Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 03, 2020 SAM #6853
MODIFICATION

V -- Pittsburgh Shuttle |EDA: 09/01/2020 | MS: PreSolicitation |Status: Assigned to Heather Krah (07/08/2020 NP)

Notice Date
9/1/2020 5:07:21 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
485113 — Bus and Other Motor Vehicle Transit Systems
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24420Q0845
 
Response Due
9/11/2020 11:00:00 AM
 
Archive Date
12/19/2020
 
Point of Contact
Heather L Krah, Contracting Officer, Phone: (412) 822-3773
 
E-Mail Address
heather.krah@va.gov
(heather.krah@va.gov)
 
Awardee
null
 
Description
Solicitation Number / RFQ 36C24420Q0845 Employee Shuttle Services VA Pittsburgh Healthcare System In accordance with FAR, this is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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; quotes are being requested and a written solicitation will not be issued. The combined synopsis solicitation number is 36C24420Q0845. It is issued as a Request for Quote (RFQ). The government anticipates awarding one firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-06 (6/05/2020) and can be found at http://www.acquisition.gov/far/index.html. The North American Industrial Classification System (NAICS) code for this procurement is 485113 with a small business size standard of $15 Million. This solicitation is unrestricted. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information is at www.sam.gov. Confirmation of SAM registration will be validated prior to awarding a contract. The Department of Veterans Affairs Pittsburgh Healthcare System (VAPHS) in Pittsburgh, Pennsylvania requires a contract for Temporary Employee Shuttle Services to include all necessary resources required to transport 200 government employees between the VAPHS University Drive Campus, 4100 Allequippa Street, Pittsburgh, PA 15219 and an off-site parking location within 2 miles of the campus. This service shall include all resources necessary to successfully staff, operate, maintain, and support the requirement within commercial standards. The Contractor shall provide continuous shuttle services for the VAPHS University Drive Campus during normal hours of operation as outlined in the Performance Work Statement (PWS), Attachment A. A complete description of the services to be acquired, and/or applicable Government need(s) as follows: See Attachment A: Performance Work Statement. Contracting Office Address: Department of Veterans Affairs Regional Procurement Office East Network Contracting Office 4 (NCO 4) 1010 Delafield Road Pittsburgh, PA 15215-1802 Contract Specialist: Heather Krah POC Information: VA Pittsburgh Healthcare System University Drive Campus 4100 Allequippa Street Pittsburgh, PA 15219 Quotes in response to this RFQ are due at 2:00 PM EST, Friday, September 11, 2020. They shall be submitted in writing and sent via email to heather.krah@va.gov. Please insert Solicitation Number 36C24420Q0845 Temporary Employee Shuttle Services for VAPHS in the subject line of your email. All submissions shall be 5MB or less. If the email is more than 5MB, submit multiple emails labeling them 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 shall be forwarded in writing via e-mail to the Contract Specialist by Monday, September 7, 2020. Questions will not be accepted after this date. Responses to vendor question(s) will be posted via an amendment on beta.SAM. See Attachment B: Price/Cost Schedule. Fill out Attachment B and send with your quote. 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:"" Provision FAR 52.212-1 Instructions to Offerors Commercial Items (OCT 2018) applies to this acquisition. Addendum to FAR 52.212-1 Supplemental Instructions to Offerors applies to this acquisition: For the purposes of evaluating competing quotes, Quoters shall submit quotes that include the following documentation: Solicitation: Page 1 of SF1449 Complete Blocks 17a. (including Contractor Point of Contact); 30a; 30b. and 30c. Page 2 of SF1449 Complete Contractor POC Information and Acknowledge Amendments, if applicable. Complete Attachment B. Price/Cost Schedule for each CLIN and return with your quote. Copy of all Other than Price and Cost information supporting the proposed price. Signed Quality Assurance Surveillance Plan (QASP) Attachment C Copies of all applicable insurance certificates. Please prepare and send three separate documents as part of your quote: (1) Technical Capability; (2) Past Performance Information; and (3) Price/Cost Schedule for each CLIN. The maximum file size is 5 MB per email. Quote shall be submitted via email to: Heather Krah, Contracting Officer @ heather.krah@va.gov. Include in subject line of email: Solicitation Number 36C24420Q0845 Temporary Employee Shuttle Services for VAPHS. All quotes shall be submitted on or before the offer due date shown on page 1 of the Standard Form 1449; in Block 8. Evaluation Criteria for Award The Government will perform an evaluation of the above factors using a comparative evaluation. The Government will compare quotes to one another to select the contractor that best benefits the Government by fulfilling the requirement. Comparative evaluation will be conducted in accordance with FAR 13.106-2(b)(3). All