Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2014 FBO #4500
DOCUMENT

R -- Armored Car Service - Attachment

Notice Date
3/19/2014
 
Notice Type
Attachment
 
NAICS
561613 — Armored Car Services
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
VA24714Q0504
 
Response Due
5/9/2014
 
Archive Date
5/19/2014
 
Point of Contact
David Feliciano- Contract Specialist
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: VA247-14-Q-0504 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. (ii) The solicitation number is VA247-14-Q-0504 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as unrestricted. The North American Industry Classification System (NAICS) code is 561613, and the size standard is $19.0 million. (v) This requirement consists of the following: BASE YEAR: ItemDescriptionQuantityUnit of MeasureUnit PriceTotal Price 1Armored car service to include regular scheduled pickup of cash/ checks from fiscal agent cashier at the Ralph H. Johnson Department of Veterans Affairs Medical Center (VAMC) located in room b185a at 109 Bee Street, Charleston, South Carolina. Regular scheduled pickup shall be one trip per day, Monday through Friday excluding federal holidays. Make deposit at Wachovia bank.260EA_____________ 2Armored car service pickup of cash/checks from Canteen Officer at the Veterans Affairs Medical Center, Charleston South Carolina, one trip per day, Monday through Friday excluding federal holidays. Make deposit at Bank of America between 1:30 pm and 3:00 pm Monday through Friday and by 2:00 pm on the last workday of each month. Return cash and receipt the next business day.260EA______________ Total this Period$________ OPTION YEAR 1: ItemDescriptionQuantityUnit of MeasureUnit PriceTotal Price 1Armored car service to include regular scheduled pickup of cash/ checks from fiscal agent cashier at the Ralph H. Johnson Department of Veterans Affairs Medical Center (VAMC) located in room b185a at 109 Bee Street, Charleston, South Carolina. Regular scheduled pickup shall be one trip per day, Monday through Friday excluding federal holidays. Make deposit at Wachovia bank.260EA_____________ 2Armored car service pickup of cash/checks from Canteen Officer at the Veterans Affairs Medical Center, Charleston South Carolina, one trip per day, Monday through Friday excluding federal holidays. Make deposit at Bank of America between 1:30 pm and 3:00 pm Monday through Friday and by 2:00 pm on the last workday of each month. Return cash and receipt the next business day.260EA______________ Total this Period$________ OPTION YEAR 2: ItemDescriptionQuantityUnit of MeasureUnit PriceTotal Price 1Armored car service to include regular scheduled pickup of cash/ checks from fiscal agent cashier at the Ralph H. Johnson Department of Veterans Affairs Medical Center (VAMC) located in room b185a at 109 Bee Street, Charleston, South Carolina. Regular scheduled pickup shall be one trip per day, Monday through Friday excluding federal holidays. Make deposit at Wachovia bank.260EA_____________ 2Armored car service pickup of cash/checks from Canteen Officer at the Veterans Affairs Medical Center, Charleston South Carolina, one trip per day, Monday through Friday excluding federal holidays. Make deposit at Bank of America between 1:30 pm and 3:00 pm Monday through Friday and by 2:00 pm on the last workday of each month. Return cash and receipt the next business day.260EA______________ Total this Period$________ OPTION YEAR 3: ItemDescriptionQuantityUnit of MeasureUnit PriceTotal Price 1Armored car service to include regular scheduled pickup of cash/ checks from fiscal agent cashier at the Ralph H. Johnson Department of Veterans Affairs Medical Center (VAMC) located in room b185a at 109 Bee Street, Charleston, South Carolina. Regular scheduled pickup shall be one trip per day, Monday through Friday excluding federal holidays. Make deposit at Wachovia bank.260EA_____________ 2Armored car service pickup of cash/checks from Canteen Officer at the Veterans Affairs Medical Center, Charleston South Carolina, one trip per day, Monday through Friday excluding federal holidays. Make deposit at Bank of America between 1:30 pm and 3:00 pm Monday through Friday and by 2:00 pm on the last workday of each month. Return cash and receipt the next business day.260EA______________ Total this Period$________ OPTION YEAR 4: ItemDescriptionQuantityUnit of MeasureUnit PriceTotal Price 1Armored car service to include regular scheduled pickup of cash/ checks from fiscal agent cashier at the Ralph H. Johnson Department of Veterans Affairs Medical Center (VAMC) located in room b185a at 109 Bee Street, Charleston, South