Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2020 SAM #6811
SOURCES SOUGHT

R -- Armored Car Service (VA-20-00082050)

Notice Date
7/21/2020 2:32:59 PM
 
Notice Type
Sources Sought
 
NAICS
561613 — Armored Car Services
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25520Q0617
 
Response Due
7/24/2020 1:00:00 PM
 
Archive Date
09/22/2020
 
Point of Contact
Michael Murphy, Contract Specialist, Phone: 913-946-1991
 
E-Mail Address
michael.murphy7@va.gov
(michael.murphy7@va.gov)
 
Awardee
null
 
Description
This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The VA Heartland Network 15, Contracting Office located at 3450 South 4th Street, Leavenworth, KS, 66048-5055 is seeking a potential qualified contractor to provide Armored Car Services for the Harry S. Truman Memorial Veterans Hospital located at 800 Hospital Dr. Columbia, MO 65201 Please see the statement of work on the following pages. NAICS Code: 561613 ( Armored Car Services) Size Standard $22.0 Million STAEMENT OF WORK 1. General: The Contractor shall provide Armored Carrier Service for VA Agent Cashier at the Harry S. Truman VA hospital, 800 Hospital Drive, Mo 65201. Service is to include pickup of cash and take cash for to bank for deposit to U.S. Bank TGA when needed, about one (1) time a week. In the future, we might require a check be taken to the bank in exchange for cash. This would be no more than two (2) times a month. 2. Frequency: Normally, services for VA Agent Cashier one time per week on Friday, except when holidays fall on Friday, there may be weeks when additional pickups and/ or deliveries may be required. We may need to get cash for check from US Bank twice a month. 3. Value: The average deposit is not expected to exceed $50,000.00 Average coin handling is not expected to exceed one bag or one box per trip. Cash in exchange for check will not exceed $5,000.00. 4. Pickup and Delivery Locations: a. The vendor shall park in designated spot and notify VA Police with arrival. VA Police will escort to Agent Cashier. b. Pickup and delivery locations for the VA Agent Cashier will be the Truman VA Hospital, 800 Hospital Drive, Columbia, MO 65201 with delivery location to be U.S Bank at 1000 E. Broadway, Columbia, MO 65201. Service time shall be once on Friday-excluding Federal Holidays; when holidays are on a Friday, the service time will be the next business day between the hours of 8:30 am and 10:00 am. However, there may be some weeks when additional pickups and/or deliveries may be required. c. Requests for time adjustments may be made by the VA Agent Cashier if it involves no price change. Requests requiring price changes will be negotiated by the Contracting Officer. d. Contractor s employees must present valid contractor identification to the Government agent prior to receiving money shipments. 5. Safe Keeping: Contractor s responsibility for the safekeeping of shipments shall commence when the same have been received by the contractor and a receipt given and shall terminate when delivery has been completed. It shall be the responsibility of the VA to obtain receipts for property released to the contractor. 6. Record of shipments: A receipt book shall be used to record shipment value. The shipment value declared by the VA shall be the maximum liability of the contractor in the event of loss (up to and including the maximum liability listed on the contract). 7. Liability: Contractor shall be liable for the loss of shipments delivered into its possession if they should fail to deliver shipments to consignee in the same condition as when delivery to and received by the contractor. A receipt by the consignee shall be conclusive proof that shipment was received security sealed and that the packages(s) were free from any cuts, holes, or other defects which could permit a loss of the contents. 8. Limits of Liability: The liability of the contractor does not extend to the loss or damages arising directly or indirectly from risks described in the following terms: a. Hostile or war-like action in time of peace or war, including, without limitation, action in hindering, combating, or defending against an actual, impending or expected attack, (i)By any Government or sovereign power (de jure or de facto) or by any authority or power maintaining or using military, naval or air forces, or (ii) By military, naval or air forces; or (iii) By an agent or agents of any such government, power, authority, or forces. b. Any weapon of war employing atomic fission or fusion or radioactive force whether in time of peace or war. c. Insurrection, rebellion, revolution, civil war, usurped power or action taken by governmental authority in hindering, combating, or defending against any such occurrence, seizure, or destruction under quarantine or customs regulations, or confiscation by order of any government or public authority, or risks of contraband or illegal transportation or trade. d. Nuclear reaction or nuclear radiation or radioactive contamination, all whether controlled or uncontrolled, and whether such loss be direct or indirect, proximate or remote, or be in while or in part caused by, contributed to or aggravated by the peril against which contractor assumes liability hereunder, provided, however that subject to the foregoing and all other provisions of the contract, direct loss by fire resulting from nuclear reaction or nuclear radiation or radioactive contamination is assumed by the contractor. e. Acts of God 9. Billing: Payment terms shall be monthly in arrears upon receipt pf properly prepared itemized invoice. 10. Electronic Funds Transfer: Payments under this contract shall be made by electronic funds Transfer Payment Method. 11. Service Contract Act: This contract is subject to the Service Contract Act. See attached DOL Wage Determination. 12. Special Provisions: Contractor shall provide the VA Contracting Officer proof of adequate insurance coverage which allows them to provide this service in accordance with applicable Federal, State, and local laws. In addition, the contractor shall provide insurance in the minimum amounts shown below. 13. Supplemental Insurance Requirements: In accordance with FAR 28.307-2, the following minimum coverage shall apply to this contract: a. Worker s compensation and employer s liability. Contractors are required to comply with applicable Federal and State worker s 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 this 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 shall be required, except in States with exclusive or monopolistic funds that do not permit worker s compensation to be written by private carriers. b. General Liability 1. The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. 2. Property damage liability insurance shall be required only in special circumstances as determined by the agency. c. Automobile Liability: The contracting officer shall require automobile liability insurance written on the comprehensive form of the policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $250,000 per person and $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. The amount of the liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. d. The successful offeror must present to the Contracting Officer, evidence of general liability insurance without any exclusionary clauses that would void the general liability coverage. 