criteria price, technical and past performance are rated equal. Price Government reserves the right to award to an offeror with other than the lowest price. Award will be made to the offeror whose quote represents the best overall value to the government. Technical Offeror clearly demonstrates in its response a clear understanding of all the Government s requirements and effective approach for the completion of service in accordance with the PWS. Past Performance Offerors must have a record of satisfactory or neutral past performance. If no record of past performance is found, the Offeror will receive a rating of neutral. The Government will utilize but is not limited to internal documentation including Federal Awardee Performance and Information System (FAPIIS) for determining the past performance of offerors. Price: Quoters shall submit a completed price/cost schedule (Attachment B) for the requested services. Price should be provided according to the format requested. Additional cost/pricing information maybe provided in a separate document outlining the CLIN cost breakdown. Technical Capability: Under no circumstances shall pricing information be included in the Technical Capability. Quoters shall also submit, but not limited to, the following information: Licensure documentation: To the extent required by local, state and federal government; documentation of licensure to perform non-emergency transportation services as described in section 2.4 of the PWS. Staffing/Contractor Personnel: Description of the Contractor s technical ability to provide adequate staffing and identify proposed key personnel. Provided information should include, but not be limited to, proof of proper operator s license as required by the Commonwealth of Pennsylvania, verification of less than five (5) points against current licensure and verification of absence of a record of reckless driving. Demonstration of ability to supply adequate staff to perform the services as outlined in the PWS. Demonstration of staff s ability to utilize adequate vehicles and equipment in accordance with section 2.5 of the PWS. Vehicles/Equipment: Description of the Contractor s technical ability to provide and utilize adequate vehicles and equipment to perform the requirement. Proof of certification and licensure to provide transportation services meeting all local, state and federal requirements. Demonstration of ability to meet the requirements of section 5 of the PWS. Proof of compliance with all necessary licensing and other applicable requirements set forth by federal, state and local government regarding the operation of non-emergency transportation services. Quality Assurance/Compliance: Internal quality assurance process and inspection plan in place regarding services, equipment and supplies. Communication: Description of communication methods intended to be utilized by the Contractor during the performance of the awarded contract. Contingency Plan for emergency substitutions, such as when key personnel are not available. Quoters Representations and Certifications per FAR Provision 52.212-3. 3. Past Performance: Quoters shall provide up to three (3) references, preferably of Government work, performed in the last five (5) years. Past performance information shall be recent (performance within the last five years) and relevant to this scope of work. All past performance references shall include name of client, customer point of contact, customer telephone number, contract number, award amount, project/service location, and other relevant information. The Government reserves the right to seek past performance information from any sources not included in your past performance and available to the Government to include, but not limited to, CPARS or other databases; interviews with Program Managers, customers, and Contracting Officers; and references provided by the contractor. Attachment D Past Performance Questionnaire may be utilized. FAR 52.212-2 Evaluation Commercial Items (OCT 2014) applies to this acquisition: (a) The Government will award a contract resulting from this solicitation to the responsible Quoter that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate technical capability, past performance and price. (b) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful Quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Technical Capability, Past Performance and Price. The Government will perform an evaluation using a comparative evaluation. The Government will compare quotes to one another to select the contractor that best benefits the Government by fulfilling the requirement. Comparative evaluation will be conducted in accordance with FAR 13.106-2(b)(3). Responsibility determinations will be made accordance with FAR 9.1, Responsible Prospective Contractors. The Contracting Officer will award one, firm fixed price contract resulting from this RFQ to the responsible offeror whose quote conforming to the RFQ is most advantageous to the Government.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0330a18d32d44e668c30e576fff3215f/view)
 
Place of Performance
Address: 15240, USA
Zip Code: 15240
Country: USA
 
Record
SN05781481-F 20200903/200901230136 (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.