SOLICITATION NOTICE
R -- Courier Service For Evans U.S. Army Community Hospital, CO
- Notice Date
- 9/1/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 492210
— Local Messengers and Local Delivery
- Contracting Office
- ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
- ZIP Code
- 80913-5198
- Solicitation Number
- W911RZ-09-T-0343
- Response Due
- 10/10/2009
- Archive Date
- 12/9/2009
- Point of Contact
- John Kurko, 7195263835
- E-Mail Address
-
ACA, Fort Carson
(john.kurko@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 uses Simplified Acquisition Procedures (SAP) authorized in FAR Subpart 13.5 and is expected to result in the award of one firm fixed priced contract. Quotations and all inquiries shall reference solicitation number W911RZ-09-T-0343. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. The North American Industrial Classification System (NAICS) code for this procurement is 492210 with a small business size standard of 500 employees. This requirement is set aside 100% for Small Businesses. Only Small Business offers in response to this combined synopsis solicitation will be considered. The Contractor shall propose the following Contract Line Item Number (CLIN): CLIN 0001 Monthly $________ Annual Price $__________ Courier Service. The monthly amount is based on the workload and specifications contained in the Statement of Work. Performance shall be in accordance with the Statement of Work, dated 31 August 2009. The period of performance is 1 October 2009 through 30 September 2010. CLIN 0002 Annual Price $ ___________ Contract Manpower Report. Contractor shall prepare and submit a Contractor Manpower Report in accordance with the Statement of Work, dated 31 August 2009. Reporting period is 1 October 2009 through 30 September 2010. CLIN 1001 Monthly $________ Annual Price $__________ Courier Service. The monthly amount is based on the workload and specifications contained in the Statement of Work. Performance shall be in accordance with the Statement of Work, dated 31 August 2009. The period of performance is 1 October 2010 through 30 September 2011. CLIN 1002 Annual Price $ _______ Contract Manpower Report. Contractor shall prepare and submit the Contractor Manpower Report in accordance with the Statement of Work, dated 31 August 2009. Reporting period is 1 October 2010 through 30 September 2011. CLIN 2001 Monthly $________ Annual Price $__________ Courier Service. The monthly amount is based on the workload and specifications contained in the Statement of Work. Performance shall be in accordance with the Statement of Work dated 31 August 2009. The period of performance is 1 October 2011 through 30 September 2012. CLIN 2002 Annual Price $ _____ Contract Manpower Report. Contractor shall prepare and submit the Contractor Manpower Report in accordance with the Statement of Work, dated 31 August 2009. Reporting period is 1 October 2011 through 30 September 2012. CLIN 3001 Monthly $________ Annual Price $__________ Courier Service. The monthly amount is based on the workload and specifications contained in the Statement of Work. Performance shall be in accordance with the Statement of Work, dated 31 August 2009. The period of performance is 1 October 2012 through 30 September 2013. CLIN 3002 Annual Price $ _____ Contract Manpower Report. Contractor shall prepare and submit the Contractor Manpower Report in accordance with the Statement of Work, dated 31 August 2009. Reporting period is 1 October 2012 through 30 September 2013. CLIN 4001 Monthly $________ Annual Price $__________ Courier Service. The monthly amount is based on the workload and specifications contained in the Statement of Work. Performance shall be in accordance with the Statement of Work, dated 31 August 2009. The period of performance is 1 October 2013 through 30 September 2014. CLIN 4002 Annual Price $ ______ Contract Manpower Report. Contractor shall prepare and submit the Contractor Manpower Report in accordance with the Statement of Work, dated 31 August 2009. Reporting period is 1 October 2013 through 30 September 2014. Statement of Work Pharmacy Courier Service Fort Carson, CO Solicitation Number: W911RZ-09-T-0243 31 August 2009 1.0 General 1.1 PURPOSE: The purpose of this SOW is to describe the requirements for weekday courier service for the transportation of medication refills from the Joint Refill Center, located at the United States Air Force Academy, CO 80840, with delivery to Evans U.S. Army Community Hospital, Fort Carson, CO 80913 1.1.1 SCOPE: The Contractor shall provide Monday through Friday pick-up and delivery service, with the exception of federal holidays. The Contractor shall transport prescriptions from the Joint Refill Center to the Evans Army Community Hospital Main Pharmacy, Evans U.S. Army Community Hospital Commissary Pharmacy, and the Peterson Air Force Base Refill Pharmacy 1.1.2 BACKGROUND AND OBJECTIVE: The Joint Refill Center at the Air Force Academy is a cooperative effort between the United States Air Force Academy, Peterson Air Force Base and Fort Carson. The Joint Refill Center provides pharmacy refill services for the three military installations as well as filling chronic medications for deployed soldiers. 