DOCUMENT
R -- Lab Courier Services - Birmingham VA Medical Center - Attachment
- Notice Date
- 5/10/2018
- Notice Type
- Attachment
- NAICS
- 492210
— Local Messengers and Local Delivery
- Contracting Office
- Department of Veterans Affairs;Birmingham VA Medical Center;700 South 19th Street;Birmingham AL 35233
- ZIP Code
- 35233
- Solicitation Number
- 36C24718Q0614
- Response Due
- 5/21/2018
- Archive Date
- 6/20/2018
- Point of Contact
- Evonne A Huggins
- E-Mail Address
-
1-6111
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- (i) This is a combined synopsis/solicitation for Courier Services 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; quotes are being requested and a written solicitation will not be issued. A firm-fixed price is anticipated. (ii) The solicitation number is 36C24718Q0614 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 (iv) This solicitation is 100% Set Aside for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS code 492210 has a small business size standard of $27.5M (v) Contract Line Item Numbers (CLINs): TOTAL PRICING FOR BASE YEAR: $ _______________________________________ TOTAL PRICING FOR OPTIONAL YEAR 1: $ _________________________________ TOTAL PRICING FOR OPTIONAL YEAR 2: $ _________________________________ TOTAL PRICING FOR OPTIONAL YEAR 3: $ _________________________________ TOTAL PRICING FOR OPTIONAL YEAR 4: $ _________________________________ CLIN Location Name Description Unit Price Qty Unit of Issue Extended Price 0001 Anniston/Oxford CBOC Lab Courier Services -- Pick Up Location: 96 Ali Way Creekside South Oxford, AL 36203 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 0002 Bessemer CBOC Lab Courier Services -- Pick Up Location: 975 9th Avenue SE Suite 400, UAB West, Bessemer AL, 35020 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 0003 Childsburg CBOC Lab Courier Services -- Pick Up Location: 151 9th Avenue NW, Childersburg, AL 35044 Delivery Location: Birmingham VAMC no later than 9:30 pm CST. 251 Trip 0004 Guntersville CBOC Lab Courier Services -- Pick Up Location: 100 Judy Smith Drive, Guntersville AL, 35976 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 0005 Gadsden CBOC Lab Courier Services -- Pick Up Location: 206 Rescia Drive, Gadsden AL, 35906 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 0006 Huntsville VA Annex Lab Courier Services -- Pick Up Location: 500 Markaview Drive NW, Huntsville AL, 35805 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 0007 Jasper CBOC Lab Courier Services -- Pick Up Location: 1454 Jones Dairy Road, Jasper AL, 35501 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 0008 Muscle Shoals CBOC Lab Courier Services -- Pick Up Location: 422 DD Cox Blvd, Sheffield, AL 35660 Delivery Location: Birmingham VAMC no later than 9:30pm CST 251 Trip 0009 Birmingham VA Annex Lab Courier Services -- Pick Up Location: 2416 7th AVE South, Birmingham, AL 35233 Delivery Location: Birmingham VAMC ** Five (5) Pick-ups daily, delivered at 0900, 1100, 1300, and 1500,1800 hours CST 1255 Trip BASE PERIOD OF PERFORMANCE | 1 SEP 2018 31 AUG 2019 TOTAL PERIOD VALUE CLIN Location Name Description Unit Price Qty Unit of Issue Extended Price 1001 Anniston/Oxford CBOC Lab Courier Services -- Pick Up Location: 96 Ali Way Creekside South Oxford, AL 36203 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 1002 Bessemer CBOC Lab Courier Services -- Pick Up Location: 975 9th Avenue SE Suite 400, UAB West, Bessemer AL, 35020 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 1003 Childsburg CBOC Lab Courier Services -- Pick Up Location: 151 9th Avenue NW, Childersburg, AL 35044 Delivery Location: Birmingham VAMC no later than 9:30 pm CST. 251 Trip 1004 Guntersville CBOC Lab Courier Services -- Pick Up Location: 100 Judy Smith Drive, Guntersville AL, 35976 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 1005 Gadsden CBOC Lab Courier Services -- Pick Up Location: 206 Rescia Drive, Gadsden AL, 35906 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 1006 Huntsville VA Annex Lab Courier Services -- Pick Up Location: 500 Markaview Drive NW, Huntsville AL, 35805 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 1007 Jasper CBOC Lab Courier Services -- Pick Up Location: 1454 Jones Dairy Road, Jasper AL, 35501 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 1008 Muscle Shoals CBOC Lab Courier Services -- Pick Up Location: 422 DD Cox Blvd, Sheffield, AL 35660 Delivery Location: Birmingham VAMC no later than 9:30pm CST 251 Trip 1009 Birmingham VA Annex Lab Courier Services -- Pick Up Location: 2416 7th AVE South, Birmingham, AL 35233 Delivery Location: Birmingham VAMC ** Five (5) Pick-ups daily, delivered at 0900, 1100, 1300, and 1500,1800 hours CST 1255 Trip OPTION 1 PERIOD OF PERFORMANCE | 1 SEP 2019 31 AUG 2020 TOTAL PERIOD VALUE CLIN Location Name Description Unit Price Qty Unit of Issue Extended Price 2001 Anniston/Oxford CBOC Lab Courier Services -- Pick Up Location: 96 Ali Way Creekside South Oxford, AL 36203 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 2002 Bessemer CBOC Lab Courier Services -- Pick Up Location: 975 9th Avenue SE Suite 400, UAB West, Bessemer AL, 35020 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 2003 Childsburg CBOC Lab Courier Services -- Pick Up Location: 151 9th Avenue NW, Childersburg, AL 35044 Delivery Location: Birmingham VAMC no later than 9:30 pm CST. 251 Trip 2004 Guntersville CBOC Lab Courier Services -- Pick Up Location: 100 Judy Smith Drive, Guntersville AL, 35976 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 2005 Gadsden CBOC Lab Courier Services -- Pick Up Location: 206 Rescia Drive, Gadsden AL, 35906 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 2006 Huntsville VA Annex Lab Courier Services -- Pick Up Location: 500 Markaview Drive NW, Huntsville AL, 35805 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 2007 Jasper CBOC Lab Courier Services -- Pick Up Location: 1454 Jones Dairy Road, Jasper AL, 35501 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 2008 Muscle Shoals CBOC Lab Courier Services -- Pick Up Location: 422 DD Cox Blvd, Sheffield, AL 35660 Delivery Location: Birmingham VAMC no later than 9:30pm CST 251 Trip 2009 Birmingham VA Annex Lab Courier Services -- Pick Up Location: 2416 7th AVE South, Birmingham, AL 35233 Delivery Location: Birmingham VAMC ** Five (5) Pick-ups daily, delivered at 0900, 1100, 1300, and 1500,1800 hours CST 1255 Trip OPTION 2 PERIOD OF PERFORMANCE | 1 SEP 2020 31 AUG 2021 TOTAL PERIOD VALUE CLIN Location Name Description Unit Price Qty Unit of Issue Extended Price 3001 Anniston/Oxford CBOC Lab Courier Services -- Pick Up Location: 96 Ali Way Creekside South Oxford, AL 36203 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 3002 Bessemer CBOC Lab Courier Services -- Pick Up Location: 975 9th Avenue SE Suite 400, UAB West, Bessemer AL, 35020 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 3003 Childsburg CBOC Lab Courier Services -- Pick Up Location: 151 9th Avenue NW, Childersburg, AL 35044 Delivery Location: Birmingham VAMC no later than 9:30 pm CST. 251 Trip 3004 Guntersville CBOC Lab Courier Services -- Pick Up Location: 100 Judy Smith Drive, Guntersville AL, 35976 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 3005 Gadsden CBOC Lab Courier Services -- Pick Up Location: 206 Rescia Drive, Gadsden AL, 35906 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 3006 Huntsville VA Annex Lab Courier Services -- Pick Up Location: 500 Markaview Drive NW, Huntsville AL, 35805 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 3007 Jasper CBOC Lab Courier Services -- Pick Up Location: 1454 Jones Dairy Road, Jasper AL, 35501 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 3008 Muscle Shoals CBOC Lab Courier Services -- Pick Up Location: 422 DD Cox Blvd, Sheffield, AL 35660 Delivery Location: Birmingham VAMC no later than 9:30pm CST 251 Trip 3009 Birmingham VA Annex Lab Courier Services -- Pick Up Location: 2416 7th AVE South, Birmingham, AL 35233 Delivery Location: Birmingham VAMC ** Five (5) Pick-ups daily, delivered at 0900, 1100, 1300, and 1500,1800 hours CST 1255 Trip OPTION 3 PERIOD OF PERFORMANCE | 1 SEP 2021 31 AUG 2022 TOTAL PERIOD VALUE CLIN Location Name Description Unit Price Qty Unit of Issue Extended Price 4001 Anniston/Oxford CBOC Lab Courier Services -- Pick Up Location: 96 Ali Way Creekside South Oxford, AL 36203 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 4002 Bessemer CBOC Lab Courier Services -- Pick Up Location: 975 9th Avenue SE Suite 400, UAB West, Bessemer AL, 35020 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 4003 Childsburg CBOC Lab Courier Services -- Pick Up Location: 151 9th Avenue NW, Childersburg, AL 35044 Delivery Location: Birmingham VAMC no later than 9:30 pm CST. 251 Trip 4004 Guntersville CBOC Lab Courier Services -- Pick Up Location: 100 Judy Smith Drive, Guntersville AL, 35976 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 4005 Gadsden CBOC Lab Courier Services -- Pick Up Location: 206 Rescia Drive, Gadsden AL, 35906 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 4006 Huntsville VA Annex Lab Courier Services -- Pick Up Location: 500 Markaview Drive NW, Huntsville AL, 35805 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 4007 Jasper CBOC Lab Courier Services -- Pick Up Location: 1454 Jones Dairy Road, Jasper AL, 35501 Delivery Location: Birmingham VAMC no later than 9:30 pm CST 251 Trip 4008 Muscle Shoals CBOC Lab Courier Services -- Pick Up Location: 422 DD Cox Blvd, Sheffield, AL 35660 Delivery Location: Birmingham VAMC no later than 9:30pm CST 251 Trip 4009 Birmingham VA Annex Lab Courier Services -- Pick Up Location: 2416 7th AVE South, Birmingham, AL 35233 Delivery Location: Birmingham VAMC ** Five (5) Pick-ups daily, delivered at 0900, 1100, 1300, and 1500,1800 hours CST 1255 Trip OPTION 4 PERIOD OF PERFORMANCE | 1 SEP 2022 31 AUG 2023 TOTAL PERIOD VALUE STATEMENT OF WORK COURIER SERVICES BIRMINGHAM VAMC Statement of Work SCOPE: Provide courier services to transport pathology/laboratory specimens, outgoing mail and other documents, small equipment and/or supplies, in accordance with this Statement of Work, from the eight (8) Community Based Outpatient Clinics (CBOCs) and one (1) Birmingham VA Medical Annex, to the Birmingham VA Medical Center (BVAMC) located at 700 South 19th Street, Birmingham, AL 35233. One (1) daily trip shall be made from the eight (8) CBOC s, Monday through Friday, excluding federal holidays. Pick-ups will be between 1530 and 1600 central time and delivery to the BVAMC will be made no later than 2100 central time the same day. Five (5) daily trips will be required from the Birmingham VA Medical Annex, excluding federal holidays. Pick-up times are 0900, 1100, 1300, 1500 and 1800 hrs. central time. All deliveries to the BVAMC will be made within 45 minutes of pick-ups. VA reserves the right to change, add or delete, pick-up locations based on future growth and expansion that constitute a new clinic location or deletion of a location which will occur during the life of this contract. VA reserves the right to amend pick-up and delivery locations and times based on clinical needs. The COR will notify the contractor within 2 days if there is a change in the pickup or delivery schedule. Pickup Locations and distance from the VA Medical Center: Anniston/Oxford CBOC, 96 Ali Way Creekside South Oxford, AL 36203 is 59.5 miles one way Bessemer CBOC, 975 9th Avenue, SW Suite 400 UAB West, Bessemer, AL 32055 is 15.7 miles one way. Childersburg CBOC, 151 9th Ave. NW, Childersburg, AL 35044 is 35.6 miles one way Gadsden CBOC, 206 Rescia Drive Gadsden, AL 35906 is 65.1 miles one way Guntersville CBOC, 100 Judy Smith Drive, Guntersville, AL 35976 is 85.8 miles one way Huntsville CBOC, 500 Markaview Road, NW, Huntsville, AL 35805 is 102 miles one way. Muscle Shoals CBOC, 422 DD Cox Blvd. Sheffield, AL 35660 is 99.8 miles one way Jasper CBOC, 5404 Jones Dairy Road, Jasper, AL 35501 is 39.5 miles one way Birmingham VA Medical Annex 2416 7th Ave South, Birmingham AL, 35233 is.5 miles one way BACKGROUND: Pathology and Laboratory Medicine Service (P&LMS) is a full service laboratory performing testing at BVAMC. P&LMS will be responsible for performing testing and sending out reference laboratory specimens for these clinics. Laboratory testing is critical to quality patient care. All laboratory specimens collected for testing must be delivered to P&LMS in adequate time to preserve the integrity of laboratory results. With current workload and VA patient population, it is necessary that all laboratory specimens are delivered to P&LMS, every day, Monday through Friday. TYPE OF CONTRACT. The contract will be a Base + 4 Option-Year, Firm-Fixed-Price contract and payment will be on a cost-per-delivery run basis. One run is considered a one-way trip. The base year shall begin on 1 September 2018. GENERAL INFORMATION AND REQUIREMENTS. Payment terms are: NET 30 Days after the receipt of a proper invoice. Contractor agrees to provide specimen (i.e. blood, urine etc), mail, clinical and business supplies pickup and delivery (courier) services. Courier is requested to pick up all pre-packaged clinical specimens based upon established VA procedure listed below. Courier is to pick up outgoing mail, prescriptions, charts x-rays, etc. Some pick-ups and drop-off could weigh up to 50 lbs. All CBOC/Annex labs (though some CBOC s might not have labs every day) are to be picked up at the reception and/or lab area. All lab coolers from clinics shall then be brought to the Birmingham VA Medical Center (BVAMC) lab on the 3rd floor in room 3D-107 before 2100 of the same day as they were picked up from the CBOC. One-for -one exchange of any coolers and freezer packs should be returned to the CBOC at the next scheduled pick-up time. All non-lab items (briefcases containing charts, inter office envelopes, prescriptions, etc) shall