SOLICITATION NOTICE
V -- Holloman AFB Shuttle and Courier Service
- Notice Date
- 7/25/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 485999
— All Other Transit and Ground Passenger Transportation
- Contracting Office
- Department of the Air Force, Air Combat Command, 49 CONS, 1210 Forty Niner Road, Bldg 811, Holloman AFB, New Mexico, 88330-7908
- ZIP Code
- 88330-7908
- Solicitation Number
- FA4801-08-T-0017
- Archive Date
- 9/5/2008
- Point of Contact
- Stephen L Ellison, Phone: 575-572-7155, Laura T. Buehler,, Phone: 505-572-2099
- E-Mail Address
-
stephen.ellison@holloman.af.mil, laura.buehler@holloman.af.mil
- Small Business Set-Aside
- N/A
- Description
- This is a solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. The solicitation number for this procurement is FA4801-08-T-0017, and is issued as a Request for Quote (RFQ). The anticipated award will be a Firm Fixed Price Contract, with a base year and four option years. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-26. The award may be made to a small business. The associated North American Industry classification system (NAICS) code is 485999, the small business (SB) standard for this code being $6.5 million. A Site Visit for interested parties is scheduled for 0930 6 August 08. Contact Steve Ellison, at the phone or e-mail address below, to coordinate attendance and access to Holloman AFB. Information regarding typical passenger and courier loads, required log and manifest maintenance, TRICARE and Veterans Administration (VA) requirements, and other items of interest to prospective contractors will be provided at that time. PROJECT DESCRIPTION: CLIN 0001: The contractor shall provide courier and passenger shuttle services on a non-personal basis per the Statement of Work, as follows: STATEMENT OF WORK Holloman AFB Shuttle and Courier Service 1. GENERAL Holloman AFB requires passenger shuttle and courier service between the Holloman AFB Medical Clinic, Gerald Champion Regional Medical Center (GCRMC), and William Beaumont Army Medical Center (WBAMC). Passenger shuttle service is for scheduled passengers with appointments at GCRMC or WBAMC, to include VA patients. Courier service will transport prescriptions, medical records, and laboratory samples/specimens and reports between Holloman Medical Clinic and GCRMC and WBAMC, and inter/intra -departmental mail and materials for USAF liaison at WBAMC. 2. SCOPE OF WORK 2.1 Schedule - Contractor shall provide at least three round trips per day Monday - Friday. The first trip shall arrive at WBAMC no later than 0630, and the last shall depart WBAMC no earlier than 1530. No service is required on Federal holidays or weekends. The contractor shall publish his daily schedule at the Holloman Medical Clinic TRICARE office, and make all passengers discharged at GCRMC or WBAMC aware of the next pick up/departure time 2.2 Trip Records - Contractor shall maintain a passenger log and cargo manifest for each trip, and a trip log detailing arrival and departure times at each scheduled stop. These logs for the previous week's trips are to be turned in to the TRICARE office at Holloman Medical Clinic each Monday. 2.3 Passenger Service - Contractor's driver shall assist passengers into and out of the vehicle as necessary. Passengers are expected to be ambulatory, and driver is not expected to lift them into or out of vehicle or perform other such services. Driver is expected to remain courteous in interactions with passengers. Complaints of driver rudeness or discourtesy will be investigated by Holloman Medical Clinic TRICARE/Patient Administration Office. 2.4 Courier Service - Items to be couriered shall be transported and delivered in locked pouches or boxes furnished by the Government. Drivers shall take care that these items are not damaged or lost during travel, and shall hand deliver them to the appropriate office/department/place at destination. Hand receipts or other chain-of-custody documents shall be maintained and delivered by the Contractor's driver as required. 2.5 Safety - Contractor's vehicles shall be maintained and operated in compliance with applicable Federal and State laws, regulations, and policies for passenger carrier services. Drivers shall be provided with some form of two-way communication for emergency purposes, and Contractor shall maintain a Point of Contact to respond to any such call. 2.5.1 Security, Safety, and Traffic Regulations on Federal Installations - Contractor shall comply with all applicable security, safety, and traffic regulations while on Federal installations. 