1.2 Personnel 1.2.1 Contract Manager. The Contractor shall assign a Contract/Project Manager who shall be responsible for the performance of the work. The Contractor shall designate in writing the name of the Contract/Project Manager and an alternate(s) who shall act for the Contractor when the Contract Manager is absent. The full names and telephone numbers of the primary and alternate managers shall designed in writing and be delivered to the Contracting Officer at least ten days prior to contract start date. 1.2.1.2 The Contract Manager and alternates(s) must be able to read, write, speak and understand English. 1.2.2 Employees: The Government has the right to restrict the employment under the contract of any Contractor employee, or prospective contractor employee, who is identified as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population. 1.2.2.1 Contractor personnel shall present a neat appearance. All Contractor personnel shall be identifiable by wearing a clearly readable identification badge, furnished by the Contractor, made of durable material or plastic, which consists of the Contractor's company name, employee's name, description, and current/recent picture. These I.D. badges shall be consecutively numbered and made accountable by the Contractor. A list of badge numbers and personnel shall be provided to the Contracting Officer no later than ten (10) days after contract award and updated as changes occur. 1.2.2.2 The Contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. The Contractor shall not employ any person who is an employee of the Department of the Army, either military or civilian, unless such person seeks and receives approval in accordance with Department of the Army (DA) Standards of Ethical Conduct Rules. 1.2.2.3 The Contractor is cautioned that off duty active military personnel hired under this contract may be subject to permanent change of station (PCS), change in duty hours or deployment. Military Reservists and National Guard members may be subject to recall to active duty. 1.3 Security of Classified Items, Systems and Information. The Contractor shall not have access to classified information; however, should classified documents fall into the possession of the Contractor, the Contractor shall immediately contact the COR for disposition instructions. 1.4 Physical Security. The Contractor shall be responsible for safeguarding all Government property provided for Contractor use. At the close of each work period, Government facilities, equipment and materials shall be secured. 1.5 Quality Control. 1.5.1 The Contractor shall establish and maintain a Quality Control Program to ensure the requirements of the contract are provided as specified. The contractor shall deliver to the Contracting Officer a copy of Contractors Quality Control Plan, not later than ten days after contract start date. The Contractor shall update the Quality Control Plan as changes occur and provide the COR with all changes. 1.5.2 Corrective Actions. At any time it is determined by the Contracting Officer that the quality control system, personnel, instructions, controls, tests, or records are not providing results which conform to contract requirements, action shall be taken by the Contractor to correct the deficiency. 1.6 Safety 1.6.1 The Contractor shall comply with all Federal, State and local safety rules, regulations, laws and court orders. 1.6.2 Personnel Safety. The Contractor shall immediately correct all safety deficiencies upon notification of the deficiencies by the Contracting Officer or COR, and shall notify the Contracting Officer or COR of the corrective action to be taken. 2.0 GOVERNMENT FURNISHED PROPERTY AND SERVICES. The Government shall provide, without cost, the property and services listed below. 2.1 Property Totes for the transporting of prescription refills to the local Medical Treatment Facilities. 3.0 Contractor Furnished Items and Services. 3.1 General. The Contractor shall provide all personnel, management, supervision, material, supplies, licenses, insurance and equipment to perform the requirements noted herein and those of the contract. 3.1.1 The Government reserves the right to inspect any Contractor vehicles leaving the installation to prevent unauthorized removal of Government property. 