SOURCES SOUGHT
R -- Lab Courier services, JACC, FL to include Eglin, FL, and Panama City, FL
- Notice Date
- 6/25/2020 11:46:24 AM
- Notice Type
- Sources Sought
- NAICS
- 492110
— Couriers and Express Delivery Services
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25620Q0839
- Response Due
- 7/2/2020 10:00:00 AM
- Archive Date
- 09/30/2020
- Point of Contact
- Contracting Officer, Danette Rene' Impey, Phone: 228-523-4747
- E-Mail Address
-
Rene.Impey@va.gov
(Rene.Impey@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- This is a SOURCES SOUGHT NOTICE ONLY. This SOURCE SOUGHT NOTICE is for the purpose of Market Research. Response to this notice will be used for information and planning purposes. No proposals or quotes are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS or QUOTES and NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. This notice shall NOT be construed as solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). Responses to this notice is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. The Network Contracting Office (NCO) 16 is seeking preferably Service Disabled Veteran Owned Small Businesses, or Small Businesses (but will accept other than small business for market research purposes), capable of performing courier services for the Gulf Coast Veterans Health Care System, Biloxi, MS, Joint Ambulatory Care Center, Pensacola, FL. See DRAFT Scope of Work for detailed description of services. The NAICS code is 492110 Couriers and Express Delivery Services and the Size Standard is 1,500 employees. Responses must be received by no later than 12:00 p.m. Central Time, Thursday, July 2, 2020. Responses shall be emailed to rene.impey@va.gov. Responses shall include Capabilities Statements, DUNS number, and whether the requirement is on GSA/FSS schedule or Open Market. Facsimile or Telephonic responses will not be accepted. Note: All interested parties are reminded to be registered, active and verified in the following to be considered for Award. SAM: https://sam.gov/SAM/ VETBIZ: https://www.vip.vetbiz.va.gov/ Vet 4212 (Veteran owned small Business are reminded of Reporting Requirements) https://www.dol.gov/agencies/vets/progams/vets4212 Gulf Coast Veterans Health Care System Transportation Courier Service Pensacola, FL - Panama City, FL - Eglin, AFB DRAFT Performance Work Statement 1. The contractor shall furnish all supplies, equipment, labor, tools, transportation, gasoline, insurance, and any other services necessary, to accomplish one regularly scheduled same-day round trip courier services to, from and between geographically dispersed locations of the Gulf Coast Veterans Health Care System (GCVHCS). The various locations are the Joint Ambulatory Care Center (JACC), 790 Veterans Way, Pensacola, FL 32506; the Eglin Community Based Outpatient Clinic (CBOC), 100 Veterans Way, Eglin AFG, FL 32542; the Panama City Community Based Outpatient Clinic (CBOC), 2600 Veterans Way, Panama City Beach, FL 32408 and the Panama City Beach West Clinic, 140 Richard Jackson Blvd., Panama City Beach, FL 32407. The route shall start and end at the Joint Ambulatory Care Center (JACC) in Pensacola, FL, Monday through Friday, excluding Federal Holidays and other closures due to emergencies. The Contractor will arrive at the JACC, Pensacola, Florida, Room #1B171, no later than 06:00 a.m. and depart the JACC, Pensacola, Florida, no later than 06:30 a.m. The Contractor will return to the JACC, Pensacola, Florida, no later than 12:45 p.m., with stops at Eglin CBOC, Panama City CBOC, and Panama City West CBOC, in whichever pre-determined order best fits the government and its priority s. (NOTE: The Lab and the Labs specimens (pick-ups/drop-offs) are to remain the priority unless otherwise determined by the Contracting Officer). The Contractor shall pick up pharmaceuticals, medical supplies, laboratory specimens/samples (blood, urine, tissue, etc.), patient records, forms, clean linen, housekeeping supplies (toilet paper, tissue paper, chemicals, and other cleaning products), and mail (will be pre-packed in designated U.S. Postal Service bins/boxes), and any other items as required by the VA. The Contractor is required to safeguard all VA property in their possession at all times. In the event a delivery proves to be too large to fit within the Contractor s vehicle, the Contractor will be required to complete the remainder of the delivery (along with the next day s regular delivery) the next workday. However, the Contractor must ensure that this is a rare occurrence by using a large enough vehicle to accommodate a reasonable amount of items. The stops at Eglin CBOC, Panama CBOC, and Panama City West (off Richard Jackson Blvd), in between starting at the JACC and ending at the JACC, will be determined by: Historical information provided from previous Couriers/Courier Contracts/VA; Employees and any other notable source; Priority of drop-offs/pick-ups which come from the CO/COR; Any Current Public Information/Informational Broadcast/News bulletins reporting the change in normal flow; i.e. Traffic accidents, Road Construction, Natural Disasters, etc.; and/or All routes and changes to routes must be pre-approved by the CO/COR either with written notice, or if emergent, by telephone. 