Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 16, 2017 FBO #5867
DOCUMENT

V -- 437-18-2-751-0006 - Service - CBOC Courier Transportation Contract - Fargo - Attachment

Notice Date
12/14/2017
 
Notice Type
Attachment
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
Department of Veterans Affairs;Network 23 Contracting Office (NCO 23);113 Comanche Rd.;Fort Meade SD 57741
 
ZIP Code
57741
 
Solicitation Number
36C26318Q0124
 
Response Due
1/4/2018
 
Archive Date
2/3/2018
 
Point of Contact
Pamela P Phillips
 
E-Mail Address
0-7020<br
 
Small Business Set-Aside
N/A
 
Description
This is a PRESCOLICITATION NOTICE only. No proposals are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS OR PRICING AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. This notice shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The solicitation will be posted on the Federal Business Opportunities (FBO) website on approximately December 18, 2017. Applicable NAICS code is 492110. Contracting Office Address: VA Black Hills Health Care System, 113 Comanche Road, Ft. Meade, SD, 57741. Point of Contact: Pamela Phillips, Contract Specialist; Pamela.phillips@va.gov The Department of Veterans Affairs, Black Hills VA Health Care Center has a requirement for qualified firms capable of providing Endoscope Repair Services per the following statement of work: PERFORMANCE WORK STATEMENT The Department of Veterans Affairs (VA), Fargo VA Health Care System is seeking a contractor to provide all necessary management, labor, equipment, transportation, and insurance to provide courier service to and from the Fargo VA Medical Center and all Community Based Outpatient Clinics (CBOC) in accordance within the prescribed Performance Work Statement, (PWS). Daily courier services include transportation of all laboratory specimens (blood/body fluids), mail, office supplies, documents, medical records- X-rays and other hand carried medical supplies and equipment (prosthetics supplies, ect.). Courier services shall be provided Monday through Friday, except for National holidays or any day specifically declared by the President of the United States to be a national holiday to and from the designed pick-up and delivery points as specified below: we anticipate about 250 trips per each site and 20 trips to Minneapolis. On occasion the Fargo VA Health Care System has a requirement to transport unique (time sensitive) special laboratory specimens to the Minneapolis VA Health Care System, located at One Veterans Drive, Minneapolis, MN 55417. These twenty trips (services) will be on an as need basis. The authorized representative (Ancillary Testing Coordinator(s)) from the Fargo VA Health Care System Pathology and Laboratory Services will contact the contractor's primary POC to order the pick-up and delivery. The assigned Contracting Officer Representative (COR) will be responsible to ensure the contractor has a current list of authorized agents (Ancillary Testing Coordinator(s)) from the Pathology and Laboratory Services who shall request this Contract Line Item Number (CLIN). If requested by the contractor the COR will provide a current list of Ancillary Testing Coordinator(s) within two (2) business days of the request. Community Based Outpatient Clinic (CBOC) Courier Service Performance Work Statement (PWS): Offers will be considered only from vendors who are regularly established in the performance of courier services or can perform such services 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. The offeror shall be licensed by the state or local health authority in those localities where licenses are required. The contractor shall furnish all supervision, labor, vehicles, meals, and other related items necessary to perform scheduled daily (Monday through Friday Pickup NLT 3:30pm-4:30pm daily) courier services as described herein for the Fargo Veterans Affairs (VA) Health Care System. Courier services shall include, but are not limited to, pharmaceuticals, medical supplies/equipment, diagnostic specimens, x-rays, patient charts, office supplies, mail, sterile and contaminated instruments, and other items as required. The contractor shall provide regularly scheduled courier services to and from the Fargo VA Health Care System (Located at 2101 Elm Street, Fargo, ND 58102) and Community Based Outpatient Clinics (CBOC) located within North-West Minnesota and the State of North Dakota. All work is to be performed in accordance with applicable federal, state, and local regulations or ordinances including any specified regulations for oxygen cylinders, dangerous goods, diagnostic specimens or bio-hazardous materials. Daily scheduled courier services shall include, but are not limited to, pharmaceuticals, medical supplies/equipment, diagnostic specimens, x-rays, patient charts, office supplies, mail, sterile and contaminated instruments, and other items as required. The contractor shall provide daily (Monday through Friday - Pickup NLT 3:30pm-4:30pm daily/Delivery of all items and equipment ) courier services to and from the Fargo VA Health Care System and below CBOC locations: Fargo VA Health Care System, Medical Center, 2101 Elm Street, Fargo, ND 58102-2417 All below addresses/locations are subject to change after new construction is completed. The facility COR will be responsible for notifying the vendor of any change in room addresses/room numbers. CBOC Courier Room: Room 1001a (Courier drop-off and pick-up point for daily (Monday through Friday) deliveries) Laboratory: Room 1152 (Laboratory Specimen Courier drop-off point for daily (Monday through Friday) deliveries) Emergency Department Soiled Utility Room (Courier drop-off of Red Biohazard bins intermittent requirement) Fargo VA Health Care System, Community Based Outpatient Clinics (CBOC) All below addresses are subject to change after new lease agreements are signed/awarded. The facility COR will be responsible for notifying the vendor of any change in address to the below locations: Bemidji CBOC, 705 Fifth Street NW B, Bemidji, MN 56601 (Courier drop-off and pick-up point for daily (Monday through Friday) deliveries) Phone: (218) 755-6360 Fergus Falls CBOC, 1839 North Park Street, Fergus Falls, MN 56537 (Courier drop-off and pick-up point for daily (Monday through Friday) deliveries) Phone: (218) 739-1400 Bismarck CBOC, 2700 State Street Suite # 5, Bismarck, ND 58503 (Courier drop-off and pick-up point for daily (Monday through Friday) deliveries) Phone: (701) 221-9152 Jamestown CBOC, 2422 20th St SW, Jamestown, ND 58401(Courier drop-off and pick-up point for daily (Monday through Friday) deliveries) Phone: (701) 952-4787 Grafton CBOC, 701 West Six Street, Grafton, ND 58237 (Courier drop-off and pick-up point for daily (Monday through Friday) deliveries) Phone: (701) 352-4059 Grand Forks CBOC, 3221 32nd Avenue South, Suite 700, Grand Forks, ND 58201 (Courier drop-off and pick-up point for daily (Monday through Friday) deliveries)) Phone: (701) 335-4380 Minot CBOC, 10 Missile Avenue, Minot, ND 58705 (Courier drop-off and pick-up point for daily (Monday through Friday) deliveries) Phone: (701) 727-9800 Dickinson CBOC, 528 21st West, Suite F, Dickenson, ND 58601(Courier drop-off and pick-up point for daily (Monday through Friday) deliveries) Phone: (701) 483-1850 Williston CBOC, 205 Main Street, Williston, ND 58802 (Courier drop-off and pick-up point for daily (Monday through Friday) deliveries) Phone: (701) 572-2470 Devils Lake CBOC, 1031 7th Street NE, Devils Lake, ND 58301 (Courier drop-off and pick-up point for daily (Monday through Friday) deliveries) Phone: (701) 662-5801The contractor will be required to make pick-ups and deliveries at all Community Based Outpatient Clinics (CBOC) between 3:30PM (1530 hours) and 4:30PM (1630 hours) local time (this geographical area covers two time zones Central and Mountain), excluding federal holidays or any additional National holiday that is declared by the President of the United States. Contractor will make deliveries and pick-ups from the Fargo VA Medical Center (hospital) after normal hours of operations, for security reasons contractor personnel (employees, agents, and/or sub-contractors), shall enter the building through the main entrance on the North side of the Medical Center (hospital). If the main door is locked, use the access phone next to the entrance (sliding door). Contractor personnel (employees, agents, and/or sub-contractors) shall limit their movement within the Fargo VA Medical Center (hospital) to designated areas, (currently all pick-up and delivery points are located on the first floor of the hospital). 5. Totes are approximately 16 H x 27 L x 19 W, they may vary in size; Some of the packages/boxes may be of odd dimensions, for example, those containing crutches, canes, laboratory supplies and paper supplies. Totes may contain office and medical supplies, laboratory supplies, Point of Care reagents and controls, interoffice mail, medical records- X-rays, medications/prescriptions, ect. (medical supplies may consist of syringes, gauze, FOBT cards, gloves, gowns and drapes, and needles and/or specimen Q-tips). Laboratory Specimen containers for delivery/ pick up are approximately 18 x16 Lx 16 W, they may vary in Size; Laboratory specimen containers will be locked. The contractor shall deliver/pick-up empty container(s) for each location and deliver/pick up a fully packed container(s) for the return trip. Laboratory specimens, i.e. body fluids, will be properly packaged by the VA personnel for transportation and will be placed in the locked container. Intermediately there may be a requirement for larger/heavy (items in excess of 50lbs); the assigned Contracting Officer Technical Representative (COTR) will provide the contractor with advance 24-hour notice to determine if special handling is required. Some containers/packages may require special handling and will be marked Fragile or This Side Up. Contractor shall return all RED BIO-HARZARD bins to the Emergency Departments Soiled Utility Room, these bins are considered bio-hazards, and