3.2 Contractor-Furnished Equipment..3.2.1 All vehicles and equipment shall be maintained in a safe and operable condition and meet the local, State, and Federal safety requirements. The vehicles and equipment shall be operated in accordance with Federal State of Colorado, Colorado Springs and Fort Carson traffic regulations, laws and rules. 3.22 The Contractor and its agents shall not perform equipment and vehicle maintenance to include exterior or interior vehicle cleaning on the DOD installations referenced in this PWS. 3.3 Responsibility for Contractor Property. The Government will not be responsible for damage due to fire, theft, accident, or any other cause to Contractor supplies, materials, or equipment, or the Contractor employees personal belongings. 4.0 Pick-up and Delivery Requirements 4.1 Schedule. The courier shall pick up pharmacy medications at the Joint Refill Center, building number 8118, located at the United States Air Force Academy, no later than 0700 hours, Monday through Friday and deliver the medications to the Evans U.S. Army Community Hospital, Fort Carson, building number 7500, Commissary Pharmacy, building number 1525, no later than 1000 hours and the Peterson Refill Pharmacy, building number 2017 not later than 1100 hours. 5.0 Federal Holidays The following Federal holidays are observed will be observed during all performance periods: New Years DayJanuary 1st Martin Luther King's Birthday3rd Monday in January Presidents Day3rd Monday in February Memorial DayLast Monday in May Independence DayJuly 4th Labor Day1st Monday in September Columbus Day2nd Monday in October Veteran's DayNovember 11th Thanksgiving Day4th Thursday in November Christmas DayDecember 25th Federal holidays falling on a Saturday will be observed on the preceding Friday; holidays falling on a Sunday will be observed on the following Monday. For example, if New Years Day falls on a Saturday, the holiday would be observed on Friday. 6.0 HIPPA 6.1 HIPPA STATEMENT. HIPAA Compliance: HIPAA Privacy and Security Business Associate Agreement. Department of Defense Business Associate Agreement Introduction In accordance with DoD 6025.18-R Department of Defense Health Information Privacy Regulation, January 24, 2003, the Contractor meets the definition of Business Associate. Therefore, a Business Associate Agreement is required to comply with both the Health Insurance Portability and Accountability Act (HIPAA) Privacy and Security regulations. This clause serves as that agreement whereby the Contractor agrees to abide by all applicable HIPAA Privacy and Security requirements regarding health information as defined in this clause, and in DoD 6025.18-R and DoD 8580.02-R, as amended. Additional requirements will be addressed when implemented. (a) Definitions. As used in this clause generally refer to the Code of Federal Regulations (CFR) definition unless a more specific provision exists in DoD 6025.18-R or DoD 8580.02-R. Individual has the same meaning as the term individual in 45 CFR 160.103 and shall include a person who qualifies as a personal representative in accordance with 45 CFR 164.502(g). Privacy Rule means the Standards for Privacy of Individually Identifiable Health Information at 45 CFR part 160 and part 164, subparts A and E. Protected Health Information has the same meaning as the term protected health information in 45 CFR 160.103, limited to the information created or received by the Contractor from or on behalf of the Government pursuant to the Contract. Electronic Protected Health Information has the same meaning as the term electronic protected health information in 45 CFR 160.103. Required by Law has the same meaning as the term required by law in 45 CFR 164.103. Secretary means the Secretary of the Department of Health and Human Services or his/her designee. Security Rule means the Health Insurance Reform: Security Standards at 45 CFR part 160, 162 and part 164, subpart C. Terms used, but not otherwise defined, in this Clause shall have the same meaning as those terms in 45 CFR 160.103, 164.501 and 164.304. (b) The Contractor shall not use or further disclose Protected Health Information other than as permitted or required by the Contract or as Required by Law. (c) The Contractor shall use appropriate safeguards to prevent use or disclosure of the Protected Health Information other than as provided for by this Contract. (d) The Contractor agrees to use administrative, physical, and technical safeguards that reasonably and appropriately protect the confidentiality, integrity, and availability of the electronic protected health information that it creates, receives, maintains, or transmits in the execution of this Contract. (e) The Contractor agrees to mitigate, to the extent practicable, any harmful effect that is known to the Contractor of a use or disclosure of Protected Health Information by the Contractor in violation of the requirements of this Clause. (f) The