SOLICITATION NOTICE
V -- After Hours Patient Transport services - 554
- Notice Date
- 7/16/2021 3:35:18 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 485310
— Taxi Service
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25921Q0522
- Response Due
- 7/29/2021 2:00:00 PM
- Archive Date
- 09/27/2021
- Point of Contact
- Contract Specialist, Edward Emerson, Phone: 303-712-5720
- E-Mail Address
-
Edward.Emerson@va.gov
(Edward.Emerson@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 36C25921Q0522 Page 15 of 15 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation 36C25921Q0522 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-05 effective March 10, 2021. No telephone requests will be accepted. Only written requests received directly from the offeror are acceptable. The associated North American Industry Classification System (NAICS) code for this procurement is 485310, with a small business size standard of $16.5 million. This solicitation is 100% set-aside for SERVICE-DISABLED VETERAN OWNED SMALL BUSINESSES. IF OFFEROR IS A GSA SCHEDULE HOLDER, ALL INFORMATION REQUESTED IN THIS NOTICE MUST BE PROVIDED, NOT JUST THE OFFEROR S SCHEDULE NUMBER The following is a list of the contract line item numbers, quantities and units of measure including options. Base Year: Date of award through September 30, 2022 CLIN DESCRIPTION ESTIMATED QUANTITY UNIT UNIT COST TOTAL COST 0001 Provide after hours patient transport services in accordance with the statement of work. Cost per trip For base year: August 15th 2021 October 2nd 2021 EACH $_________ $_________ 1001 Provide after hours patient transport services in accordance with the statement of work. Cost per trip For base year: October 3rd 2021 October 2nd 2022 EACH $_________ $_________ 2001 Provide after hours patient transport services in accordance with the statement of work. Cost per trip For base year: October 3rd 2022 October 2nd 2023 EACH $_________ $_________ 3001 Provide after hours patient transport services in accordance with the statement of work. Cost per trip For base year: October 3rd 2023 October 2nd 2024 EACH $_________ $_________ 4001 Provide after hours patient transport services in accordance with the statement of work. Cost per trip For base year: October 3rd 2024 October 2nd 2025 EACH $_________ $_________ TOTAL COST ALL ITEMS, BASE YEAR: $___________________________ STATEMENT OF WORK Transportation Services for Rural Veterans VA Eastern Colorado Health Care System (VAECHCS) GENERAL INFORMATION: The VA ECHCS has a need to supply after hours and weekend transportation to VA patients between Denver International Airport, their lodging, and the Rocky Mountain Regional VA Hospital. Some patients travel to ECHCS from rural areas and other states. Sometimes patients need transportation to their lodging destination and/or the Denver International Airport (DIA) after the normal operating hours of the ECHCS VTS program. This contract is to ensure all patients have access to safe, timely and reliable transportation at all times of the day. This contract will also help further the VHAs strategic goal of improving customer satisfaction. 1.1 SCOPE OF WORK: Contractor shall provide safe and timely transportation to VA patients between Denver International Airport, their lodging, and the Rocky Mountain Regional VA Hospital as scheduled by the designated VA employee responsible for administering the Rural Health Transportation Program. 1.2 GENERAL REQUIREMENTS The obligations against the contract shall not exceed $10,000 in FY21 Services shall be scheduled through an online portal that is able to provide trip metrics; one user account shall be provided to Rocky Mountain Regional VA Hospital Transporter shall speak English as a primary language Contractor shall allow schedule availability no less than 3 days prior to the scheduled service Transportation shall arrive within 10 minutes of scheduled time Transportation shall be clean of debris Transportation shall be disinfected after each patient and again each night Transportation shall not take direction from transported VA patients Transportation shall not serve private sector customers while serving VA patients The service shall be scheduled by the COR or other explicitly designated VA employee 1.3 PERIOD OF PERFORMANCE This procurement is intended to last from time of award until 9/30/21 and shall contain four 1-year option periods. Option Year 1 10/01/21 9/30/22 Option Year 2 10/01/22 9/30/23 Option Year 3 10/01/23 9/30/24 Option Year 4 10/01/24 9/30/25 1.4 BUSINESS HOURS: Work proposed herein shall be performed between the hours of 1900 0700 (7PM 7AM), Monday Sunday, and is therefore considered after-hours work. CONTRACTING OFFICER REPRESENTATIVE: Denver Metro: provided by voluntary services upon contract award. A list of authorized scheduling personnel shall be provided and updated as needed by the COR to the contractor. INSPECTION: The COR reserve the right to inspect any/all of the Contractor work. This includes interviewing VA patients and inspecting transportation vehicles. The COR shall perform a minimum of two monthly vehicle inspections; these shall be done randomly without prior notification to the contractor. QUALITY