Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 02, 2023 SAM #7949
SOURCES SOUGHT

R -- Lab Courier Services

Notice Date
8/31/2023 12:22:54 PM
 
Notice Type
Sources Sought
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24523Q1156
 
Response Due
9/6/2023 12:00:00 PM
 
Archive Date
09/13/2023
 
Point of Contact
Tracy Dotson, Contract Specialist, Phone: (304) 429-6755
 
E-Mail Address
tracy.dotson@va.gov
(tracy.dotson@va.gov)
 
Awardee
null
 
Description
The Martinsburg VA Medical Center is conducting this Sources Sought to identify contractors who possess capabilities to provide the services described in the Statement of Work below. As permitted by the FAR Part 10, this is a market research tool being utilized for the informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy. Response is strictly voluntary it is not mandatory to submit a response to this notice to participate in formal RFQ process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitation posted as a result of this sources sought notice. Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the sources sought. This service will be implemented using the North American Industry Classification System (NAICS) Code 492110. If a small business is interested in this procurement, they must provide at least 51 percent of the services rendered. NOTES All Capability Statements/Responses to this Sources Sought Notice shall be submitted via email only to tracy.dotson@va.gov. Telephone, Fax, or any other form of communication inquiries will not be reviewed or accepted. Responses to this Sources Sought Notice must be received no later than September 6, 2023 at 3:00 p.m. (Eastern Standard Time). This Sources Sought Notice may or may not assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued, it may or may not be announced at a later date, and all interested parties shall respond to that solicitation announcement separately from the responses to this Sources Sought Notice. DISCLAIMER This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked a proprietary will be handled accordingly in accordance with (IAW) Federal Acquisition Regulation (FAR) 15.201(e), RFIs may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses incurred associated with responding to this RFI. INTERESTED & CAPABLE RESPONSES: NCO 5 is seeking responses from businesses that are interested in this procurement and consider themselves to have the resources, rights, and capabilities necessary to provide these services. Please respond with your: Business name (including Unique Entity ID (SAM.gov), business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), person of contact (including telephone number & email address). Capability statement GSA Contract number, if applicable, to include NAICS Brief summary of categories of professional services that your company can provide. Applicable Certification(s)/Licenses STATEMENT OF WORK GENERAL The Contractor shall provide transportation service in a single air-conditioned vehicle capable of transporting laboratory specimens as described herein. Service shall include a qualified driver capable of performing pickup and delivery service of packages weighing up to (30) thirty pounds. The packages shall be picked up and delivered to the locations specified in the Statement of Work. Packages shall consist of lab specimens. Contractor shall follow the Code of Federal Regulation No. 29CFR 1910.1030 when applicable. Containers for transport of the items/packages will be provided by the Martinsburg Veterans Administration Medical Center (VAMC) Laboratory. There are four pick-up areas. The Cumberland Community Based Outpatient Clinic (CBOC) in Cumberland, Maryland, the Petersburg CBOC in Petersburg, WV, the Franklin CBOC in Franklin, WV and the Harrisonburg CBOC in Harrisonburg, Virginia. The Franklin and Petersburg CBOC s are considered one facility. The contractor will provide courier service using one vehicle and one driver per facility. Cumberland CBOC 200 Glenn Street, Cumberland, Maryland. Franklin and Petersburg CBOC s Franklin CBOC 91 Pine St, Franklin, WV 26807 Petersburg CBOC 15 Grant St, Petersburg, WV 26847 Harrisonburg CBOC 1755 S High St, Harrisonburg, VA 22801 The specimens will be picked up at the specified CBOC s and transported back to the Martinsburg VAMC in Martinsburg, WV. QUALIFICATIONS OF OFFERORS Offers will be considered only from offerors who are regularly established in the business called for and who, in the judgment of the Contracting Officer, are financially responsible and able to show evidence of their responsibility, ability, experience, equipment, facilities, and personnel directly employed or supervised by them to render prompt and satisfactory service in the volume required for all items under this contract. By signing this offer, the offeror is certifying that he/she shall meet all requirements of Federal, State, or local laws, codes, and/or regulations regarding the performance of this contract, and shall, upon request of the Government, be able to show evidence of his/her reliability, ability, and experience by furnishing: 1. A list of personnel who will perform under the contract showing the length and type of experience of such personnel. 2. The names and addresses of other concerns and/or Government Agencies for which prior comparable services were rendered by the Offeror. 3. All transport personnel must be trained in appropriate safety and packaging procedures suitable to specimen type and distances transported. Documentation of this training must be provided should issues related to transport of biohazardous material have to be addressed. The Offeror' s ability to meet the foregoing experience requirements and the adequacy of the information submitted will be considered by the Contracting Officer in determining responsibility of the offeror. The VA will inspect and investigate the establishment, facilities, business reputation, and other qualifications of any offeror and reserves the right to reject any offer, irrespective of price, that shall be administratively determined by the Contracting Officer to be lacking in any of the essentials judged necessary to assure acceptable standards of performance. All Contractor employees courier drivers will be electronically fingerprinted at the VA hospital after contract award and at least two weeks prior to performance under this contract. The Contractor will be given a date/time to report to Human Resources (PIV Office) for the electronic fingerprinting. The Contractor will have two forms of identification (ie: driver's license, voter's registration, etc.) with them along with the required and completed Fingerprint Record form. Upon favorable adjudication, the contractor may begin performance on __________. SPECIFIC TRIP REQUIREMENTS Service shall be required as follows: Courier Vehicle #1 - Cumberland CBOC The set-scheduled trip shall begin at the Cumberland CBOC location at 200 Glenn St, Cumberland, MD, 21502. Trips shall be scheduled to begin no earlier than 2:00pm with delivery to the Medical Center location no later than 5:00-5:30pm in Room 2A-136. If the door is locked, there is a bell to press which buzzes loudly in the laboratory. Courier Vehicle #2 - Petersburg & Franklin CBOC s The set-scheduled trips shall start at the Franklin CBOC, 91 Pine Street, Franklin, WV, 26807 and shall be scheduled to begin no earlier than 12:30pm and then to the Petersburg CBOC, 15 Grant Street, Petersburg, WV, 26847 with an arrival time around 1:30pm. Collected specimens from both CBOC s will then be delivered to the Martinsburg Medical Center laboratory no later than 5:00-5:30pm in Room 2A-136. If the door is locked, there is a bell to press which buzzes loudly in the laboratory. Courier Vehicle #3 - Harrisonburg CBOC The set-scheduled trips shall begin at the Harrisonburg CBOC, 1755 S. High Street, Harrisonburg, VA 22801. One afternoon trip shall be scheduled to begin no earlier than 2:00pm to the Harrisonburg CBOC. Collected specimens will then be delivered to the Martinsburg Medical Center, Martinsburg, WV laboratory no later than 5:00-5:30 pm in Room 2A-136. If the door is locked, there is a bell to press which buzzes loudly in the laboratory. There may be times where the courier may have to wait due to unforeseen circumstances such as last-minute walk-ins, or other due to patient care related issues. All transports of lab specimens will go to the Martinsburg VAMC, Martinsburg, WV. The VAMC will provide parking space for Contractor's vehicle at the VA Medical Center. No smoking, drinking or eating shall be permitted in the vehicle during transport. HOURS OF WORK Service is required daily, Monday through Friday except Federal Holidays. The eleven holidays observed by the VA, i.e. New Year's Day, Martin Luther King's Birthday, President's Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving, Christmas, and any other day specifically declared by the President of the United States to be a national holiday. FAILURE TO PERFORM If the Contractor fails to furnish service within the specified time frame, the VA reserves the right to obtain the service from another source and to charge the Contractor with any excess cost which may result from this buy against action. The VA shall be the sole judge in determining when to order service from another source. TOLL CHARGES It is understood and agreed that the contract rates shall include any road toll charges, if applicable. VEHICLES All vehicles designated for service under this contract must be in first-class mechanical condition, with body in good state of repair, clean and pleasing appearance throughout, to assure high-quality transportation. All vehicles must be equipped with working heaters and air conditioners. Vehicle(s) shall be inspected and approved by the Contracting Officer before being placed into use under this contract. All vehicles shall contain equipment capable of two-way verbal communication between persons on the transport vehicle, the contractor's dispatch location and destination location. All vehicles shall be covered by necessary insurance, licenses and/or permits to perform all work under the contract. The Contracting Officer shall be notified in writing of any vehicle to be used in performance of this contract. After award all vehicle(s) shall be inspected and approved by the Contracting Officer before being placed into use under this contract. Any changes during term of contract must also be submitted to the Contracting Officer in writing and shall be inspected and approved by the Contracting Officer before being placed into use under this contract. All Contractor personnel must obey all VA parking policies. DRIVER INFORMATION Offeror must provide a copy of Maryland, West Virginia, Pennsylvania or Virginia State driver license for each driver, including designated driver/s and backup driver/s. Contractor shall notify the Contractor Officer in advance of any changes in drivers. The VA Medical Center reserves the right to check driver qualifications through the National Driver Registry in Washington, DC. WORKMEN'S COMPENSATION The Contractor agrees to procure and maintain while the contract is in effect, Workmen's Compensation and Employers Public Liability Insurance in accordance with the laws of the State of West Virginia and Virginia. The policy shall provide coverage for Public Liability Limits of not less than the statutory limitation for any one accident, and at least meeting the statutory limitation, if more than one person is involved. EVIDENCE OF COVERAGE Before commencing work under the contract, the Contractor shall furnish to the Contracting Officer a certificate of insurance indicating the coverage outlined and containing an endorsement to the effect that cancellation of, or any material change in the policies which adversely affect the interests of the Government in such Public Liability Insurance shall not be effective unless a 30-day advance written notice of cancellation or change is furnished the Contracting Officer. SAFETY REQUIREMENTS In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer or his/her designee may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contracting Officer or his/her designee will notify the contractor of any noncompliance with the foregoing provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his/her representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all and any part of the work and hold the Contractor in default. PAYMENT Payment shall be made bi-monthly in arrears, upon receipt of a properly prepared invoice for the services furnished in the previous month. It is understood and agreed that the time discount, if any, shall date from the last day in the month or from the time of receipt of correct invoice, whichever is later. Invoices submitted for payment of services provided under this contract must contain, as a minimum, the following information: (1) name of the business concern; (2) invoice date; (3) contract number or other authorization for delivery of property or services; (4) name where practicable, title, telephone number, and complete mailing address of responsible official to whom payment is to be sent; and (5) other substantiating documentation or information as required by the contract. Invoices must be mailed to Financial Officer (04), VA Medical Center, Route 9, Martinsburg, WV 25401. Inclusion on your invoice of the ""Vendor I.D. Number"" (assigned to each active vendor by the VADPC in Austin, TX, for each ""Remit To"" address) is helpful to ensure prompt processing of your payments.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/256a43285c7240929a54836751b0e8be/view)
 
Place of Performance
Address: Martinsburg VA Medical Center 510 Butler Ave, Martinsburg, WV 25405, USA
Zip Code: 25405
Country: USA
 
Record
SN06815934-F 20230902/230831230107 (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.