Contractor shall report to the Government any security incident involving protected health information of which it becomes aware. (g) The Contractor shall report to the Government any use or disclosure of the Protected Health Information not provided for by this Contract of which the Contractor becomes aware. (h) The Contractor shall ensure that any agent, including a subcontractor, to whom it provides Protected Health Information received from, or created or received by the Contractor, on behalf of the Government, agrees to the same restrictions and conditions that apply through this Contract to the Contractor with respect to such information. (i) The Contractor shall ensure that any agent, including a subcontractor, to whom it provides electronic Protected Health Information, agrees to implement reasonable and appropriate safeguards to protect it. (j) The Contractor shall provide access, at the request of the Government, and in the time and manner reasonably designated by the Government to Protected Health Information in a Designated Record Set, to the Government or, as directed by the Government, to an Individual in order to meet the requirements under 45 CFR 164.524. (k) The Contractor shall make any amendment(s) to Protected Health Information in a Designated Record Set that the Government directs or agrees to pursuant to 45 CFR 164.526 at the request of the Government, and in the time and manner reasonably designated by the Government. (l) The Contractor shall make internal practices, books, and records relating to the use and disclosure of Protected Health Information received from, or created or received by the Contractor, on behalf of the Government, available to the Government, or at the request of the Government to the Secretary, in a time and manner reasonably designated by the Government or the Secretary, for purposes of the Secretary determining the Governments compliance with the Privacy Rule. (m) The Contractor shall document such disclosures of Protected Health Information and information related to such disclosures as would be required for the Government to respond to a request by an Individual for an accounting of disclosures of Protected Health Information in accordance with 45 CFR 164.528. (n) The Contractor shall provide to the Government or an Individual, in time and manner reasonably designated by the Government, information collected in accordance with this Clause of the Contract, to permit the Government to respond to a request by an Individual for an accounting of disclosures of Protected Health Information in accordance with 45 CFR 164.528. General Use and Disclosure Provisions Except as otherwise limited in this Clause, the Contractor may use or disclose Protected Health Information on behalf of, or to provide services to, the Government for treatment, payment, or healthcare operations purposes, in accordance with the specific use and disclosure provisions below, if such use or disclosure of Protected Health Information would not violate the HIPAA Privacy Rule, the HIPAA Security Rule, DoD 6025.18-R or DoD 8580.02-R if done by the Government. Specific Use and Disclosure Provisions (a) Except as otherwise limited in this Clause, the Contractor may use Protected Health Information for the proper management and administration of the Contractor or to carry out the legal responsibilities of the Contractor. (b) Except as otherwise limited in this Clause, the Contractor may disclose Protected Health Information for the proper management and administration of the Contractor, provided that disclosures are required by law, or the Contractor obtains reasonable assurances from the person to whom the information is disclosed that it will remain confidential and used or further disclosed only as required by law or for the purpose for which it was disclosed to the person, and the person notifies the Contractor of any instances of which it is aware in which the confidentiality of the information has been breached. (c) Except as otherwise limited in this Clause, the Contractor may use Protected Health Information to provide Data Aggregation services to the Government as permitted by 45 CFR 164.504(e)(2)(i)(B). (d) Contractor may use Protected Health Information to report violations of law to appropriate Federal and State authorities, consistent with 45 CFR 164.502(j)(1). Obligations of the Government Provisions for the Government to Inform the Contractor of Privacy Practices and Restrictions (a) The Government shall provide the Contractor with the notice of privacy practices that the Government produces in accordance with 45 CFR 164.520. (b) The Government shall provide the Contractor with any changes in, or revocation of, permission by Individual to use or disclose Protected Health Information, if such changes affect the Contractors permitted or required uses and disclosures. (c) The Government shall notify the Contractor of any restriction to the use or disclosure of Protected Health Information that the Government has agreed to in accordance with 45 CFR 164.522. Permissible Requests by the Government The Government shall not request the Contractor to use or disclose Protected Health Information in any manner that would not be permissible under the HIPAA Privacy Rule, the HIPAA Security Rule, or any applicable Government regulations (including without limitation, DoD 6025.18-R and DoD 8580.02-R) if done by the Government, except for providing Data Aggregation services to the Government and for management and administrative activities. 