ASSURANCE SURVEILLANCE PLAN See QASP Attachment Patient surveys shall be provided to each patient at the time of scheduling transportation COR shall review these monthly Monthly contractor self-assessment review Contractor shall provide a self-assessment to the COR monthly for review EMERGENCIES: Any emergency transportation shall be approved by the COR prior to performance. CONTRACTING OFFICER: The CO is responsible for the administration of this contract. The CO is the only individual authorized to take action on behalf of the VAECHCS, which may result in changes in the contract terms, to include deviations from the statement of work, details, and performance schedules. Communications pertaining to contractual matters shall be addressed to the CO. No changes or deviation from the scope of the work shall be affected without a written modification to the contract executed by the CO. No oral statements of any person whosoever will in any matter or degree, modify or otherwise affect the terms of this contract. INVOICING: The contractor shall invoice to the FSC in Austin as indicated on the contract, monthly in arrears. Any disputes shall be resolved between the COR and the Contractor s point of contact. SECURITY: The contractor shall be badged by the VA prior to beginning any transportation services. PERMANENT LOSS OF AUTHORITY: This contract shall terminate automatically without further liability on the part of the Contractor in the event the Contractor lacks authority to continue to provide the Services at the Premises due to loss of governmental authorization. However, this clause shall not apply to periods of transition or dispute such as franchises subject to renewal, transfer, re-application, or where termination is the subject of dispute. DISPUTE RESOLUTION: All disputes under this Agreement shall be in accordance with FAR clause 52.233-1 and 52.212-4(d). APPLICABLE LAW: This agreement shall be governed and construed in accordance with applicable federal laws and regulations. INVALIDITY: If any provision of the Agreement is found to be invalid or unenforceable, the validity and enforceability of the remaining provisions of this Agreement will not be affected or impaired. NOTICES: All notices, demands, requests or other communications given under this agreement shall be in writing and be given by personal delivery, certified mail, return receipt requested, or nationally recognized overnight courier service to the address set forth below, or as may subsequently requested in writing. TECHNICAL EVALUATION FACTORS Past performance & Lowest price is acceptable. The provision at FAR 52.212-1, INSTRUCTION TO OFFERORS -- COMMERCIAL ITEMS (JUN 2020), applies to this acquisition with the following addendum: FAR 52.204-7, System for Award Management (OCT 2018); FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020); FAR 52.216-1, Type of Contract (APR 1984): The government anticipates the awarding of a single firm-fixed price definitized contract to fulfill this requirement. The provision at 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 offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical: The offeror shall be evaluated on its ability, as demonstrated in its proposal, to successfully perform all the requirements listed in the Statement of Work (SOW). The proposal shall include recent and relevant experience of similar size and scope as this requirement. Contractor must be a licensed psychologist/psychiatrist in the State of Colorado who specializes in the examination/determination of law enforcement psychological suitability. Contractor must be psychologists who are currently Board-Certified Specialist in Police and Public Safety. Contractor must have subject matter experience in performing psychological examinations for law enforcement officers. Contractors main facility must be within the Denver Metropolitan area in case applicants or incumbents must travel to the contractor s office. Past Performance: The offeror shall provide three references of organizations in which the same or similar type of services have been provided. References shall include a point of contact, position title of point of contact, organization name, telephone number, mailing address and email address. 3. Price: Offeror s price shall be evaluated to determine if its fair and reasonable. Technical, past performance and no-price factors when combined are significantly more important than price. Offers will be evaluated to determine which offer provides the best value to the Government, all factors considered. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) A completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (NOV 2020) shall be submitted with the offer. The clause at FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (OCT 2018), applies to this acquisition, with the following addendum: FAR 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011); FAR 52.204-13, System for Award Management Maintenance (OCT 2018); FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020); FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (JUN 2016); FAR 52.216-18 ORDERING (AUG 2020) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date through 12/31/2025. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) A delivery order or task order is considered issued when (1) If sent by mail (includes transmittal by U.S. mail or private delivery service), the Government deposits the order in the mail; (2) If sent by fax, the Government transmits the order to the Contractor's fax number; or (3) If sent electronically, the Government either (i) Posts a copy of the delivery order or task order to a Government document access system, and notice is sent to the Contractor; or (ii) Distributes the delivery order or task order via email to the Contractor's email address. (d) Orders may be issued by methods other than those enumerated in this clause only if authorized in the contract. (End of Clause) FAR 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $2,500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor (1) Any order for a single item in excess of $100,000; (2) Any order for a combination of items in excess of $70,000; or (3) A series of orders from the same ordering office within 365 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the ""maximum."" The Government shall order at least the quantity of supplies or services designated in the Schedule as the ""minimum."" (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 12/31/2025. (End of Clause) FAR 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within fifteen (15) days of the expiration date of the current contract period. 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) FAR 52.217-9 Option To Extend The Term Of The Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of contract expiration; 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) FAR 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 30TH 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 30TH 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) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); FAR 52.237-2, Protection of government Buildings, Equipment, and Vegetation (APR 1984); FAR 52.237-3, Continuity of Services (JAN 1991); VAAR 852.203-70, Commercial Advertising (MAY 2008); VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018) This solicitation includes FAR 52.219-6, Notice of Total Small Business Set-Aside. (b) Accordingly, this contract is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018); VA IT CONTRACT SECURITY The clause at FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (OCT 2020) applies to this acquisition including the following clauses: FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards (JUN 2020); FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020); FAR 52.219-28, Post-Award Small Business Program Rerepresentation (NOV 2020); FAR 52.219-32, Orders Issued Directly Under Small Business Reserves (MAR 2020); FAR 52.222-3, Convict Labor (JAN 2020); FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015); FAR 52.222-26, Equal Opportunity (SEP 2016); 52.222-35, Equal Opportunity for Veterans (JUN 2020); FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020); FAR 52.222-50, Combating Trafficking in Persons (OCT 2020); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008); FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018); FAR 52.242-5, Payments to Small Business Subcontractors (JAN 2017); FAR 52.222-41 Service Contract Labor Standards (AUG 2018); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014); FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards (AUG 2018) FAR 52.222-55 Minimum Wages Under Executive Order (NOV 2020); FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017); DEPARTMENT OF LABOR WAGE DETERMINATIONS: Department of Labor Wage Determinations 2015-5419 and any future revisions apply to this acquisition. Quotes shall include the solicitation number (36C25921Q0522), the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, the company point of contact, address, phone number, fax number, e-mail address, Tax Identification Number, DUNS number, and business size status. The full text of a solicitation provision or contract clause may be accessed electronically at the address(es) below: http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm All information has been posted and there are no other documents available. Offers are to be received at the Department of Veterans Affairs, Network Contracting Office 19 (NCO 19) Rocky Mountain Acquisition Center, 6162 South Willow Drive, Suite 300, Greenwood Village, CO 80111 ATTN: Joshua Shields, Contract Specialist at Edward.Emerson@va.gov and NCO19Services1@va.gov no later than 3:00 p.m. Mountain Time on Thursday, June 24, 2021. PROPOSALS SUBMITTED BY FASCIMILE (FAX MACHINE) WILL NOT BE ACCEPTED. Any questions regarding this solicitation must be submitted in writing to the Contracting Officer no later than 08:00 am. MT, Wednesday, June 16, 2021.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7cdcf108ebb04af096bbb545e1d09243/view)
- Place of Performance
- Address: Department of Veterans Affairs Rocky Mountain Regional VA Medical Center 1700 N. Wheeling Street, Aurora CO 80045
- Zip Code: 80045
- Zip Code: 80045
- Record
- SN06064274-F 20210718/210716230112 (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 |