SOLICITATION NOTICE
R -- WHASC Courier Service - RFQ
- Notice Date
- 2/6/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 492210
— Local Messengers and Local Delivery
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Lackland AFB - 802nd Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
- ZIP Code
- 78236-5253
- Solicitation Number
- 13-A-0017
- Point of Contact
- Kenya I. Hall, Phone: 2106711762, Stephen S. Kelly, Phone: 210-671-9916
- E-Mail Address
-
kenya.hall@us.af.mil, stephen.kelly.1@us.af.mil
(kenya.hall@us.af.mil, stephen.kelly.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Request for Quote WHASC Courier Services REQUEST FOR QUOTE WILFORD HALL AMBULATORY SURGICAL CENTER COURIER SERVICE BLANKET PURCHASE AGREEMENT (BPA) COMBINED SYNOPSIS / SOLICITATION NUMBER: 13-A-0017 1. Submission of Quotes Due Date: As soon as possible but not later than 11 FEBRUARY 2013 at 12:00 PM Central Standard Time (CST) Submitted quotes must be effective for 30 days after submission. Quotes may be faxed to 210-671-0674, Attention: SSgt Kenya Hall and quotes may be emailed to SSgt Kenya Hall at Kenya.Hall@us.af.mil. 2. Company Info: Please provide the following information: Legal Business/Company Name (as it is indicated in SAM): ____________________________________________________________ DUNS #__________________ Cage Code Number: ______________ POC: ________________________ Tel: ____________________ E-Mail Address:___________________________ Tax ID#: ________________________ Type of Quote (please check one):______ GSA_______ Open Market GSA Number: ___________ (for GSA quotes) Deliver/Ship To: Various Locations (See Statement of Work) FOB: Destination Payment Terms: Net Days % Days Period of Performance / Delivery Date: 18 February 2013 - 17 February 2018 / Various 3. Description of Goods/Services: Blanket Purchase Agreement (BPA) for courier service for Wilford Hall Ambulatory Surgical Center (WHASC) 59TH Medical Logistics. The contractor shall furnish all labor, vehicle and equipment necessary to accomplish the courier service. Courier shall picks up and delivers medical, surgical and pharmaceutical items to various companies and medical facilities within and occasionally outside the greater San Antonio area. SEE STATEMENT OF WORK I have read the statement of work and affirm full understanding of the requirement. Authorized Signature________________________________________________ The NAICS code is 492210. The size standard is $25,500,000.00. 4. Please complete the unit price/extended amount/total cost and terms below: SEE RFQ ATTACHMENT 5. THIS IS A 100 PERCENT SMALL BUSINESS SET ASIDE. 6. Basis for Award. The 802nd CONS will issue a Blanket Purchase Agreement to the vendor who is determined to offer the best value to the Government. 7. Best Value Determination. The lowest priced, technically acceptable quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the technical criteria that is contained in the solicited item description and indicated by signature in paragraph 3 of this RFQ. If the lowest priced submission does not meet the technical criteria described in the solicited item description, the government reserves the right to evaluate the next lowest priced submissions until it has determined a technically acceptable submission. The evaluation will stop at the point when the government determines an offeror to be technically acceptable with the lowest evaluated price, because that offer will represent the best value. Contingent upon a determination of contractor responsibility, award will be made to that offeror without further evaluation of other offers. Award will be made to the responsible vendor whose quote is the lowest evaluated price among technically acceptable quotes. 8. Discussions. The government intends to award a blanket purchase agreement without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. 9. If you have any questions, please contact the contract administrator, Kenya Hall at (210) 671-5002 or via e-mail at kenya.hal@us.af.mill or the contracting officer, Stephen Kelly, at (210) 671-9916or via email at stephen.kelly.1@us.af.mil. The fax number is (210) 671-0674. 10. Mandatory Registrations:To be eligible for award, Offerors must be registered in the DOD System for Award Management (SAM), no exceptions. To register, please visit http://www.sam.gov. 11. The following FAR/DFARS/AFFARS provisions and clauses are applicable to this request/solicitation for open market quotes: FAR provisions and clauses in effect through Federal Acquisition Circular 2005-65 52.212-1 Instructions to Offerors-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, Addendum: Para (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be change unilaterally by the Government. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) 52-219-6 Notice of Small Business Set-Aside 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-50 Trafficking in Persons 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.232-23 Assignment of Claims 52.232-36 Payment by Third Party 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-1 Solicitation Provisions Incorporated By Reference 52.252-2 Clauses Incorporated By Reference 52.252-6 Authorized Deviations in Clauses 52.253-1 Computer Generated Forms DFARS provisions and clauses in effect through change notice 20121231 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 252.232-7003 Electronic Submission of Payment Requests 252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card 252.232-7010 Levies on Contract Payments AFFARS provisions and clauses 5332.201-9101 Ombudsman 5352.223-9001 Health and Safety on Government Installations All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil or www.arnet.gov. STATEMENT OF WORK PROFESSIONAL COURIERS SERVICE FOR MEDICAL LOGISTICS 15 MAY 2012 1. SCOPE: Purpose is to establish a Blanket Purchase Agreement (BPA) for courier service for Wilford Hall Ambulatory Surgical Center (WHASC) 59TH Medical Logistics. The contractor shall furnish all labor, vehicle and equipment necessary to accomplish the courier service. Courier shall picks up and delivers medical, surgical and pharmaceutical items to various companies and medical facilities within and occasionally outside the greater San Antonio area. Pickup and delivery will include, but not be limited to the following: Cardinal Healthcare Brook Army Medical Center Audie Murphy VA. Center Methodist Hospital University Hospital Santa Rosa Medical Center Metropolitan Hospital Baptist Medical Center 2. LOCATION OF WORK: a. The primary location will be the Medical Logistics Warehouse (room BM10) during the hours of, 0700-1700 hrs, Monday - Friday, telephone (210) 292-6415. b. After normal duty hours, the location will be the In-Patient Pharmacy, telephone (210) 292-5414 (room BM18). c. All other calls will be placed by Medical Logistics. All authorized callers will notify the courier when the item is needed at the time of the call. All authorized callers will provide Point of Contact (POC), the phone number, the address, building number, if applicable, to the various companies and medical facilities for pickup or delivery of items. d. Pharmacy personnel will only place calls to the courier when they have an urgent requirement that cannot wait until the next duty day. Contractor will notify Pharmacy when the courier has encountered problems in the delivery or pickup of the medical, surgical and pharmaceutical items. Pharmacy will provide further instructions on the delivery/pickup of the urgent requirement. e. Radioactive and Bio Hazardous material will not be transported by the contractor. Drug items will be transported in small amounts but not as sales products. Therefore, the transportation of small amounts of drug items will not be governed by Department of Transportation (DOT) regulations. 3. JOB VERIFICATION: 59th Medical Logistics personnel will designate authorized personnel to place calls and furnish the contractor with any special instructions for pickup and deliveries. 4. HANDELING: Contractor shall be responsible for damage or loss during the transport and delivery of material. 5. HOURS OF OERATION: Contractor shall be available 24/7 except for legal holidays. 6. POINT OF CONTACT: POC will be 59th Medical Logistics Warehouse Supervisor, located in WHASC, telephone (210) 292-6415. **Request vendor invoice one call per month and to accept GPC payment.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/13-A-0017/listing.html)
- Place of Performance
- Address: Greater San Antonio Area, TX, San Antonio, Texas, 78236, United States
- Zip Code: 78236
- Zip Code: 78236
- Record
- SN02980554-W 20130208/130206234130-bf3c3711daa0d110b024e7a4d768f28d (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 |