Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 08, 2023 SAM #7802
SOURCES SOUGHT

V -- Laboratory Specimen Transport Services - Hudson Valley Healthcare System

Notice Date
4/6/2023 10:34:34 AM
 
Notice Type
Sources Sought
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24223Q0498
 
Response Due
4/14/2023 7:00:00 AM
 
Archive Date
06/13/2023
 
Point of Contact
RUSSIN, LEVI, CONTRACTING OFFICER, Phone: (518) 626-6757
 
E-Mail Address
Levi.Russin@va.gov
(Levi.Russin@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice This is a Sources Sought Notice (a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (b) Although ""proposal,"" ""offeror,"" contractor, and ""offeror"" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. The Government is seeking information for market research purposes only. (c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as ""proprietary"" or ""confidential,"" intended to restrict distribution will not be distributed outside of the Government, except as required by law. (d) This Sources Sought is issued by VISN 2 Contracting Office in Albany, NY, for the purpose of collecting information about Lab Specimen Transport Services at Hudson Valley Healthcare System. The VA is seeking to provide for this requirement as of June 1, 2023, to establish a new contract. The NAICS code identified for this requirement is 492110 Courier and Express Delivery Services. The requirement is detailed in the Statement of Work section of this document. (e) Cursory market research has identified small businesses that may be able to provide for this requirement. Contractors that are able to meet the requirements in the attachment and possess an interest in performing these services, are encouraged to email a capability statement and full information to Levi Russin at Levi.Russin@va.gov. - Part of the purpose of this sources sought is to determine the viability of set aside to a specific socio-economic category(service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business). Interested parties MUST provide company/individual name, a capability statement, examples of same or similar work performed at other facilities, DUNS number and address, point of contact and social-economic. If contractor is a Service-Disabled Veteran-Owned Small Business (SDVOSB), a Veteran-Owned Small Business (VOSB), or any other special category of contractors, then contractor is responsible for providing documentation in support of this. This information will be used to determine the viability of a set aside for this requirement. If any of the requested information is not supplied with the response, this may result in the contractor not being considered in the Government s Procurement Strategy. The following information is required for determining procurement strategy and viability of sources: Set aside requirements have limitations on subcontracting. This service is located in Hudson Valley, NY. Provide your site location and supporting documentation. Given your location and proximity to the service site, how do you plan to accomplish self-performance of this work? If your intention is to subcontract work, what tasks will be performed by you as the prime contractor? What tasks will require a subcontractor due to your inability to perform them within your company? How many years experience does your company have in performing tasks of this nature, of this scope and this complexity? How many years of service do your proposed technicians have performing tasks of this nature, this scope, and this complexity? How many years does your proposed subcontractor have in performing tasks of this nature, this scope, and this complexity? How many jobs of this of this nature, of this scope and this complexity have you performed in the past five years? How many certified/licensed technicians does your company currently employ? - Contractors shall also identify any Federal Supply Schedules that may carry the desired services. - Contractors shall identify pertinent point of contact for company, contractor DUNS number for size standard and socioeconomic verification in SAM and VIP, as well as for any intended subcontractors. - Contractor shall provide 2 to 3 instances of past experience which demonstrate that they are a firm regularly engaged in this type of work, to include subcontractors for those jobs. - Contractor shall provide a listing of any teaming agreements they intend to employ in the performance of this requirement if awarded. - Contractor shall supply proof of any applicable certification or training required to meet the regulatory requirements, if applicable. - Contractors shall include any relevant comments about the Attachment(s) if applicable. Below is the Limitation on Subcontracting Certificate of Compliance Clause. Please complete this as part of your response. 852.219-77  VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. As prescribed in 819.7009(c) insert the following clause: VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (SEP 2021) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.] (i) [ ] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. (ii) [ ] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (iii) Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating section 1001 of title 18. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. The Contracting Officer may, at their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification: I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: _________________________________ Printed Title of Signee: ________________________________ Signature: ______________________________________________ Date: ___________________________________________________ Company Name and Address: _______________________________ _________________________________________________________ (End of clause) STATEMENT OF WORK Laboratory Specimen Transport Hudson Valley Healthcare System BACKGROUND Contractor must provide all labor, material, equipment, transportation, and certification/licensure for transportation of medical samples and supplies to local hospitals and other businesses deemed necessary. SCOPE OF WORK: Service will be utilized to transport clinical specimens to various labs for testing as needed. The courier will be used for such places as Long Island City, Albany, West Point and Montrose. Services include special blood bank procedures, STAT blood work during WHEN (weekend, holiday, evening, nights) hours and transport to New York Presbyterian from the Montrose campus. The delivery price schedule provided includes various destinations. The courier service can be utilized for anything that is needed for the laboratory as it is a comprehensive list that was provided from the vendor. Service needs to be available anytime day or night 365 days a year. The facility requires the courier to be here for pick-up within 30 minutes from the time a service call is placed. The number of trips utilized for the IGCE is based on the number of stats that the facility had on nights for a 12-month period, the number of Blood Bank deliveries needed during that time, as well as any other special blood trips. Management has eliminated the night shift, so the number of actual stat tests needs to be taken into consideration . The number of trips that occurred in 2022 will reflect an estimated test count, but not limited to, 38 for stats to CP from Montrose, and 3 Blood Bank trips to Long Island City (ID lab for BB workups), 1 Montrose trips to New York Presbyterian and 1 trip to the Wadsworth Lab in Albany. RESPONSIBILITY OF CONTRACTOR: The contractor must maintain all Federal and State requirements/licensure as required. Medical specimens in transport must be safeguarded according to Center for Disease Control and Prevention and Prevention and Dept. of Transportation regulations governing shipments of diagnostic/infectious substances. All drivers must have specific training/supplies to handle cleanup of spills (Hazmat) etc. associated with medical specimens. All couriers must be eligible to enter VA Hudson Valley Healthcare Medical Facilities. Driver personnel records with documentation of required training will be furnished to the Contracting Officer Representative (COR) within 14 days of request. RESPONSIBILITY OF VA HUDSON VALLEY HEALTHCARE SYSTEM Provide originating caller name, contract phone number and location (i.e. laboratory, pharmacy, operating room etc.) to ensure packages are ready for immediate pick up. Provide all packing materials including shipping containers and ensure that all packages are correctly addressed. Ensure all packages are prepared or packed according to any Federal, State, and local regulations for diagnostic or infectious substances as appropriated to the contained specimens, etc. Ensure sufficient amounts of wet or dry ice are packed with the specimens if required to provide the proper storage temperature for the duration of the transportation process. Provide a contact name/number for both the sender and receiver. Be available 24 hours/7 days a week to answer technical questions assist with questions concerning the nature of specimens shipped. Coordinate access to VA Hudson Healthcare Medical Facilities according to current Security Forces rules, regulations and requirements. QUALITY CONTROL The contractor must develop and implement a plan to monitor the quality and timeliness of services provided under this SOW. WORKLOAD ESTIMATE Services will be requested on an as needed basis. PRIVACY REQUIREMENTS: Prior to award of contract the Contractor must provide a signed Business Associate Agreement regarding Veteran Privacy. The background investigation must be repeated throughout the term of the contract so that all investigations are current (less than five years old.) PERIOD OF PERFORMANCE: The base period of performance will be from June 1, 2023, to May 31, 2024, with provision of four (4) Option Years. Federal Holidays observed by the Federal Government are: - New Year s Day - Martin Luther King s Birthday - President s Day - Memorial Day - Juneteenth - Independence Day - Labor Day - Columbus Day - Veteran s Day - Thanksgiving Day - Christmas Day And any other holiday designated by the President of the United States. PLACE OF PERFORMANCE: Department of Veterans Affairs Hudson Valley Healthcare System Castle Point Campus 41 Castle Point Road Castle Point, NY 12511 Department of Veterans Affairs Hudson Valley Healthcare System Montrose Campus 2094 Albany Post Road Montrose, NY 10548 VHA SUPPLEMENTAL CONTRACT REQUIREMENTS FOR COMBATTING COVID-19 Contractor employees who work in or travel to VHA locations must comply with the following: Documentation requirements: If fully vaccinated, contractors must show proof of vaccination. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination. If unvaccinated, contractors must show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test that includes an affiliated telehealth service. Documentation cited in this section must be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information.  Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the COVID-19 Screening Tool. Check regularly for updates. Contractor employees who work away from VA locations, but who will have direct contact with VA patients must self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information.  Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. For indefinite delivery contracts: Contractor agrees to comply with VHA Supplemental Contract Requirements for any task or delivery orders issued prior to this modification when performance has already commenced.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6c6ea49f070948bf94c6b58634d166af/view)
 
Place of Performance
Address: Department of Veterans Affairs Hudson Valley Healthcare System Castle Point and Montrose Campuses, USA
Country: USA
 
Record
SN06643893-F 20230408/230406230124 (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.