Carolina. Regular scheduled pickup shall be one trip per day, Monday through Friday excluding federal holidays. Make deposit at Wachovia bank.260EA_____________ 2Armored car service pickup of cash/checks from Canteen Officer at the Veterans Affairs Medical Center, Charleston South Carolina, one trip per day, Monday through Friday excluding federal holidays. Make deposit at Bank of America between 1:30 pm and 3:00 pm Monday through Friday and by 2:00 pm on the last workday of each month. Return cash and receipt the next business day.260EA______________ Total this Period$________ (vi) The following is a detailed description of the requirements for this solicitation: Statement of Work 1.SPECIFICATIONS a.The contractor shall provide armored car service for Agent Cashier, Fiscal Service at the Ralph H. Johnson Veterans Affairs Medical Center, Room B185A, 109 Bee Street, Charleston, South Carolina. Shall include regular scheduled pick up of money and checks from the Agent Cashier, Monday through Friday of each week between the hours of 1:30pm and 3:00pm, except when Federal holidays fall on specified days. Contractor shall also pick up money from Wachovia Bank and deliver it to the Agent Cashier, Fiscal Service at the Ralph H. Johnson Veterans Affairs Medical Center, Room B185A, 109 Bee Street, Charleston, South Carolina the next business day excluding Federal holidays. b.Contractor shall make deposit by 2:00pm on the last day of each month at the Wachovia Bank located at 16 Broad Street, Charleston, South Carolina. c.The contractor shall provide armored car service for the Canteen Fiscal at the Ralph H. Johnson Veterans Affairs Medical Center, Room C101, 109 Bee Street, Charleston, South Carolina. Shall include regular scheduled pick up of money and checks from the Canteen, Monday through Friday of each week between the hours of 1:30pm and 3:00pm, except when Federal holidays fall on specified days. Contractor shall also pick up money from Wachovia Bank and deliver it to the Agent Cashier, Fiscal Service at the Ralph H. Johnson Veterans Affairs Medical Center, Room C101, 109 Bee Street, Charleston, South Carolina the next business day excluding Federal holidays. d.Contractor shall make deposit by 2:00pm on the last day of each month at the Bank of America, Cash Vault Service located at 3315 Ashley Phosphate Road, North Charleston, South Carolina. e.Federal holidays include: New Year's Day, Martin Luther King's Birthday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Christmas, and any other day specifically declared by the President of the United States to be a national holiday. Holiday pickups will not be allowed. f.The contractor's responsibility shall commence when property is delivered into his/her possession and responsibility will terminate when said property has been delivered to and receipted for by the consignee or his/her duty authorized agent. g.In the event that said services cannot be performed because of strikes, riots, war, insurrection, Act of God, or other causes beyond control on the contractor, he/she shall deliver said property to the place from which it came or to the consignee designated by the Service of Veteran's Affairs, taking a receipt therefore, and shall be liable for the safety of any property in its possession, but shall not otherwise be liable for failure to perform anything herein before contained to the contrary. This does not extend to nor shall the contractor be held liable for loss or damage arising from war risks as described in the following terms: i.Hostile or warlike action in time of peace or war, including action in hindering, combating or defending against actual, impending, or expected attack (1) by any government of sovereign power (dejure or de facto) or by any authority maintaining or using Military, Naval, or Air Forces; or (2) by Military, Naval, or Air Force; or (3) by agent of any such government, power authority, or forces. ii.Any weapon of war employing atomic fission or radioactive forces whether in time of peace or war: insurrection, rebellion, civil war, usurped power or action taken by governmental authority in hindering, combating or defending against such occurrence, seizure, or public authority or risks of contraband or illegal transportation of trade. Nuclear reaction or nuclear radiation or radioactive contamination whether controlled or uncontrolled, and whether such a loss be direct or indirect, proximate or remote, or be in whole or in part caused by, contributed to or aggravated by the peril insured against in this contract. However, subject to the foregoing and all provisions of this contract, direct