be picked up at the same locations and times in each respective CBOC as listed in #6. These items shall be delivered to the BVAMC Administrator on Duty (AOD) office. The AOD office is on the 1st floor of BVAMC directly adjacent to the Emergency Room entrance doors. One-for one exchange of any briefcases shall occur at each drop of at the AOD s office. The empty briefcases being picked up are to be returned to the respective CBOC at the next scheduled pick-up time. Contractor shall provide all briefcases. Contractor shall transport samples in such a manner as to ensure the integrity of the specimens. OSHA approved laboratory containers/coolers with refrigerant packs will be provided by the Contractor. All containers/coolers will be labeled with a biohazard label. Contractor must also ensure that patient privacy is protected to the greatest extent possible and that the Health Insurance Portability and Accountability Act of 1996 is strenuously followed. The contractor shall provide the coolers. Contractor shall be responsible for complying with all regulations that define appropriate transportation of specimens and shall supply, in writing, proof that all drivers have been adequately trained on an annual basis. The contractor's employees/couriers transporting test specimen must be trained in "Universal Precautions" in the handling of biohazard materials (specimens). Training must include utilizing clinical procedures in case of biohazard spills and accidents. The contractor must furnish a record of all required training. QUALITY CONTROL: The contractor shall develop and maintain a quality control program that ensures courier services are performed in accordance with these specifications. The contractor shall develop and implement procedures to track, identify, prevent, remedy and ensure non-recurrence of defective services. The contractor shall provide a method to accept and resolve customer complaints and notify the customer of the resolution. The contractor shall immediately notify the COTR upon receipt of a customer complaint in order that joint validation may be accomplished. The contractor is responsible for quality control and specification compliance. RECORD OF PICK-UP AND DELIVERY The Contractor must maintain a record and log of daily courier pick-ups and deliveries indicating time and date of pick-up, delivery, number of specimens and/or items and signatures. CONTRACTOR COURIERS/DRIVERS (a) All contractor employees must maintain a valid driver's license for the type of vehicle operated as required by the States operating therein. Contractor personnel shall wear visible identification at all times while on the premises of any Federal property. It is the responsibility of the Contractor to park in the appropriate designated parking areas. A record of each driver as to character and physical capabilities for performing as a courier must be maintained and made available to the Department of Veterans Affairs Medical Center upon request for inspection. (b) The contractor personnel performing services to the Government shall at all times conduct themselves in a professional manner, present a neat appearance and be easily recognized as a contract employee by having the company name, and employee name affixed to the clothing or uniform. The Contractor shall be responsible for furnishing all vehicles, personnel, equipment and supplies, vehicle fuel, uniforms, name tags and/or badges for performance of services under this contract. Employee identifications shall be worn in clear view above the waist. All contractor employees responsible for transporting specimens must have been trained and certified in accordance with OSHA (Occupational Safety and Health Organization) requirements as well as following the requirements of the Health Insurance Portability and Accountability Act (HIPPA) of 1996. ( c) The Government reserves the right to restrict any contractor employee from performing services under this contract who do not meet the required qualifications, or who violate Federal regulations or are identified as a potential threat to the security, safety, health and/or operational mission of VA and it s veteran population. The restriction of such contractor personnel shall not relieve the contractor from performing all the required services in accordance with all terms, conditions, and schedules contained herein. CONTRACTOR VEHICLES The vehicles used in the performance of this contract must be licensed and meet the minimum requirements by the States and cities operated therein. FEDERAL HOLIDAYS The 10 holidays observed by the Federal Government are: New Years Day Martin Luther