Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 13, 2020 SAM #6832
SOLICITATION NOTICE

R -- CBOC Courier Mt Vernon

Notice Date
8/11/2020 10:14:54 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
492210 — Local Messengers and Local Delivery
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26020Q0751
 
Response Due
8/20/2020 12:00:00 PM
 
Archive Date
09/03/2020
 
Point of Contact
Jared P Zinsmeister, Jared Zinsmeister, Phone: 360-852-9859
 
E-Mail Address
jared.zinsmeister@va.gov
(jared.zinsmeister@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
1. This is a combined synopsis/solicitation for Courier Service for VA Puget Sound Health Care System (VAPSHCS) at Mt. Vernon Washington Community Based Outpatient Clinic (CBOC), as 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 purchase order is anticipated. FAR 13, Simplified Acquisition Procedures will be used. 2. The solicitation number is 36C26020Q0751 and is issued as a request for quotation (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-05 effective March 30, 2020, and the Veterans Affairs Acquisition Regulations (VAAR). The complete text of any of the clauses and provision may be accessed in full text at http://farsite.hil.af.mil. 4. This solicitation is set aside 100% for Service Disabled Veteran Owned Small Businesses (SDVOSB) and the associated NAICS 492210 code has a small business size standard of $30 million. The business has been verified for ownership and control pursuant to 38 CFR 74. The Government is seeking a contract to acquire Isolation Gowns, Shoe Covers, and Hair Caps. This solicitation is seeking to fulfill the statement of work. 5. Line Items: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 250.00 EA __________________ __________________ Courier Services from Mount Vernon Community Based Outpatient Clinic (CBOC) to the Seattle Veteran Affairs Hospital to transport laboratory specimens, medical and other supplies and pharmaceuticals Contract Period: Base POP Begin: 10-01-2020 POP End: 09-30-2021 1001 250.00 EA __________________ __________________ Courier Services from Mount Vernon Community Based Outpatient Clinic (CBOC) to the Seattle Veteran Affairs Hospital to transport laboratory specimens, medical and other supplies and pharmaceuticals Contract Period: Option 1 POP Begin: 10-01-2021 POP End: 09-30-2022 2001 250.00 EA __________________ __________________ Courier Services from Mount Vernon Community Based Outpatient Clinic (CBOC) to the Seattle Veteran Affairs Hospital to transport laboratory specimens, medical and other supplies and pharmaceuticals Contract Period: Option 2 POP Begin: 10-01-2022 POP End: 09-30-2023 3001 250.00 EA __________________ __________________ Courier Services from Mount Vernon Community Based Outpatient Clinic (CBOC) to the Seattle Veteran Affairs Hospital to transport laboratory specimens, medical and other supplies and pharmaceuticals Contract Period: Option 3 POP Begin: 10-01-2023 POP End: 09-30-2024 4001 250.00 EA __________________ __________________ Courier Services from Mount Vernon Community Based Outpatient Clinic (CBOC) to the Seattle Veteran Affairs Hospital to transport laboratory specimens, medical and other supplies and pharmaceuticals Contract Period: Option 4 POP Begin: 10-01-2024 POP End: 09-30-2025 GRAND TOTAL __________________ 6. Statement of work: STATEMENT OF WORK 1. Contract Title: Courier Services 2. General Information: This is a non-personnel services contract to provide courier services for the Veteran Affairs Puget Sound Healthcare System. The Government shall not exercise any supervision or control over the contract service providers performing the service herein. Such contract service providers shall be accountable solely to the contractor, who in turn is responsible to the Government. 3. Description of Services/Scope: The Contractor shall provide courier services to transport laboratory specimens, medical and other supplies and pharmaceuticals from the Mount Vernon Community Based Outpatient Clinic (CBOC) to the Seattle Veteran Affairs Hospital. 4. Background: The Veteran Affairs Puget Sound Healthcare System requires contract personnel to provide courier services and does not have the personnel to perform these services at the hospital. 5. Specific Tasks: 5.1 Schedule and requirements for pickup and delivery instructions: Mount Vernon CBOC PICKUP: 307 South 13th St, Mount Vernon WA, 98274 to Veteran Affairs Puget Sound Health Care System, Seattle Division, 1660 S. Columbian Way, Seattle, WA 98108. Pick-up will be at 4:00 p.m. with delivery by 7:00 p.m. Monday through Friday excluding Federal Holidays. Any pick-up items from the Seattle Division will be returned to MT Vernon CBOC on the following day during normal scheduled pick-up time. (GENERAL MEDICINE SERVICES). 6. Contractor Employees: 6.1 The contractor shall ensure personnel performing services under this contract have the proper vehicle - license and training to perform the duties outlined in this solicitation. He/she shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. The contractor shall be responsible for any injury to himself, his employees, or others, as well as for any damage to personal or public property that is caused by the fault or negligence of his/her employees. The contractor shall maintain personal liability coverage while performing under this contract. 6.2 The VA reserves the right to restrict any contractor employee from performing services under this contract that do not meet the required qualifications, violate Federal Regulation, and those identified as a potential threat to the security, safety, health and operations of the veteran population. Any restriction of Contractor personnel shall not relieve the contractor from performing all the required services in accordance with the terms, conditions, and schedules contained herein. 6.3 The Contractor shall instruct its personnel on the terms and conditions set forth in this contract, including the policies pertaining to performance. 