SOURCES SOUGHT
V -- Wheelchair and Courtesy Transport IDIQ Period of Performance: 03-01-2021 to 02-28-2026 Sioux Falls VA Health Care System SDVOSB or VOSB Sources Sought
- Notice Date
- 10/14/2020 10:38:01 AM
- Notice Type
- Sources Sought
- NAICS
- 485991
— Special Needs Transportation
- Contracting Office
- NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
- ZIP Code
- 55101
- Solicitation Number
- 36C26321Q0046
- Response Due
- 11/3/2020 10:00:00 PM
- Archive Date
- 02/11/2021
- Point of Contact
- Contracting Officer, Doug Reed, Phone: 605-336-3230 x7844
- E-Mail Address
-
douglas.reed3@va.gov
(douglas.reed3@va.gov)
- Awardee
- null
- Description
- Page 2 of 2 No phone calls please. Please send any responses by e-mail only. As this is a Sources Sought Notice for market research purposes, the Government will not accept any technical questions at this time. This is a Sources Sought Notice to determine Service-Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB) sources capable of providing services per this notice under NAICS 485991 (Special Needs Transportation). Small business size standard is $16,500,000. Product Service Code (PSC) is V212 (Motor Passenger Service). THIS IS A SOURCES SOUGHT NOTICE BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This notice is issued solely for informational, market research, and planning purposes only. It does not constitute a solicitation or a promise to issue a solicitation in the future. This notice does not commit the Federal Government to contract for any services at this time. Further, the U.S. Department of Veterans Affairs, Network 23 Contracting Office/Sioux Falls Services Team, is not at this time seeking offers, and will not accept unsolicited offers. Respondents are advised that the Federal Government will not pay for any information or administrative costs incurred in response to this notice. All costs associated with responding to this notice will be solely at the responding party s expense. Responses to this notice are not offers and cannot be accepted by the Federal Government to form a binding contract. Although the term offeror is used in this notice, your respective organization s response will be treated as information only and shall not be used as an offer. OBJECTIVE: The objective of this notice is to conduct market research to determine if there are Service-Disabled Veteran Owned Small Business (SDVOSB) and Veteran-Owned Small Business (VOSB) sources capable of providing Wheelchair and Courtesy Transport services for the Sioux Falls VA Health Care System. Place of Performance Sioux Falls VA Health Care System 2501 West 22nd Street Sioux Falls, SD 57105 Potential Scope of Work The purpose of this requirement is to provide transport services for the Department of Veteran Affairs (VA) Sioux Falls VA Health Care System (SF) located in Sioux Falls, South Dakota. The service provided shall be performed in such a manner as to assure the safety and welfare of patients, visitors and staff. Place of performance is 2501 W 22nd St., Sioux Falls, SD 57105. The Contractor shall provide all vehicles, personnel, management, transportation, materials, supplies and equipment necessary to perform contract services as defined and specified herein. Contractor shall furnish all necessary vehicles, drivers, and attendants when required, to transport patients of SF. Services provided under this contract shall strictly adhere to all current laws and regulations applicable to the State of South Dakota and the City of Sioux Falls unless supplemented to exceed those requirements as specified herein. Contractor will comply with U.S. Interstate Commerce Commission required insurance liability coverage for out-of-state trips (Iowa, Minnesota, Nebraska, North Dakota, etc.). Transportation is required for non-ambulatory patients who are usually wheelchair bound and require wheelchair van transport. d. Furnish 7 days 365 days a year - 24-hour transportation service for the beneficiaries of SF. SUBMITTAL OF RESPONSES: Responses shall be sent via electronic mail only by 12:00am/Midnight Central Standard Time (CST), 11-04-2020 to: Doug Reed Contracting Officer E-mail: douglas.reed3@va.gov Offerors shall submit a capability statement indicating their ability and experience to provide the services cited above; such statement shall follow the exact format listed below: Company Name Address/City/State/Zip Code DUNS Number Point of Contact Name Point of Contact E-mail Address Socio-Economic Classification for NAICS Code 485999 as indicated at System for Award Management (SAM) at https://beta.sam.gov: Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB) to be verified at https://www.vetbiz.va.gov; and/or Small Business Subcontracting Considerations (please select one response): Our firm is primarily engaged in providing INSERT services and the use of a subcontractor is not needed Our firm would use subcontractors from another firm to do the services. The estimated amount to be subcontracted to other firms is ____%. As the Prime Contractor, our firm would provide (INSERT) services and the subcontractor would provide (INSERT) services. Identify any other companies owned (whole or in part) by the owners of this business who provide goods or services under the same or a related NAICS code. Identify any other companies owned (whole or in part) by the owners of this business who provide goods or services that are registered under the same or related NAICS code with the Center for Veterans Enterprise (CVE); provide the certification type (SDVOSB/VOSB), Federal Employer Identification Number (FEIN), and the state the business is incorporated in. Indicate if your company is planning to respond to solicitation for requirement with Joint Venture utilizing multiple owned companies as majority or non-majority owner; if yes, identify which companies are considering a Joint Venture and the ownership of each company (whole or in part) Relevant Experience in Wheelchair and Courtesy Transport (Maximum of 3 References in Past 3 Years) Broken Down By: Contract/Project Number Description of Contract/Project Reference Organization Name Reference Point of Contact Name/Title Reference Point of Contact E-mail Address Limitations on Subcontracting Requirements The Offeror/Contractor agrees in performance of any contract in the case of a contract for Services, it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50 percent subcontract amount that cannot be exceeded. An independent contractor shall be considered a subcontractor. Similarly Situated means that entity subcontracted to is same type of entity as the Prime Contractor (i.e., SDVOSB subcontracts to SDVOSB, small business subcontracts to small business).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/018220c062f04354835f13b1e948bec4/view)
- Place of Performance
- Address: Sioux Falls VA Health Care System 2501 West 22nd Street, Sioux Falls, SD 57105, USA
- Zip Code: 57105
- Country: USA
- Zip Code: 57105
- Record
- SN05827665-F 20201016/201014230141 (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 |