will be handled accordingly. Environmental Controls: The contractor will be responsible to maintain a temperature controlled environment between 59 to 86 degrees Fahrenheit (F) or two (2) to eight (8) degrees Celsius (C) with the use of adequate refrigerant packs (to be supplied by the government) for all deliveries of laboratory specimens from community based outpatient clinic (CBOC) to the Fargo VA Medical Center (Hospital). Sterile supplies and instruments delivered to the CBOC from the Fargo VA Medical Center shall be transported in a temperature and humidity controlled environment between 65 to 72 degrees Fahrenheit or 18 to 22 degrees Celsius with a relative humidity level between 65 to 72. Contractor employees, agents, and/or sub-contractor s drivers shall not leave vehicles in extreme heat or cold while the specimens, sterile, supplies, pharmaceuticals and films are being transported. Failure by the contractor s employees, agents, and or sub-contractors to ensure established environmental controls are maintain, that results in damage or deterioration of laboratory specimens, the contractor will be responsible. Should specimens and/or transported items be lost or broken, the contractor will be required to submit a preliminary summary incident report (should be suitable for upper management: elements include the basic description of the incident, how the service was impacted by the incident, whether service was not impacted, degraded, or interrupted, and the date and time and duration of the incident) to the Contracting Officer Technical Representative (COTR) within 24-hours. The contractor shall provide a written incident report explaining the details of the incident (specifically, what caused the incident (who, what, where, when, and how) within 72 hours of the incident. Call-back requirement: The contractor shall within 30-minutes after receipt of notification from the Contracting Officer Technical Representative (COTR), re-perform the services of this contract when it is determined that unsatisfactory performance has been received, at no additional charge to the government. Drivers: Contractor s drivers (employee, agent, and/or sub-contractor), must maintain a valid driver s license for the type of vehicle operated as required by the State of Minnesota and/or North Dakota. Additionally, the contractor (offeror) shall maintain and provide upon request by the Contracting Officer or the Contracting Officer Technical Representative (COTR) evidence of his/her reliability, ability, and experience by furnishing a list of personnel who will perform under this contract, showing the length and type of experience of drivers and others performing courier services under this contract. Contractor personnel (employee, agent, and/or sub-contractor), while performing the services of this contract, shall conduct themselves in a professional business-like manner. Smoking is permitted only in designated areas when contractor personnel (employees, agents, and/or sub-contractors) are on Fargo VA Health Care System facilities. The vendor shall instruct contracted personnel (employee, agent, and/or sub-contractor) that smoking is not permitted while transporting items for the Department of Veterans Affairs (this includes in contractor vehicles). Contractor s drivers (employee, agent, and/or sub-contractor), shall observe and abide by all signage, speed limits, pedestrian right-of-way s, emergency vehicle right-of-way s, and designated roadways to collection sites. Contractor shall supply his/her employees (agent and/or sub-contractor) uniforms that will be worn always while performing the services of this contract and while contractor employees, agents and/or sub-contractors are on government property and in government buildings. These uniforms shall contain the employee s name and the contractor s insignia on a badge or emblazoned upon the shirt. Uniform may consist of a designated color shirt and designated color slacks. Consistency is necessary for identification purposes when the contractor or contractor s employee(s) are on site at Fargo VA Health Care System facilities. The contractor s drivers, (employee, agents, and/or sub-contractors), shall be required to maintain a record log of courier pick-ups and deliveries, indicating time and date of pick-ups, number of containers/totes and/or loose items. Contractors Drivers (employee, agents, and or sub-contractors) are required to notify the assigned Contracting Officer Technical Representative (COTR) during normal Fargo VA Health Care System business hours or if after normal business hours contractors drivers will notify the Fargo VA Medical Center (hospital) Laboratory staff of any unusual events that impeded him/her in making delivery as required by the contract at 1 800 410 9723 for laboratory extension 9-3984, (the appropriate extension will be provided by the assigned COTR after contract award). Under NO circumstances shall any person other than the driver or another employee, agent, and/or sub-contractor of the