6.4 The Contractor personnel performing services to the VA shall at all time conduct themselves in a professional manner, maintain personal hygiene, wear clean neat uniforms and be identified by having the company name, and employee name affixed to the uniform. The contractor shall be responsible for furnishing all vehicles, personnel, equipment, supplies, vehicle fuel, uniforms, nametags and / or badges for performance of services under this contract. Employee identification shall be worn in clear view. 6.5 Contractor personnel shall not smoke in facilities or while transporting VA property. 6.6 Discourteous and / or abusive language is strictly prohibited. 6.7 The Contractor's personnel shall be trained and certified in the proper handling of biohazardous materials. 6.8 The Contractor will be required to sign a Business Associate Agreement to protect the Health Information of VA beneficiaries. Reasonable and appropriate safeguards shall be used to prevent use or disclosure of protected health information. 6.9 The Contractor employees shall not be considered Government employees for any reason. 7. License / Certificate: The Contractor is required to secure and maintain proper license from the state of Washington Department of Licensing. Vehicles and equipment must be clean and in good working condition at all times. All vehicles and equipment are subject to inspection at anytime during the life of this contract. 8. General Terms and Conditions: Except as noted herein, all other terms and conditions of the Contractor s Federal Supply Schedule (FSS) Contract apply to this agreement. If the VA National Acquisition Center modifies the FSS contract, Contractor will notify the VA VISN-20 Contracting Officer. 9. Performance Measures: The following performance measures will be regularly tracked and monitored throughout the effective period of this contract by the Technical Representative and reported to the Contracting Officer. Acceptable performance on these measures, along with other factors, will be primary indices of contractor performance and a key consideration in contract renewal decisions. Performance will be monitored using the following criteria: Action/Test/Report Turnaround time (TAT) Acceptable Performance On-time pickup and delivery of specimens Within 30 min of turnaround times indicated in the solicitation 90% of all pickups 10. Safety Requirements: The Contractor will adhere to the applicable provisions of Public Law 104-191, Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the National Standards to Protect the Privacy and Security of Protected Health Information (PHI). As required by HIPAA, the Department of Health and Human Services (HHS) has promulgated rules governing the security, use and disclosure of protected health information by covered entities, including the Department of Veterans Affairs (VA). As defined in the Health Insurance Portability and Accountability Act (HIPAA) Public Law 104-191, your company may be required to execute a Business Associate Agreement. 11. Security Requirements: The Contractor employees shall not have access to Veteran Affairs sensitive or computer information and will not require routine access to Veteran Affairs Facilities. The Contractor employees shall require intermittent access only and will be escorted by Veteran Affairs employees while at Veteran Affairs Facilities. No background investigation is required. 12. Period of Performance: Base Year 10/01/2020 09/30/2021 Option Year 1 10/01/2021 09/30/2022 Option Year 2 10/01/2022 09/30/2023 Option Year 3 10/01/2023 09/30/2024 Option Year 4 10/01/2024 09/30/2025 7. Delivery: See Statement of Work (SOW) for Period of Performance (POP), and location of work. 8. The provision at 52.212-1, Instructions to Offerors Commercial items (DEVIATION 20018-O0018), applies to this acquisition: All offeror quotes for this solicitation must be received electronically through email to jared.zinsmeister@va.gov no later than 08/20/2020 1PM MST. 2. The solicitation number. 3. The name and DUNS #, address, and telephone number of the offer. 4 A technical description of the service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation and SOW. 5. Questions must be emailed to the above no later than 08/17/2020 1pm MST. 9. The provision at 52.212-2, Evaluation Commercial Items (OCT 2014) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest priced quotation that meets all SOW requirements that is responsive and responsible. A comparative evaluation will be conducted in accordance with FAR 13.106-2(b)(3) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), after its receipt, unless a written notice of withdrawal is received before award. 10. 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. 11. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: Clauses: 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.211-73 Brand Name or Equal. (JAN 2008) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total SDVOSB Set-Aside 852.228-71 Indemnification and Insurance 852.232-72 Electronic Submission of Payment Requests 852.270-1 Representatives of Contracting Officers 12. 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: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2010) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.21 27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (MAR 2020) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50 Combating Trafficking in Persons (Jan 2019) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 13. Additional contract requirements, terms or conditions: Current Wage Determinations under the Service Contract Act will apply. 14. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. 15. Quotes must be emailed to jared.zinsmeister@va.gov and received no later than 1PM MST on 08/20/2020. Quotes may be submitted on this document or the vendor s own form. No late quotations will be accepted. 16. For information regarding the solicitation, please contact Jared Zinsmeister at jared.zinsmeister@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a130a6fea8f142348717bfbe47553d16/view)
 
Place of Performance
Address: Mount Vernon CBOC 307 South 13th St, Mount Vernon 98274
Zip Code: 98274
 
Record
SN05752960-F 20200813/200811230145 (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.