loss by fire resulting from nuclear reaction or nuclear radiation of radioactive contamination is insured against by the contract. iii.IN the event of loss, VA will give written notice to the contractor as soon as practicable, but not later than 30 days upon knowledge of loss. VA agrees to maintain a complete record of all checks placed in any shipment given to the contractor and in case of loss to promptly, diligently and completely cooperate with the contractor in the identification and replacement of lost, destroyed or stolen checks which have been contained in such shipments. Complete cooperation will include requests by VA to maker of the missing checks to issue duplicates and in the event the makers refuse to do so, then to assert all its legal and equitable rights against said makers or to subrogate such rights to the contractor and its assignees. 2. SECURITY REQUIREMENT Contractor shall provide the Contracting Officer and the COTR a list of personnel authorized for pick-up and delivery of currency to and from the VA Medical Center, Charleston, South Carolina, within 5 calendar days after receipt of notice of award. Contractor shall give written notice in the vent of revocation of such authority. The list shall consist of the following: -Complete name (printed) -Agent's hand written signature -Identification badge with ID number All contractor personnel authorized for pick-up and delivery to and from the VAMC shall wear the Contractor's identification badge with name, signature, and badge number clearly visible, and which is consistent with the name, signature, and badge number of the list of authorized agents provided by the contractor. No currency shall be turned over to personnel not meeting the requirement. 3.SPECIAL CONTRACT REQUIREMENT Qualification of Offeror: Offers will be considered only from vendors who are regularly established in the business called for and who, in the judgment of the Contracting Officer, are financially responsible and able to show evidence of their reliability, ability, experience, equipment, facilities, and personnel directly employed or supervised by them to render prompt and satisfactory service. Contractor shall meet all requirements of federal, state, county, and city code applicable to firms providing the service required by this contract. Losses: The contractor agrees to assume liability, as hereinafter limited, for any loss, plus damage or destruction of property (hereinafter call a "loss") from the time it is received by him/her until such time as it is delivered to the consignee designated by the VA to receive same, or, in the event of non-delivery, until its return to the VA; but the contractor does not assume liability for the property while in safe(s) on the VA's premises. The sole liability of the contractor in the event of loss for whatever cause except as hereinafter limited, shall be payment to the VA of the declared value as appears on the shipment document, which shall not exceed $200,000.00 liability per shipment. If shipment is lost or stolen, contractor shall immediately notify the Agent Cashier, who will in turn notify the Chief Financial Officer, who will in turn notify the Associate Director of the facility. The VA, in the event of loss or destruction, will cooperate to the fullest extent to which it is capable in reconstruction checks constituting a part of said loss and as to said checks, the contractor's liability except as limited herin above shall be the payment to the VA of: a)Reasonable costs necessary to reconstruct the checks plus when checks are reconstructed, any necessary costs incurred because of stop payment procedures, etc. b)The face value of check which cannot be reconstructed. It is understood and agreed by the parties of this contract that the words "reconstruct, reconstructs, and reconstructed" shall mean to identify the checks only to the extent to determine the face value of said checks and identify the maker or endorser of each. It is further understood and agreed that the word "shipment" whenever used in this agreement, shall mean a single consignment of one or more items of property from one shipper at a time, at one address to one consignee at one destination address. The VA agrees to notify the contractor, in writing, via certified mail, of any claim for loss within 24 hours after loss is discovered or should have been discovered in the exercise of due care, and in any event within 45 days after delivery to the contractor of the property in connection with which the claim is asserted and unless such notice shall have been given, such claim shall be deemed waived. Insurance: Satisfactory insurance converage is a condition precedent to the award of this contract. In general, the contractor must present satisfactory proof of full compliance with federal, state, and local requirements, whichever is greater. The contractor shall obtain all necessary license and/or permits, equipment and supplies required to perform this service. The contractor shall take all reasonable precautions necessary to protect persons and property from injury, damage, and danger during the performance of this contract. He/She shall be responsible for any injury to himself/herself, hi/her employees, as well as for any damage and/or loss of federal, personal, or public property that occurs during the performance of this contract that is caused by his/her employee's fault or negligence, and shall maintain personal liability and property damage and loss insurance having coverage for a limit is required. Contractor must be bonded and provide the Contracting Officer a notorized copy of coverage prior to contract award. The Department of Veterans Affairs Medical Center is exempt from federal, state, and local taxes. Requests for supplies are not covered by this service contract. Contractor Conduct: While performing services at the VA Medical Center, the contractor and his/her employees are subject to the rules of the Medical Center applicable to their conduct. Subcontracting: Subcontracting is not allowed. Authorized Services: Only those services specified in the contract are authorized. Before performing any service not included in the contract, the Contracting Officer shall be advised of the reason for the additional work. The contractor is cautioned that only the Contracting Officer may authorize additional services and reimbursement will not be made unless prior authorization is obtained. Payment: The Government will make payments in accordance with the Prompt Payment Act (31 U.S.C 3903) and OMB prompt payment regulation 5 CFR. Invoices are to be mailed to FMS-VA-2 (534), P.O. Box 149971, Austin, TX 78714. Include name of company, address, invoice number, dates of service, and type of service. --END OF SOW-- (vii) Delivery FOB Destination to Ralph H Johnson, VA Medical Center, 109 Bee Street, Charleston, SC 29403 (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1.Documentation that confirms at least 3 years of satisfactory and relevant experience/past-performance performing the same type and kind of sampling specified in this solicitation. 2.Documentation that confirms the company/employees have the required licensing and certifications for performing Armored Car Services specified in this solicitation. 3.Documentation that confirms the company is registered in the System for Award Management (SAM) located https:// www.sam.gov (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE FAXED AND WRITTEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xiii) n/a (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) n/a (xvi) QUESTIONS: All questions regarding this solicitation need to be electronically submitted no later than April 14, 2014, 4pm EST to David Feliciano, NCO 7 Contract Specialist e-mail David.Feliciano@va.gov. The solicitation number must be identified on all submitted questions. No questions received after this date will be answered. (xvii) Site Visit: A site visit is not contemplated at this time. (xviii) QUOTES/OFFERS ARE DUE May 9, 2014 at 4:00PM eastern standard time (EST). Only electronic offers will be accepted; submit quotation to - David Feliciano, NCO 7 Contract Specialist e-mail David.Feliciano@va.gov. All offers must include the solicitation number. Quotes/offers received after this date may not be considered for award. (xvii) Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 Place of Performance: Ralph H Johnson VA Medical Center Department of Veterans Affairs 109 Bee Street Charleston, SC 29401 Primary Point of Contact: David Feliciano, Contract Specialist David.Feliciano@va.gov Phone: 843-577-5011 ext. 15451 Fax: 843-789-6406
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24714Q0504/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-14-Q-0504 VA247-14-Q-0504.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1261414&FileName=VA247-14-Q-0504-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1261414&FileName=VA247-14-Q-0504-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Ralph H. Johnson VAMC;109 Bee Street;Charleston, SC
Zip Code: 29401
 
Record
SN03314881-W 20140321/140319235138-6ecd62658458232cd5943cdeb2e7f852 (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 |
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.