apply to this solicitation and are incorporated by reference: 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011), 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018), 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016), 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS (DEC 2013) The following VA Acquisition Regulation (VAAR) clauses applies and is incorporated in full text: VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor (End of Clause) 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (Nov 2012) (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Utah. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) (End of Addendum to 52.212-4) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items applies to this acquisition, the following clauses apply: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015), 52.219-14 Limitations on Subcontracting (JAN 2017), 52.219-28, Post Award Small Business Program Representation (JUL 2013), 52.222-3 Convict Labor (June 2003), 52.222-21, Prohibition of Segregated Facilities (APR 2015), 52.222-26 Equal Opportunity (SEP 2016), 52.222-35 Equal Opportunity for Veterans (OCT 2015), 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014), 52.222-37 Employments Reports on Veterans(FEB 2016), 52.222-50 Combating Trafficking in Persons (MAR 2015), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011), ) 52.224-1 Privacy Act Notification (APRIL 1984), 52.224-2 Privacy Act (APRIL 1984), 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT 2018), 52.222-17 Nondisplacement of Qualified Workers (MAY 2014), 52.222-41 Service Contract Labor Standards (AUG 2018), 52.222-42 Statement of Equivalent rates for Federal Hires (MAY 2014), 27102 Guard II GS-5, 31043 Driver Courier WG-5, 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (AUG 2018), 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015), 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017). (End of Clause) The following Department of Labor Wage Determinations are incorporated into this contract: No. 2015-5490, Revision No. 11, dated December 23, 2019 All quotations shall be sent via email to ian.boettcher@va.gov. This is a Service Disabled Veteran Owned Small Business set-aside, combined synopsis/solicitation for services as defined herein.��The Government contemplates award of a Firm-Fixed-Price 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:"" Quotes shall list exception(s) and rationale for the exception(s). Submission shall be received not later than March 11, 2020 at 3:00 PM MST to ian.boettcher@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, Ian Boettcher, ian.boettcher@va.gov by Feb 21, 2020 at 3:00 PM MST. Contracting Point of Contact Ian Boettcher, Contracting Officer, ian.boettcher@va.gov or 303-712-5722 Attachments: See attached document: Wage Determination No. 2015-5490, Revision No. 11, dated December 23, 2019, SLC
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cd1b44f48dff40a5806dcb8a3a18b13a/view)
 
Place of Performance
Address: Salt Lake City VAMC and vicinity;500 Foothill Drive;Salt Lake City, UT 84148
Zip Code: 84148
 
Record
SN05560449-F 20200214/200212230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.