Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2025 SAM #8697
SOLICITATION NOTICE

R -- Motor Vehicle Operators - PoP: 11/1/25 - 10/31/26

Notice Date
9/16/2025 10:39:00 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26225Q1504
 
Response Due
10/13/2025 4:00:00 PM
 
Archive Date
10/28/2025
 
Point of Contact
Marco Ramos, Contract Specialist, Phone: (562) 766-2329
 
E-Mail Address
Marco.Ramos1@va.gov
(Marco.Ramos1@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.a. Project Title: Motor Vehicle Operator Courier 1.b. Description: VA Greater Los Angeles Healthcare System is seeking a contractor to a minimum of six (6) motor vehicle operators (truck driver, class c) with valid Class C Driver s license issued by one of the fifty (50) States of the United States of America, Monday through Friday except holidays. The vendor must provide their own vehicles that is complaint with Department of Transportation, Department of Health, and VHA Directive for the transportation of reusable medical devices (RMD). Each vehicle must have a separate partition that clearly defines CLEAN from CONTAMINATED RMD to mixing contaminated instruments with sterile instruments. 1.c. Project Location: VA Greater Los Angeles Healthcare System 1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26225Q1504 1.e. Set Aside: This solicitation is issued as an SDVOSB set aside. 1.f. Applicable NAICS code: 492110, Couriers and Express Delivery Services 1.g. Small Business Size Standard: 1,500 Employees. 1.h. Type of Contract: Firm Fixed Price 1.i. Period of Performance: 11/01/2025. 1.j. Wage Determination applicable to this project: SCA WD 2015-5613 revision 30 Dated 7/8/25. 1.k. Questions regarding the solicitation should be submitted via email no later than 4pm PST Thursday, September 25th, 2025, to marco.ramos1@va.gov 1.l. Company info and quote should be on the attached Enclosure 1 form. All other forms of offers will not be accepted. Your enclosure form and capabilities statement/experience should be sent in one email with 2 separate email attachments, or it will not be accepted. 2. Statement of Work 2.1. Place of Performance. VA Greater Los Angeles Healthcare System, 11301 Wilshire Blvd., Los Angeles, CA 90073 Background. This is a requirement driven by Central Office/The Joint Commission (TJC)/Patient Safety, Dental/medical instruments are no longer permitted to soak in solution overnight. It is mandatory that instruments are returned to the Sterile Processing Service for sterilization the same day as the day of use. Therefore, it is necessary to provide motorized vehicle runs between VA Greater Los Angeles Healthcare System (VAGLA) West Los Angeles (WLA) Campus and selected remotely located clinical facilities, Monday through Friday except holidays. Scope. Contract Staffing: The vendor must provide minimum of six (6) motor vehicle operators (truck driver, class c) with valid Class C Driver s license issued by one of the fifty (50) States of the United States of America, Monday through Friday except holidays. Vehicles: The vendor must provide their own vehicles that is complaint with Department of Transportation, Department of Health, and VHA Directive for the transportation of reusable medical devices (RMD). Each vehicle must have a separate partition that clearly defines CLEAN from CONTAMINATED RMD to mixing contaminated instruments with sterile instruments. Specific Tasks Motor vehicle drivers are needed to accomplish courier runs in a cargo van between VA WLA campus and specified remote locations for delivery and pickup of dental/medical instruments in spill-proof containers. Each run begins at WLA Sterile Processing Service (SPS), building 500 where vehicles are parked. Drivers must complete the daily vehicle checklist (fluids, break lights, etc.) that is in the vehicle. The contractor must immediately contact SPS management of any issues involving the transportation of RMD. Each driver is responsible for documenting the temperature and humidity level at both the departing and receiving locations. SPS will provide the log and SPS management must be contact immediately of any non-conformance related to the transportation of RMD. Drivers will proceed to Building 500 ground floor: Sterile Processing Service (SPS) rear loading dock, where instrument containers are picked up. Upon return from the remote destination, instrument containers are dropped at SPS. Shift hours are eight (8) hours each, with time for a 30-minute lunch break. Remote locations are as follows: Outpatient Centers Sepulveda (SACC)/Los Angeles (LAACC) approx. 54 miles round-trip* Bakersfield Community Based Outpatient Clinic (BAK) approx. 212 miles round-trip Santa Maria Community Based Outpatient Clinic (SM) approx. 298 miles round-trip (*Two runs per day to this location; requires two drivers for this trip to eliminate overtime.) Ventura Community Based Outpatient Clinic approx. 112 miles round-trip. Antelope Valley Community Based Outpatient Clinic approx. 66 miles round-trip Cleaning of the vehicle is to be performed by the driver. The driver is responsible for cleaning the Interior of the van daily, beginning with the section labeled CLEAN first and DIRTY section last. The driver must wear gloves and clean sections with the hospital approved disinfectant (Sani-Cloth AF3 Wipes). The driver must record cleaning on vehicle cleaning log. Upon pick-up and drop-off of Reusable Medical Device (RMD) the temperature and humidity must be recorded to ensure package integrity. Temperature must not exceed 72°F and Humidity must not exceed 60%. If the temperature or humidity are out of range the driver must inform the end user (clinic staff). The end user will perform a risk assessment to ensure that packaging has not been compromised. If packaging is found to be compromised the end user will contact the Sterile Processing Service and specify that all packages will be returned for reprocessing. The drivers will only be delivering supplies/items that are related to RMD to the various clinics (if needed). The drivers will be delivering Clean RMD and picking up Dirty RMD directly to and from specific clinical areas in each facility (Eye clinic, Podiatry, Radiology, Dermatology etc.) The driver must ensure that the end user signs the Signature and Release to SPS & Signature and Release from SPS forms. Task Task 1 SAACC/LAACC Run Drivers: Two runs exist for this trip; the duties for both are identical; the difference is that one shift is from 7:00 a.m. to 3:30 p.m. and the other shift is from 12:00 noon to 8:30 p.m. to accommodate departure for the first run within one hour of start of shift and departure for the later run timed to reach LAACC at or about 3:45 p.m. for instrument container pickup after close of impacted clinics. These runs require stops at both SAACC and LAACC. For SAACC, the instruments need to be delivered to the clinic at the start of clinic hours (8:00 a.m.). Task 