2. It is estimated that Minivans, SUVs, or similar mid-sized or larger vehicles are sufficient to perform these courier services. The Contractor s vehicle must be 100% climate controlled (with working air conditioning/heater for extreme seasonal temperatures) for the protection of specimens, etc. The Contractor will be held financially responsible for the replacement value of items damaged due to insufficient climate control. The Contractor s vehicle(s) must also be able to completely contain the items being transported internally in order to guarantee the safety, security, and overall state of the items. Standard vehicle security measures such as locking doors, windows, etc., are sufficient. 3. National Holidays: Ten (10) National Holidays are observed by the Federal Government, i.e., New Year s Day, Martin Luther King s Birthday, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day, and any other day specifically declared by the President of the United States to be a National Holiday. The Contractor is not required to perform courier services on National Holidays. 4. Insurance: The contractor shall meet all requirements of Federal, State and City code regarding operation of this type of business. The contractor shall be responsible for protecting the personnel, furnishing all services under this contract. To carry out this responsibility, the Contractor shall complete the NOTIFICATION OF COMPLIANCE WITH INSURANCE REQUIREMENTS listed in the Special Contract Requirements Section below or provides proof of the required coverage as outlined in the INSURANCE REQUIRED FOR WORK ON A GOVERNMENT INSTALLATION area in the Special Contract Requirements Section below. 5. Inclement Weather Provision: The Contractor shall contact the COR or designee when inclement weather interrupts scheduled pickup/deliveries. 6. The point of contact will be Ms. Jennifer Abendan. Please contact her for all matters pertaining to the Laboratory pick-up and delivery items. Her contact number is 850-912-2168 (office). Please also include the main lab numbers for contact purposes 850-912-2154. 7. COR: The Contracting Officer shall designate a COR who will function as the central point of contact for matters related to the contract. During that individual s absence, an alternate COR shall be designated. 8. Drivers: All drivers shall have attained legal age and shall maintain a neat, clean and professional appearance. Drivers shall be licensed in accordance with Federal, State and local transportation regulations and authorities. 9. Drivers shall not make stops for any reason other than emergencies during the transport of items under this contract. 10. Employee Clothing and Identification: All Contractor delivery personnel shall wear distinctive clothing bearing the Contractor s name and/or company name. All drivers shall be easily recognized as Contractor employees by also wearing appropriate a VA-provided identification card which identifies them by name, title, and job performed. 11. Contractor Personnel: The Contractor is responsible for the conduct of their employees while they are on Government facilities and while they are transporting Government items. Contractor personnel employed in the performance of this contract shall comply with all Veterans Administration (VA) building regulations, policies and guidelines while on the premises. Contractor personnel shall take appropriate safety and security precautions while performing duties applicable to this contract. 12. Vehicle: Vehicles used in the performance of this contract shall be licensed and meet all minimum vehicle requirements as mandated by the Federal and State Departments of Transportation (DOT) to include insurance. 13. Evidence of Insurance Coverage: Before award of the contract, the Contractor will furnish the Contracting Officer with the completed NOTIFICATION OF COMPLIANCE WITH INSURANCE REQUIREMENTS listed in the Special Contract Requirements Section above or provide proof of the required coverage as outlined in the INSURANCE REQUIRED FOR WORK ON A GOVERNMENT INSTALATION area in the Special Contract Requirements Section. If the Contractor provides the Contracting Officer with a Certificate of Insurance, it will contain an endorsement to the effect that cancellation of, or any material change in the policies, which adversely affect the interest of the Government in such insurance, will not be effective unless 30 days written notice of cancellation or change is furnished to the Contracting Officer. 14. Limitations: Under no circumstances shall any person other than the driver or another employee of the Contractor ride in the vehicle or handle items being transported. 15. Breach of Privacy: A Privacy violation by the contractor will be grounds for immediate termination of the contract for cause. 16. Standard Operating Procedures (SOP): The contractor must fully comply with all VA SOP s concerning the pick-up and delivery of U.S. Mail, VA Mail, any sensitive information, and/or hazardous materials. Please contact the designated COR to obtain copies of SOP s and any other documentation needed. 17. Hazardous Material (HazMat) Transportation Training: Contractor employees MUST have completed all required applicable US Department of Transportation HazMat training prior to the start of the contract. The contractor must also fully comply with all Federal, State, local, and VA HazMat requirements. 18. The A&A requirements do not apply and a Security Accreditation Package is not required.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/03046d00a07645559c98dc94a0980f5b/view)
- Place of Performance
- Address: Department of Veterans Affairs Network Contracting Office 16 Joint Ambulatory Care Center (JACC) 790 Veterans Way, Pensacola, FL 32507, USA
- Zip Code: 32507
- Country: USA
- Zip Code: 32507
- Record
- SN05703740-F 20200627/200625230155 (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 |