Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 04, 2020 SAM #6670
SOURCES SOUGHT

R -- SC Courier Service Lexington

Notice Date
3/2/2020 7:30:38 AM
 
Notice Type
Sources Sought
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24920Q0123
 
Response Due
3/5/2020 12:00:00 AM
 
Archive Date
05/04/2020
 
Point of Contact
Scott Dickeyscott.dickey@va.gov615 225-6454
 
E-Mail Address
scott.dickey@va.gov
(scott.dickey@va.gov)
 
Awardee
null
 
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 to perform a potential requirement. Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method. NAICS code: 492110 and sized standard is 1,500 employees. NOTE: Respondent claiming SDVOSB and VOSB status must be registered and CVE verified in VetBiz Registry www.vetbiz.gov. Project requirements: To provide on call pickup and delivery of medications FROM Lexington VA Pharmacy located at 1101 Veterans Drive, Lexington, KY 40502 TO designated sites at the Leestoive Orders -- Commercial Items (DEV) (Jun 2019). The following FAR clauses/provisions cited in 52.212-5 are applicable: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 17) 52.204-7 System for Award Management (Oct 2018) 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2018) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) *52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.219-1 Small Business Program Representation (Oct 2014) 52.219-6 Notice of Total Small Business Set-Aside (DEV) (Nov 2011) 52.219-13 Notice of Set-Aside of Orders (Nov 2011) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2020) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Jul 2014) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 19) 52.222-50 Combating Trafficking in Persons (Jan 19) 52.223-6 Drug-Free Workplace (May 2001) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 08) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications (Aug 2018) 52.232-33 Payment by Electronic Funds Transfer� System for Award Management (Oct 18) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1 Disputes (May 2014) 52.233-3 Protest after Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) DFARS Clauses/Provisions: 252.203-7000 Requirements Relating to Compensation for Former DoD Officials (Sep 11) 252-203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 13) *252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 11) *252.204-7008 Compliance with Safeguarding Defense Information Controls (Oct 16) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 19) 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors (May 16) 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 16) 252.211-7003 Item Identification and Valuation (Mar 16) 252.211-7008 Use of Government-Assigned Serial Numbers (Sep 10) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 13) *252.225-7000 Buy American Statute�Balance of Payments Program Certificate (Nov 14) 252.225-7001 Buy American and Balance of Payments Program (Dec 16) 252.225-7012 Preference for Certain Domestic Commodities (Dec 17) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 18) 252.232-7006 Wide Area Workflow Payment Instructions (May 13) 252.232-7010 Levies on Contract Payments (Dec 06) 252.239-7017 Notice Of Supply Chain Risk (Feb 19) 252.244-7000 Subcontracts for Commercial items (Jun 13) 252.247-7023 Transportation of Supplies by Sea (Feb 2019) The following AFFARS clauses are applicable to this solicitation: 5352.201-9101 Ombudsman (OCT 2019) with the following fill-in: AFICA/KS SCO 160 Air Force Pentagon, Washington DC 20330-1060, (P) 571-256-2395, (F) 571-256-2431, afica.ks.wf@us.af.mil. 5352.223-9001 Health and Safety on Government Installations (Oct 2019) 5352.242-9000 Contractor Access to Air Force Installations (Oct 2019) 1. CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver�s license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) The full text of these clauses and (*) provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1a0ac137aa44457eaf89ad08f57756d4/view)
 
Place of Performance
Address: Lexington VA Medical Center;Cooper Division;1101 Veterans Drive;Lexington, KY 40502, USA
Zip Code: 40502
Country: USA
 
Record
SN05577508-F 20200304/200302230208 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.