DOCUMENT
R -- ARMORED CAR SERVICE FOR BIG SPRING VAMC - Attachment
- Notice Date
- 9/6/2018
- Notice Type
- Attachment
- NAICS
- 561613
— Armored Car Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office NCO 17;NCO 17 Network Contracting Activity;124 E. HWY 67;Duncanville, TX 75137
- ZIP Code
- 75137
- Solicitation Number
- 36C25718U0029
- Response Due
- 9/13/2018
- Archive Date
- 10/13/2018
- Point of Contact
- Matthew G. Clements
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources, small and other than small businesses, to perform a potential requirement. Respondents are required to be registered and in good standing in The System for Award Management (SAM) https://www.sam.gov/portal/SAM/#1 Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method. NAICS code: 561613 and the size standard is $20.5M. NOTE: Respondent claiming SDVOSB and VOSB status must be registered and CVE verified in VetBiz Registry www.vetbiz.gov. Project Requirements: The contractor shall provide supervision, personnel, labor, transportation, and necessary equipment to provide same day bonded security pick-up and delivery services to the Department of Veterans Affairs Medical center, 300 Veterans Blvd, Big Spring, TX 79720 in accordance with the terms, conditions, special provisions, and the schedule contained in the statement of work. Anticipated period of performance: Base plus four (4) one-year options. Base: April 1, 2019 - March 31, 2020 Option Year One: April 1, 2020 - March 31, 2021 Option Year Two: April 1, 2021 - March 31, 2022 Option Year Three: April 1, 2022 - March 31, 2023 Option Year Four: April 1, 2023 - March 31, 2024 Information sought: Response to this announcement shall not exceed 10 pages and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide the services required in the Statement of work. The firm must include all certifications, qualifications, and training certificates to perform work on the outlined equipment. In addition, the firm must provide correspondence on company letterhead from that states they are a vendor authorized to perform services on the requested equipment; (2) The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, small, etc.) pursuant to the applicable NAICS code; (3) Information should be provided electronically in a Microsoft Word or Adobe PDF format. Please e-mail your response with the above information to Matthew.clements2@va.gov with the subject line "Sources Sought, 36C25718U0029, Armored Car Services /your company name" by 8:00 A.M. CST on September 13, 2018. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Statement of Work General a. The contractor shall provide supervision, personnel, labor, transportation, and necessary equipment to provide same day bonded security pick-up and delivery services to the Department of Veterans Affairs Medical Center, 300 Veterans Blvd, Big Spring, TX 79720 in accordance with the terms, conditions, special provisions, and the schedule contained in the statement of work. b. The contractor shall provide same day bonded courier services to the Agent Cashier of the VA Medical Center, 300 Veterans Blvd, Big Spring, TX 79720, room 90A. The contractor shall pick up and deliver change currency from Wells Fargo Bank on Wednesday and Friday between 9:30 am and 12:00 pm, except Federal holidays and deliver to the VA. c. The contractor's responsibility shall commence when property is physically delivered into his/her possession and a receipt is issued. Responsibility will terminate when said property has been delivered to the consignee and the consignee or his/her duly authorized agent issues a receipt. d. The contractor shall assume entire liability for the loss of any shipment to the amount of: Fiscal Department (a) Maximum cash change$ 20,000.00 PLACE OF PERFORMANCE West Texas VA Health Care System 300 Veterans Blvd Big Spring, TX 79720 Agent Cashier: Room 90A Wells Fargo Bank 400 S. Main Street Big Spring, TX 79720 CONTRACT REQUIREMENTS Qualification of Offeror: Offers will be considered only from Offerors 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 licensing and bonding requirements applicable to the state in which the services are being provided. Losses: 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 $50,000.00 liability per shipment. If shipment is lost or stolen, Contractor shall immediately notify the Agent Cashier, who will in tum notify the Chief of Fiscal Service who will in turn notify' the Associate Medical Center Director. Claims: The VA will notify the contractor, in writing, via certified mail, of any claim for losses within twenty-four (24) hours after loss is discovered or should have been discovered in the exercise of due care, and in any event within forty-five (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 Contractor shall provide the Contracting Officer and the COR a list of personnel authorized for pick-up and delivery of currency to and from the VA Medical Center, Big Spring, TX, within five (5) calendar days after receipt of notice of award. This list of names shall consist of the following: ld. Complete name (printed). 2d. Agent's hand-written signature. 3d. Identification badge with ID Number. This list shall be used to identify the contractor's personnel, by name, signature, and badge number. No currency shall be turned over to personnel not meeting this requirement. For added security purposes, the Contractor shall provide the Contracting Officer with an initial list of agents previously authorized but who are no longer authorized by the contractor to pick-up and deliver currency. The list shall be provided prior to award to the Contracting Officer. The contractor shall provide the Contracting Officer within twenty-four (24) hours of rescission of any agent's authority. HOURS The following is a list of U.S. Government holidays. If the holiday falls on a Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday and any other day specifically declared by the President of the United States to be a national holiday. HOLIDAY DATE: New Year s Day Jan 1 Martin Luther King s Birthday 3rd Monday in Jan President s Day 3rd Monday in Feb Memorial Day Last Monday in May Independence Day July 4 Labor Day 1st Monday in Sep Columbus Day 2nd Monday in Oct Veterans Day Nov 11 Thanksgiving