contractor ride in the vehicle or handle items being transported. Contractor shall provider and maintain training for its employees in appropriate safety and packaging procedures suitable to specimen type and distances transported. This should include issues such as adherence to regulation for transport of biohazards, use of rigid containers where appropriate, temperature control, notification procedures in case of accident or spills, etc. Upon request by the Contracting Officer Technical Representative (COTR), the contractor shall provide documentation certifying that the training has been provided to contractor employees, agents and/or sub-contractors. Reference 49 CFR 173.199 Diagnostic Specimens and used Health Care Products and 172.700, subpart H, Training and International Air Transportation Association (IATA) section 1.5.02. Vehicles: Contractor vehicles and storage areas used in the performance of this contract must be licensed and meet the minimum requirements as mandated by the State of Minnesota and/or North Dakota. Each vehicle used in the performance of this contract shall be adequately stocked with at least one current/up-to-date complete Spill Kit for a bio-hazard clean-up in case of leakage or accidental discharge from container. Contractor shall provide comprehensive automobile liability insurance required by the state of Minnesota and/or North Dakota. The contractor (offeror) shall provide certified proof of automobile liability insurance for all vehicles used by the contractor (offeror) in the performance of this contract, this will be provided to the contracting officer, no later than, 10-days after the award date and upon request of the COR/CO. Contractor vehicle(s) must be maintained in a sanitary clean condition, absent of foreign debris and contaminants. All vehicles must be in excellent working condition with all doors and trunks able to fully close and lock. The following types of vehicles are prohibited from use: Bicycles Motorcycles Vehicles without a secure cargo area, such as convertibles Pickup trucks without fully enclosed and lockable bed cover, unless cargo is secured in the driver s compartment. Inclement weather: Contractor shall develop a contingence plan to address the inclement weather conditions; this plan should address Community Based Outpatient Clinics, Fargo VA Medical Center (hospital) laboratory staff. The vendor is responsible for contacting the Contracting Officer Technical Representative (COTR) by notifying early enough to provide the appropriate staff time to notify veteran patients that laboratory services need to be rescheduled due to the inclement weather conditions. The latest acceptable time is 10:00 AM for the vendor to notify the COTR of any delay. Contractor shall be responsible for supplying, completing, and submitting all reports required and/or requested by any federal, state, or local government agency, as required by laws, ordinances, and/or regulations, that pertain to the supplies and services provided under this contract. All correspondence relative to this contract (i.e. invoice, inquiry, etc.) shall contain the contract number, facility name, and description of services performed. Contractor (Offeror) shall develop contingency plan to ensure un-interrupted daily scheduled courier services for the Fargo VA Health Care System. This plan shall be reviewed annually or as determined by the COTR, contractor, contracting officer or other designated VA staff. The COTR will provide the contractor and/or contractors with copies of any reference document and/or materials within 15-business days upon receipt of the written request unless stated differently within this contract. The Fargo VA Health Care System reserves the right to exclude contractor staff members from providing services under this contract based on breaches of conduct, including conduct that jeopardizes patient care or interferes with the regular and ordinary operation of the facility. Breaches of conduct include intoxication or debilitation resulting from drug use, theft, patient abuse, dereliction or negligence in performing directed tasks, or other conduct resulting in formal complaints by Veterans or other staff members to designated government representatives. The contractor and contracting officer s technical representative shall deal with issues raised concerning contractor personnel conduct. The contracting officer shall be the final arbiter on questions of acceptability and in validating complaints. END OF PERFORMANCE WORK STATEMENT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VABHHCS568/VABHHCS568/36C26318Q0124/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26318Q0124 36C26318Q0124_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3965402&FileName=36C26318Q0124-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3965402&FileName=36C26318Q0124-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04767282-W 20171216/171214231231-aaec0e2dc1d6d6af9068c1c13cfb4695 (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.