14. Qualifications of Offerors: 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. 15. Bonding: Contractor must be bonded and provide the Contracting Officer a notarized copy of coverage prior to contract award. 16. Contract Administration Data : All contract administration functions will be retained by the Department of Veterans Affairs. The Contracting Officer will be 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 will be authorized to make commitments or issue changes that affect price, quantity, or quality of performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered unauthorized and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. 17. Contracting Officer s Representative Pursuant to VAAR Provision 852.270-1, Representatives of Contracting Officer, the designated representative for this contract is will be determined at award. 18. Acronyms and Definitions CDR: Contract Discrepancy Report. Report issued by the Government to the contractor to document a supply or service found to be unacceptable during contract performance. CLIN: Contract Line Item Number. Unit of work (or service) to be performed (or delivered) by the contractor as a pay item. CO: Contracting Officer. A person with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings. COR: Contracting Officer s Representative. An individual, including a Contracting Officer s Representative (COR), designated and authorized in writing by the contracting officer to perform specific technical or administrative functions. QA: Quality Assurance. Actions taken by the government to assure contracted services meet PWS requirements. 19. Personnel Non-Personal Services a. This is a non-personal services contract. Personnel rendering services under this contract are not subject either by the contract s terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the government and its employees. The Government shall not exercise any supervision or control over the contract service s performing services herein. Such contract service s shall be accountable solely to the Contractor who, in turn, is responsible to the Government. b. Contractor Compliance with the Immigration and Nationality Act of 1952 c. The Contractor shall comply with any and all legal provisions contained in the Immigration and Nationality Act of 1952, As Amended; its related laws and regulations that are enforced by Homeland Security, Immigration and Customs Enforcement and the U.S Department of Labor as these may relate to non-immigrant foreign nationals working under contract or subcontract for the Contractor while providing services to Department of Veterans Affairs patient referrals. 20. Hours of Operations: Business hours for the VAMC follow: a. Administrative hours: Monday through Friday, 8:15 a.m. 4:15 p.m. b. National Holidays: The 10 holidays observed by the Federal Government are: New Year s Day; Martin Luther King s Birthday; Presidents Day; Memorial Day; Independence Day; Labor Day; Columbus Day; Veterans Day; Thanksgiving; Christmas; and any other day specifically declared by the President of the United States to be a national holiday. (c.) Off-Duty hours: Friday through Monday, 4:15 p.m. - 8:15 a.m.; Monday through Thursday, 4:15 pm 8:15 am. 21. Quality Control : CONTRACT PERFORMANCE MONITORING. The COR may perform surveillance of services by any of the methods listed below: a. Observing actual performance; b. Inspecting the services to determine whether or not the performance meets the performance standards; and c. Review of any other appropriate records. (1) When unacceptable performance occurs, the COR shall inform the Contractor and the Contracting Officer. This will normally be in writing unless circumstances necessitate verbal communication. In any case the COR shall document the discussion and place it in the COR file. When the COR determines formal written communication is required, the COR shall prepare a Contract Discrepancy Report (CDR), and present it to the contractor program manager. The Contractor shall acknowledge receipt of the CDR in writing. The CDR will specify if the Contractor is required to prepare a corrective action plan to document how the Contractor shall correct the unacceptable performance and avoid a recurrence. The CDR will also state how long after receipt the Contractor has to present this corrective action plan to the COR. The Government shall review the Contractor corrective action plan to determine acceptability. Any CDRs may become a part of the supporting documentation for any contractual action deemed necessary by the Contracting Officer. (2) Pursuant to VAAR Provision 852.270-1, Representatives of Contracting Officer representative(s); The Government shall periodically evaluate the Contractor performance by appointing a Contracting Officers Representative (COR) to monitor performance to ensure services are received. The Government representative(s) shall evaluate the Contractor performance through inspections of observations, inspection of services or any other form of documentation and all complaints from VA personnel. The Government may inspect as each task is completed or increase the number of quality assurance inspections if deemed appropriate because of repeated failures or because of repeated customer complaints. Likewise, the Government may decrease the number of quality assurance inspections if performance dictates. The Government Contracting Officer shall make final determination of the validity of customer complaint(s). (3) If any of the services do not conform to contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by re-performance, the Government may - (4) Require the Contractor to take necessary action to ensure that future performance conforms to contract requirements at no additional cost to the Government. 22. Contract Security The C&A requirements do not apply and a Security Accreditation Package is not required. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Service-Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. The North American Classification System (NAICS) code for this acquisition is 561613 Armored Car Service. The small business size standard is 22.0 million. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM located on the web at www.sam.gov). Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail: to michael.murphy7@va.gov. All information submissions should be received no later than 15:00 PM CST on Friday July 24, 2020. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation will be published.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6aad4b6022c04969943c921ba4b6a24e/view)
 
Place of Performance
Address: Harry S. Truman Memorial Veterans Hospital 800 Hospital Drive, Columbia 65201-5272
Zip Code: 65201-5272
 
Record
SN05728577-F 20200723/200721230156 (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.