2 BAK Run Driver: Shift is from 11:00 to 7:30 p.m. to accommodate departure for the later run timed to reach BAK at or about 3:45 p.m. for instrument container pickup after close of impacted clinics. Task 3 SM Run Driver: Shift is from 11:00 to 7:30 p.m. to accommodate departure for the later run timed to reach SM at or about 3:45 p.m. for instrument container pickup after close of impacted clinics. Task 4 Ventura Run Driver: Shift is from 2:00 pm to 7:00 p.m. to accommodate departure for the later run timed to reach Ventura at or about 3:45 p.m. for instrument container pickup and drop off after close of impacted clinics. Task 5 Antelope Valley Run Driver. Shift is from 11:00 to 7:30 p.m. to accommodate departure for the later run timed to reach Antelope Valley at or about 3:45 p.m. for instrument container pickup after close of impacted clinics. Other Mandatory Actions The company must provide a backup driver if a driver is not available for a specific route. If instruments are lost in transit the company must replace the cost of the missing instrument(s). If there is an accident involving the vehicle (s), the company must immediately notify SPS leadership. Any replacement vehicle (s) must be assessed by SPS Leadership to ensure compliance with our VHA/NPOSP directives. All contract staff must be dressed appropriately in company uniform. The contractor must provide their own equipment for transporting RMD from the facilities to their vehicles (i.e. dolly). 2.7. Contractor Employees a. The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contract Personnel shall be subject to the same quality assurance standards or exceed current recognized national standards as established by the Joint Commission (JC). b. Badge. Contractor shall obtain a Contractor I.D Badge from the VA Police. All Contractor personnel are required to wear I.D Badge during the entire time on VA facility. The I.D Badge MUST have an identification picture and shall state the name of the individual and the company represented. c. PARKING: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations. d. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices, and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 2.8. Insurance Coverage a. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. b. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. c. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. d. The Contractor shall furnish to the Contracting Officer within fifteen (15) days of award an Official Certification from the insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished at least thirty (30) days prior to the expiration date of the current insurance policy. The phrase will endeavor is not acceptable terms to the Government and such coverage carrying that phrase will be rejected and services may not be rendered until proper certificate is issued. e. 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 occurrence. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to the award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. E.1 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES GENERAL INSTRUCTIONS TO OFFERORS: Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 via email no later than 4Pm PST Monday, October 13th, 2025, to Marco.Ramos1@va.gov. Ensure the following are completed and/or included in the quote packet: Vendor Information with UEI number (Company info and quote should be on Enclosure 1 form pg. 1) Acknowledgement of amendments (Enclosure 1 form pg. 1) Concurrence/non-concurrence with solicitation terms, conditions, and provisions (Enclosure 1 form pg. 1) Schedule of services (Enclosure 1 form pg. 2) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (Enclosure 1 form pg. 4) VAAR 852.219-75, VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction (Enclosure 1 form pg. 2) Company info and quote should be on the attached Enclosure 1 form. All other forms of offer will not be accepted. Your enclosure form, capabilities statement/experience and any certifications/Training should be sent in one email on separate email attachments, or it will not be accepted. 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 [offers].� Failure to include this information could result in a contracting officer s determination that an otherwise successful offeror is not eligible for the contract award. SP1: Special Licensure.� Offeror or proposed subcontractor shall provide evidence that they hold a valid class C license issued by One of the fifty (50) States of the United States of America. � SP2: Special Standards with responsibility. Lowest price and special licensure. (End of provision)� ADDENDUM to 52.212-2 Evaluation Commercial Products and Commercial Services (NOV 2021)� (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 [offer], conforming to the solicitation, [offers] the lowest price, whose [offered] price does not exceed the amount of funding available for the procurement, and whose [offered] price is found to be reasonable.� Award factors are price with special factors.� 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 special standard of responsibility will not be eligible to receive a contract award.� � (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 a 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 [offers / 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 an [offer] is unacceptable if the option prices are significantly unbalanced or if the [offered] price for the basic requirement or any option exceeds the amount of funding available for any of those requirements.� Evaluation of options should not obligate the Government to exercise the option(s).� � � (d) 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 the award.� � (End of provision)� 212-2 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04, dated 6/11/2025. Full versions of the following provisions and clauses for this solicitation can be found in enclosure 2. 3.a. FAR 52.212-1, Instructions to Offerors Commercial Items 3.b. FAR 52.212-2, Evaluation -- Commercial Items 3.c. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items 3.d. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items 3.e. VAAR 852.219-73, VA Notice of Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Businesses 3.f. VAAR 852.219-75, VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction. 3.g. FAR 52.233-2, Service of Protest 3.h. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.i. VAAR 852.233-71, Alternative Protest Procedure 3.j VAAR 852.222-71 Compliance with Executive Order 13899
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/34689c7fc6c44ec09cc6b1a1eace065b/view)
 
Place of Performance
Address: Department of Veterans Affairs Greater Los Angeles VA Healthcare System 11301 Wilshire Blvd, Los Angeles 90073
Zip Code: 90073
 
Record
SN07592461-F 20250918/250916230042 (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.