Day 4th Thursday in November Christmas Day December 25 INSURANCE Satisfactory insurance coverage 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 licenses and/or permits, equipment and supplies required to perform this service. The Contractor shall take all-reasonable precautions necessary to protect persons and prope1ty from injury, damage, and danger during the performance of this contract. The contractor shall be responsible for any injury to his/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 the contractor's employees fault or negligence, and shall maintain personal liability and property damage and loss insurance having coverage for a limit as required. Contractor shall be bonded for a minimum amount of $50,000.00 and provide the Contracting Officer a notarized 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 and regulations of the VA Medical Center The contractor shall carry sufficient insurance to cover any losses or damages to property sustained by the VA Medical Center while performing the obligations of the contract in accordance with the terms and conditions of this contract. AUTHORIZED SERVICES Only those services specified in the contract are authorized. Before pe1forming 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. The Contracting Officer is the only person authorized to approve changes or modify any of the requirements under this contract. The contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitments or issue changes that will affect price, quantity or quality of performance of this contract. In the event the Contractor effects any such changes at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustments will be made in the contract price to cover any increase in costs incurred. GOVERNMENT BADGES The Contracting Officer Representative (COR) or VAMC Representative will coordinate the issuance of required access badges to Contractor personnel. Contractor personnel shall wear laminated identification badges provided by the Government always when performing. Badges shall be worn on the outer garment, attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. Government issued identification badge remains the property of the Government and shall be returned to the issuing office or other designated Government personnel upon transfer of Contractor employees from the contract. CONTRACTOR BADGES (NOT APPLICABLE) All Contractor personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public or Congress that they are Government officials. They must also ensure that all documents or reports produced by Contractor personnel are suitably marked as Contractor products or that Contractor participation is appropriately disclosed. SAFETY/SECURITY REQUIREMENTS The Contractor shall comply with all applicable federal, state and local laws and ensure performance is secure while protecting material, equipment, and actor supplies from damage and loss. Government security personnel shall have the express right to inspect for security violations at any time during the term of the contract. All information generated in performance of this contract becomes property of the Government and must be surrendered upon request and/or completion of the contract. The Contractor must protect against the destruction and/or misplacement of all information produced under this contract, unless directed under local policy to destroy. This includes both hard and soft copies of data. The Contractor shall not release any information (including photographs, files, public announcements, statements, denials, or confirmations) on any part of the subject matter of this contract or any phase of any program hereunder without the prior written approval of the COR. CONDUCT OF PERSONNEL Contractor personnel shall conduct themselves in a professional manner (i.e. timeliness, communication; spoken and written etc.). The Contracting Officer may require the Contractor to remove from the job site any employee working under this contract for reasons of suspected misconduct, a suspected security breach, or suspected to be under the influence of alcohol, drugs, or any other incapacitating agent. Contractor employees shall be subject to dismissal from the premises upon determination by the Contracting Officer that such action is necessary in the interests of the Government. The hospital director or designated representative has the authority to bar individuals from the Government facility. The removal from the job site or dismissal from the premises shall not relieve the Contractor of the requirement to provide sufficient personnel to perform the services as required by this performance work statement. The Government shall not reimburse the Contractor for travel and other expenses associated with the removal of personnel. Contractor personnel are not authorized to carry or possess personal weapons to include, but not limited to, firearms and knives with a blade length more than three inches, while assigned under this contract. CONTRACTORS ATTIRE AND APPEARANCE Contractor personnel shall present a professional appearance commensurate with standards delineated for Government civilian personnel acting in similar capacities. The Government reserves the right to review Contractor personnel qualifications. Upon request, resumes shall be provided to the Contracting Officer prior to clearance approval, for review and acceptance by the COR. The intent is verification purpose and not for the Government to become the hiring authority.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/36C25718U0029/listing.html)
- Document(s)
- Attachment
- File Name: 36C25718U0029 36C25718U0029.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4579558&FileName=36C25718U0029-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4579558&FileName=36C25718U0029-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25718U0029 36C25718U0029.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4579558&FileName=36C25718U0029-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;West Texas VA Health Care System;ATTN: Fiscal Service;300 Veterans Blvd;Big Springs, TX
- Zip Code: 79720
- Zip Code: 79720
- Record
- SN05076052-W 20180908/180906231959-2891b25e517c51d32b231016a721513e (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 |