King s Birthday President s Day Memorial Day Independence Day Labor Day Columbus Day Veteran s Day Thanksgiving Christmas Any other day specifically declared by the President of the United States to be a national holiday. (vi) Requirements of Service Provider: All contractor employees must maintain a valid driver's license for the type of vehicle operated as required by the States operating therein (vii) Period of Performance (anticipated) Base Year - 1 Sep 2018 31 Aug 2019 Optional Year 1 - 1 Sep 2019 31 Aug 2020 Optional Year 2 - 1 Sep 2020 31 Aug 2021 Optional Year 3 1 Sep 2021 31 Aug 2022 Optional Year 4 1 Sep 2022 31 Aug 2023 (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following instructions are added as addenda: INSTRUCTIONS TO QUOTERS: Offerors shall include a minimum of 1 paragraph and up to one page (front and back) of information describing work experience. Offerors may include up to 3 references that include point of contact name, phone number, email address and contract number associated with the service, period of performance and description of services rendered. References shall only be of similar scope and size to this solicitation. The government reserves the right to select a response that provides benefit to the government that exceeds the minimum. The government is not required to select a response that exceeds the minimum. Reponses may exceed the requirements. Each response must meet the solicitation requirement statement at a minimum. The government is not requesting or accepting alternate offers 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a firm-fixed price contract resulting from this solicitation. (End of Provision) 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) (a) In accordance with Division H, sections 8124 and 8125 of P.L. 112-74 and sections 738 and 739 of P.L. 112-55 none of the funds made available by either Act may be used to enter into a contract with any corporation that (1) Has an unpaid federal tax liability, unless the agency has considered suspension or debarment of the corporation and the Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (2) Has a felony criminal violation under any Federal or State law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that (1) The offeror does [ ] does not [ ] have any unpaid Federal tax liability that has been assessed and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (2) The offeror, its officers or agents acting on its behalf have [ ] have not [ ] been convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of Provision) 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Department of Veterans Affairs Network Contracting Office 7 2008 Weems Road Tucker, GA 30084 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of Provision) 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester s representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation. (End of Provision) 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW., Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW., Washington, DC 20420. The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer. (End of Provision) 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee s authority. A copy of the designation shall be furnished to the contractor. (End of Provision) (End of Addenda to 52.212-1) (ix) In accordance with FAR 13.106-2(b)(3), award will be made to the offer representing the best value to the government by performing a comparative evaluation of offers. **see instructions to offerors for additional information** (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: IL 001AL-11-15 LIMITATIONS ON SUBCONTRACTING - MONITORING AND COMPLIANCE This solicitation includes VAAR Clause 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of Clause) SUPPLEMENTAL INSURANCE REQUIREMENTS In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000 per occurrences. (c) Automobile liability: $200,000 per person; $500,000 per occurrence and $20,000 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (End of Clause) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 7 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 14 before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of Clause) 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to performthis work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of ALABAMA. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil https://acquisition.gov/far (C$END-OF-CLAUSE) 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.232-18 Availability of Funds (APR 1984) 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-8 Utilization of Small Business Concerns (OCT 2014) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (JUNE 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-35 Equal Opportunity for Veterans (OCT 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37 Employment Reports on Veterans (FEB 2016) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-41 Service Contract Labor Standards (MAY 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 31043: Driver Courier WG-5, Step 2 + fringe 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.223-20 Aerosols (JUN 2016) 52.223-21 Foams (JUN 2016) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) (xiii) Additional contract requirements, terms or conditions. WAGE DETERMINATION: The following Wage Determination under the Service Contract Act is applicable to this acquisition. A copy of the full determination can be obtained from wdol.gov or by emailing the contracting officer at Evonne.Huggins@va.gov: WD 15-4591 (Rev.-6) was first posted on www.wdol.gov on 01/16/2018 ************************************************************************************ REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2015-4591 Daniel W. Simms Division of | Revision No.: 6 Director Wage Determinations| Date Of Revision: 01/10/2018 _______________________________________|____________________________________________ Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 for calendar year 2018 applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.35 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2018. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts ____________________________________________________________________________________ State: Alabama Area: Alabama Counties of Bibb, Blount, Jefferson, Shelby, St Clair, Walker ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 31000 - Transportation/Mobile Equipment Operation Occupations 31043 - Driver Courier 14.18 ____________________________________________________________________________________ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors, applies to all contracts subject to the Service Contract Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is the victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $4.41 per hour or $176.40 per week or $764.40 per month HEALTH & WELFARE EO 13706: $4.13 per hour, or $165.20 per week, or $715.87 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 8 years, and 4 weeks after 20 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative, or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541. 400) wage rates may not be listed on this wage determination for all occupations within those job families. In addition, because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example, if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate, then the wage rate for that employee must be conformed in accordance with the conformance procedures described in the conformance note included on this wage determination. Additionally, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). ** HAZARDOUS PAY DIFFERENTIAL ** An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE, Standard Form 1444 (SF-1444) ** Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the U.S. Department of Labor, Wage and Hour Division, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour Division's decision to the contractor. 6) Each affected employee shall be furnished by the contractor with a written copy of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)). Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occupations" should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination (See 29 CFR 4.152(c)(1)). PAYMENTS: Invoices will be paid in arrears upon Inspection & Acceptance of services (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to Evonne.Huggins@va.gov and received no later than 10am Eastern Time on the notice response date. (xvi) For information regarding the solicitation, please contact Evonne Huggins at Evonne.Huggins@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BiVAMC521/BiVAMC521/36C24718Q0614/listing.html)
- Document(s)
- Attachment
- File Name: 36C24718Q0614 36C24718Q0614.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4295370&FileName=36C24718Q0614-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4295370&FileName=36C24718Q0614-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24718Q0614 36C24718Q0614.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4295370&FileName=36C24718Q0614-000.docx)
- Record
- SN04918116-W 20180512/180510230630-f21db14584a10ca9f8264863752f543f (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 |