7.0 CONTRACT MANPOWER REPORTING. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractor); (6) Estimated direct labor dollars paid this reporting period (including sub-contractor); (7) Total payments (including sub-contractor); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (, (10) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest City, Country, when in an overseas location, using standardized nomenclature provided on website); 11) Presence of deployment or contingency contract language, and (12) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). (13) As part of its submission, the contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. The contractor shall notify the Contracting Officers Representative (COR) by the 5th working day of November whether or not he/she has completed this report. If the COR is unavailable, the contractor shall notify the Contracting Officer. The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items, 52.212-2, Evaluation-Commercial Items and 52.212-3, Offeror Representations and Certifications-Commercial Items, The following FAR and DFAR clauses also apply: FAR 52.204-7, Central Contractor Registration, 52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required tom Implement Statues or Executive Orders-Commercial Items, 52.219-6, Notice of Total Small Business Set Aside, 52.219-28, Small Business Representation, 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated facilities, 52.222-26, Equal Opportunity, 52.222-36, Payment by Third Party, 52.222-41, Service Contract Act, 52.222-42, Statement of Equivalent Rates for Federal Hires, 52.222-43, Price Adjustment, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contract Registration, 52.252-2, Clauses Incorporated by Reference, 52.217-8, Option to Extend Services, 52.217-9, Option to Extend Term of Contract, 52.247-37, FOB Destination, DFAR 252.204-7004. Alt A, 252.232-7003, Electronic Submission of Payment Requests, 252.225-7002, Qualifying County Sources as Subcontractors. The provisions and clauses maybe viewed at http//farsite.hill.af.mil/. The offerors proposal shall contain the following: (1) monthly and annual pricing for all performance periods noted above and (2) a written technical proposal describing the contractors ability to perform the work stated and described in the Statement of Work. The technical proposal shall be clear and concise and is limited to two pages. The Government will award a purchase order resulting from this solicitation to the responsive and responsible offeror whose technically acceptable 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: low price and technical specifications. Technical specifications will be evaluated as either Acceptable or Unacceptable. Definitions are as follows: ACCEPTABLE: to be rated acceptable, the offerors technical proposal must demonstrate it can meet all the requirements and specifications in the Statement of Work. UNACCEPTABLE: A technical proposal that fails to demonstrate it can meet one or more requirements of the Performance Work Statement will be determined unacceptable. The two factors are equal importance and consideration. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. The written proposal for this solicitation shall be forwarded via email to john.kurko@us.army.mil or hand delivered to John Kurko, 1676 Evans Street, Building 1220, Suite 307A, Fort Carson, CO 80913. Proposals must be received not later than 1400 hours, Mountain Time Zone, 10 September 2009. The Government shall not accept offers or questions relating to this solicitation via facsimile or telephone. All questions or inquiries shall be forwarded to the Contract Specialist via email not later than 1400 hours, Mountain Time Zone, 8 September 2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ13/W911RZ-09-T-0343/listing.html)
- Place of Performance
- Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
- Zip Code: 80913-5198
- Zip Code: 80913-5198
- Record
- SN01935525-W 20090903/090902003850-0b515839604ab050d00e0de5f445139c (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 |