Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 08, 2023 SAM #8016
SOURCES SOUGHT

V -- ARMORED TRUCK SERVICE BASE PLUS 4 OY

Notice Date
11/6/2023 3:14:13 PM
 
Notice Type
Sources Sought
 
NAICS
561613 — Armored Car Services
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26124Q0119
 
Response Due
11/10/2023 9:00:00 AM
 
Archive Date
11/24/2023
 
Point of Contact
Sable D Williams, Contract Officer, Phone: 510-637-6288
 
E-Mail Address
Sable.Williams1@va.gov
(Sable.Williams1@va.gov)
 
Awardee
null
 
Description
DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. THIS IS A SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY. The Department of Veterans Affairs is in the process of determining the acquisition strategy for ARMORED CAR SERVICES for VA RENO Health Care System with locations in Reno, CA. Please note that this Request for Information (RFI) is for information only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Government. However, all interested parties who believe they can meet the requirement are invited to submit information describing their capability to provide the required services. OVERVIEW: SEE ATTACHED PWS Please include the follow information about your organization in your response (1) Name of Organization, (2) Address + Zip Code, (3) Telephone number, (4) SAM UEI Number, (5) Size of Business: Large or Small, (6) SAM status, (7) Point(s) of contact, and (8) email address. Organizations responding to this RFI should provide the company s capabilities to perform this requirement. The NAICS code is 561613. The Size Standard is $43 million. The information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the VA not to open the requirement to open competition, based on responses to this sources sought synopsis is solely within the discretion of the VA. The Government does not intend to pay for any information provided under this sources sought synopsis. All responses must be sent via e-mail to SABLE WILLIAMS, Contracting Officer, at NOVEMBER 10, 2023 BY 9:00AM PST. B.2 STATEMENT OF WORK GENERAL INFORMATION Title of Project: Armored Car Transport and Cash Pick-Up at the VA Sierra Nevada Health Care System, located at 975 Kirman Ave, Reno, NV 89502. Scope of Work: The contractor shall provide all personnel, supervision, professional expertise, travel, vehicles, materials, services, equipment and quality control to ensure the armored transportation and secure cash handling services to and from the Financial Management Office and the Canteen Service located at the VA Reno Medical Center. Cash will be picked-up from Bank of America s Centralized Vault and delivered to the Agent Cashier s office, 3-4 times per week to be signed for by the Agent Cashier. Cash will also be delivered to the Canteen Service, located in the Canteen. The Contractor will be notified by the Canteen of a deposit pick-up requirement to be delivered to Bank of America s Centralized Vault. The contractor will be contacted by Bank of America when cash is ordered by the Cashier s office. The Orders may be combined but this is not a requirement. The person(s) delivering and picking up cash are required to carry weapons as long as they are trained and certified according to Nevada State regulations for armed officers. Background: The VA Medical Center needs approximately Monday/Wednesday/Friday deliveries weekly for the Cashier s Office and Monday through Friday 5 times pickups per week for the Canteen. Cash deliveries to the Agent Cashier s Office and Deposit pickup from the Canteen Service also located at the Medical Center. Performance Period: The period of performance will be one base year and four (4) one-year option years. Work at the government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). Type of Contract: The Government intends to award a Firm-Fixed Price contract in accordance with FAR Subpart 16.202-2. Place of Performance: VA Sierra Nevada Health Care System, located at 975 Kirman Ave, Reno, NV 89502. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a post award meeting or has advised the contractor that a post award meeting is waived. SPECIFIC MANDATORY TASKS The service will include the armored transportation and secure cash handling services to the Agent Cashier s Office, VA Reno Medical Center, from the Bank of America Bank. Deliveries from the bank to the VA Agent Cashier s Office will be made 3 times per week. Deposits from the Canteen Service, VA Reno Medical Center to the Bank of America Bank will be made 5 times per week. The Financial Management Office s Agent Cashier (for Cashier s office only) or the Canteen Chief or Canteen Assistant Chief (for Canteen only) will contact the Contractor of a deposit pick up requirement. A list of authorized personnel will be provided upon contract award. The Contractor will pick-up the deposit once notified of a deposit pick-up requirement. The contractor will sign the logbook at the Canteen listing the numbers for the sealed deposit bags. The contractors will not pickup from the Canteen between 11:00 am and 1:00 pm. The contractor shall provide a telephone number where they can be reached for deposit notifications. The Contractor shall deliver the deposit to Bank of America Bank within __24__ hours of pick-up. The Bank provides confirmation to Canteen Headquarters. GOVERNMENT RESPONSIBILITIES Upon award of the contract, the Government will inform the Contractor prior to commencing the work, of any known issues that would affect either the delivery of or deposit pick-up of the monies. The Government will not provide the Contractor with any furnishings, equipment, materials, or telephones to perform these services. Notification of Non-Compliance: the COR will notify the Contractor of any detected non-compliance with the foregoing requirements. The Contractor shall take immediate corrective action after receipt of such notice. Such notice, when delivered to the Contractor at the work site, shall be deemed sufficient for the purpose of notification. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order ceasing all or part of the work until satisfactory corrective action has been taken. No part of the time lost due to such cessation direction shall be made the subject of claim for extension of time for excess costs or damages by the Contractor. CONTRACTOR RESPONSIBILITIES SAFETY AND ENVIRONMENTAL PROTECTION The Contractor shall be responsible to ensure all work shall be done in a manner that safeguards all VA visitors, employees, and public. The Contractor shall be solely responsible for any and all actions initiated and/or completed by his/her employees. Furthermore, the Contractor and his/her employees shall have a clear understanding of, and be sensitive to, any environmental issues, and be consistent and fully compliant with all applicable Federal, State, County and City laws, ordinances, Right-to-Know laws, EPA guidelines, and regulations. Matters related to safety, and any actions of the Contractor shall meet all safety requirements, Department of Veterans Affairs, OSHA, and the State, if applicable. It is incumbent upon the Contractor to be familiar with these requirements. FIRE SAFETY Means of Egress: Do not block exits for occupied buildings, including paths from exits to roads. Site and Building Access: Maintain free and unobstructed access to facility emergency services and for fire, police, and other emergency response forces in accordance with NFPA 241. Smoking: Smoking is prohibited except in designated smoking rest areas approved by the COR. OPERATIONS Execute work in such a manner as to interfere as little as possible with work being done by others. To minimize interference with flow of Medical Center traffic, keep walks and entrances to grounds, parking and occupied areas of building clear. The Contractor will be allowed to park the armored vehicle at the Front / Main Entrance of the Hospital for a maximum time limit of 5min and will not interfere with any emergency, ambulance, fire, or police vehicles while doing so. The Contractor will not be allowed to park in the ambulance entrance. PROTECTION OF EXISITNG STRUCTURES, EQUIPMENT, AND UTILITIES Damage to Government Property: The Contractor (including his/her employees, subcontractors, consultants or the like) shall be responsible for repair or replacement of any contractor damaged Medical Center structure when damaged and/or ruined at the fault of the Contractor. The Contractor shall bear all costs associated with replacement and reinstallation. Any such damage shall be brought to the immediate attention of the COR prior to repair, replacement, or installation. The Contractor shall immediate notify the COR of any such occurrence and repair any damages to those facilities, including those that are the property of a third party, resulting from failure to comply with the requirements of this contract or failure to exercise reasonable care in performing the work. If the Contractor fails or refuses to repair the damage promptly, the Contracting Officer may have the necessary work performed and charge the cost to the Contractor. Protection of Existing Utilities: Contractor shall be responsible for damages to utilities, above and below ground. WORK PERFORMED BY OTHERS ON SITE The Government may undertake or award other contracts for additional work at or near the site of work for this contract. The Contractor shall fully cooperate with any other contractors and with Government employees and shall carefully adapt scheduling and performance of work, and needing any direction, it shall be provided by the COR. The Contractor Supervisor shall be responsible for reporting to the COR any problems or questions that may arise with any other personnel on site during the period of performance of this contract. The Contractor Supervisor shall not take it upon him or herself to resolve any problems or issues with other on-site contractors or employees, but rather will leave it to the COR to resolve the issue. SUPERVISION: Guard/Driver: A competent and experienced English-speaking Guard shall be provided by the Contractor whenever work is being performed. The Guard/Driver must have not less than one (1) year experience in the armored transportation and secure monies industry. The Guard/Driver shall ensure all specifications are being met, ensure contract work does not conflict with Medical Center activities, and proper conduct is maintained. EMPLOYEE REQUIREMENTS The Contractor shall be responsible to ensure Contractor employees providing work on this contract are fully trained and completely competent to perform the required work. Labor Force and Equipment: Contractor shall be responsible to provide all labor and equipment as necessary to meet deadlines. The Contractor will provide all necessary resources to complete the efforts assigned under the scope of this contract. Employee Listing: The Contractor shall maintain and provide the COR a current list of all employees who will be providing these services. The list shall include the employee s name, job title, and driver s license number. Employee Identification: The Contractor's employees shall wear visible identification at all times while on the premises of the Medical Center. This could be in the form of a company shirt which displays the company name and/or logo or by some other means suitable to this type of work. The Contractor shall be responsible to ensure that his/her employees (including contractor s consultants, subcontractors, etc.) are aware of all the terms and conditions regarding their performance and conduct during the performance period of this contract. Possession of weapons is a requirement of this service. The Contractor s employees must have available, upon request, their certification to carry a fire-arm in accordance with Utah State law. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation/summons answerable in the United States (Federal) District Court, or other appropriate agency/jurisdiction. PERMITS AND LICENSES The Contractor shall be responsible for obtaining all necessary and current licenses, permits, vehicular insurance and registration, Workman s Compensatory Liability Insurance, property liability insurance etc., prior to the commencement of work. The contractor shall provide the Contracting Officer copies of these required documents with his/her proposal or at other times where the COR deems necessary during the duration of the project. CONTRACTOR-FURNISHED ITEMS The Contractor shall be responsible for supplying all equipment, personnel, tools, supplies and materials necessary to perform the services required by this contract. Contractor-furnished items necessary to perform work as required under this contract shall be furnished, maintained and operated by the contractor and shall be consistent and fully compliant with all applicable OSHA, Federal, State, County, City laws, ordinances and regulations. The Contractor shall be responsible for the supply, maintenance and repair of all contractor-owned equipment. This includes, minor maintenance/repair and minor operating parts for equipment to keep all equipment in good operational condition throughout the period of performance of this contract. No contractor equipment maintenance repairs of any kind can be done on Medical Center property without the COR(s) approval. The Contractor shall be responsible for ensuring that all of his/her motor vehicles and equipment meet Utah State inspection, safety, licensing, registration, and insurance requirements.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4f4a049d60b545098275fe9312a3b6d5/view)
 
Record
SN06877443-F 20231108/231106230132 (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.