3. GOVERNMENT-FURNISHED PROPERTY AND SERVICES 3.1 Equipment - Contractor shall have use of Government - furnished transport containers and locks. 3.2 Forms - Holloman Medical Clinic will provide required Government forms used in performance of this contract. 3.3 Supplies - Holloman Medical Clinic will provide commonly-used medical and non-medical supplies for care and management of patients during performance of the contract. 4. CONTRACTOR-FURNISHED ITEMS AND SERVICES. Except for Government-furnished supplies and services listed above, the Contractor shall provide everything necessary for performance of the contract in accordance with its terms. 5. SPECIAL REQUIREMENTS 5.1. Language - Contractor personnel shall understand, speak, read, and write the English language fluently, preferably as their primary language. 5.2. Privacy of Individually Identifiable Health Information (HIPAA) - All items entrusted to the Contractor for courier service and all passenger information is to be protected in accordance with Code of Federal Regulations, Title 45-Public Welfare, Subtitle A- Department of Health and Human Services, Part 160-General Administrative Requirements, and Part 164-Security and Privacy. 6. PERFORMANCE STANDARDS Performance Objective (General) SOW PARAGRAPH PERFORMANCE MEASURE 1. Maintains patient privacy, confidentiality and patient sensitivity. 5.2 Standard is zero breaches of privacy (May exceed by actively protecting patient information) 2. Complies with safety policies 2.5, 2.5.1 No more than 1 validated safety violation per month 3. Safeguards all courier items. 2.4 No lost or damaged property. 4. Meets scheduled trip requirements 2.1 No more than 2 failures to maintain schedule per month 5. Shall prepare all documentation to meet or exceed established standards 2.2 No more than 2 failures to maintain documents per qtr. 6. Completes all in-processing and out-processing within 49th MDG requirements (e.g. badges, privacy act, etc.). 2.5.1 No violations Offers are due no later than 1200 MDST, 21 August 08, and must be sent to the Point of Contact (POC). The POC for this solicitation is Stephen Ellison, 575-572-7155, FAX: 575-572-7333, e-mail stephen.ellison@holloman.af.mil. Contracting Officer: MSgt Laura Buehler, 575-572-3578. The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial Items, to include the following addendum: Quotation submitted shall contain the following information: Solicitation Number; Time specified for receipt of offers; Name, Address, and Telephone Number of Offeror; Terms of the expressed warranty; Price; Any discount terms and acknowledgement of all solicitation amendments. Quote prices must indicate quantity of material or parts, unit price, and extended amount. Offerors who fail to furnish the required information, or reject the terms and conditions of this solicitation may be excluded from consideration; FAR 52.212-3, Offerors Representations and Certifications/Commercial Items (Mar 2005), or a statement that this has been completed in ORCA) are to be completed and submitted with the offer; FAR 52.212-4 contract Terms and Conditions/Commercial Items (SEP 2005), to include the following addendum: Facsimile and e-mail offers will be accepted.; FAR 52.212-5, contract Terms and conditions Required to Implement Statutes or Executive Orders/Commercial Items, specifically citing the following provisions; 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.222-41, 52.222-42; FAR 52.252-1 Solicitation Provisions Included by Reference (FEB 1998)FAR 52.204-7, Central Contractor Registration (amended by DFARS 252.204-7004, Central contractor Registration Alternate A (NOV 2003)); HAFB 008, Holloman AFB Access; HAFB 009, Wide Area Work Flow Statement (FEB 2005); DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (FEB 2006); DFARS 252.225-7001 Buy American act and Balance of Payments Program (JUN 2005)(41 U.S.C. 10a-10d, E.O. 10582); DFARS 252.232-7003 Electronic Submission of Payment Requests (JAN 2004)(10 U.S.C.). IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central Contractor Registration); 3) All amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the POC indicated in this announcement.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d2541f1fd708cc7feb4a8d91439f1f4a&tab=core&_cview=1)
- Place of Performance
- Address: Holloman AFB, New Mexico, 88330, United States
- Zip Code: 88330
- Zip Code: 88330
- Record
- SN01623003-W 20080727/080725222052-d2541f1fd708cc7feb4a8d91439f1f4a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |