DOCUMENT
V -- 459-13-1-829-0002 Patient Transport Services VAPIHCS C39069 - Attachment
- Notice Date
- 10/23/2012
- Notice Type
- Attachment
- NAICS
- 485991
— Special Needs Transportation
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Pacific Islands Health Care System;459 Patterson Rd;Honolulu HI 96819-1522
- ZIP Code
- 96819-1522
- Solicitation Number
- VA26113I0122
- Response Due
- 11/19/2012
- Archive Date
- 1/18/2013
- Point of Contact
- Traudel L. Haney
- E-Mail Address
-
l.haney@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- Please note that this is NOT a request for Quotes or proposals, the Government is seeking information for market research purposed ONLY. The Sierra Pacific Network Consolidated Contracting Office (NCO) is issuing a Sources Sought Announcement to determine if there are any Service Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB) that can provide all vehicles, personnel, management, supplies, transportation, equipment and reports necessary to provide ground transportation services for beneficiaries of the Department of Veterans Affairs at VA Pacific Islands Health Care System. VAPIHCS is located at 459 Patterson Rd., Honolulu, HI 96819-1522, a Department of Veterans Affairs facility within the Veterans Integrated Service Network (VISN 21). Drivers shall have a valid operator's license in accordance with Federal, State and local government requirements for their place of operation for the services they perform, be capable of administering oxygen and have successfully completed the Standard and Advanced First Aid Course of the American Red Cross and Basic Life Support CPR training or equivalent and be capable of providing necessary assistance. Drivers shall have the following before they provide any services related to this contract: 1.Health examinations including annual TB skin test result; 2.Either received the Hepatitis B vaccine series, or is immune as a result of acquired infection, or have been offered and refused the vaccinations; 3.Received measles-mumps-rubella (MMR) vaccine. Combined vaccine (MMR) is the vaccine of choice if individuals are likely to be susceptible to more than one of the three diseases and is required for all persons born after 1956; 4.A negative PPD within the last (6) months, or if a know reactor, a negative chest X-ray within the past year; 5.A history of varicella (chicken pox) or, if unknown, results of a varicella antibody test. If non-immune, must be vaccinated with varivax (chicken pox); 6.Received training in Universal Precautions and Blood Borne Pathogens, Hazardous Material Management, and Life Safety Management (fire preparedness). The acquisition procedures of FAR Part 13 will be used as applicable in conjunction with commercial items procedures of FAR Part 12. The NAICS is 485991; size standard is $14.0 million. Product Service Code is V226. The actual solicitation containing requirements should be posted on or about November 21, 2012. The solicitation document and incorporated provisions and clauses will be those in effect through FAC 2005-61 Effective 15 October 2012. If multiple SDVOSB firms submit offers, award will be made to the offeror whose offer conforming to the solicitation is determined to be most advantageous to the Government, price and other factors considered. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. Response to this notice will be used by the Government to make appropriate acquisition decisions. Response to this notice should include company/individual name, a service capability statement, examples of similar facilities which you have provided services to, DUNS number, address, point of contact. SDVOSB's Service-Disabled Veteran Owned or Veteran Owned Small Business must be verified in VetBizOpps [certified]: http://www.vip.vetbiz.gov/ Contractors must be registered in System for Award Management [SAM]: http://www.sam.gov/. Responses to this notice must be submitted in writing (email or fax) and received not later than November 7, 2012 at 10:00 AM, Hawaii Standard Time. A solicitation is not currently available. If a solicitation is issued, it shall be announced on Federal business Opportunities website http://www.fbo.gov at a later date, all interested parties must respond to that solicitation announcement separately from the responses to this sources sought announcement. Email Traudel.haney@va.gov and/or fax (808) 833 - 5014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMROC/DVAMROC/VA26113I0122/listing.html)
- Document(s)
- Attachment
- File Name: VA261-13-I-0122 VA261-13-I-0122_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=507505&FileName=VA261-13-I-0122-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=507505&FileName=VA261-13-I-0122-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA261-13-I-0122 VA261-13-I-0122_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=507505&FileName=VA261-13-I-0122-000.docx)
- Record
- SN02917649-W 20121025/121023233706-ee555a179625f7b2075f394808380dd7 (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 |