SOURCES SOUGHT
V -- Baltimore Shuttle Contract 512-24-2-693-0004 (VA-24-00011838)
- Notice Date
- 10/18/2023 7:36:17 AM
- Notice Type
- Sources Sought
- NAICS
- 485999
— All Other Transit and Ground Passenger Transportation
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24524Q0064
- Response Due
- 11/1/2023 9:00:00 AM
- Archive Date
- 11/15/2023
- Point of Contact
- Dan Feng Lu, Contract Specialist, Phone: 410-642-2411 X26005
- E-Mail Address
-
danfeng.lu@va.gov
(danfeng.lu@va.gov)
- Awardee
- null
- Description
- Baltimore VA Medical Center and Cambridge Clinic Shuttle Transportation Services Baltimore VA Medical Center and Cambridge Clinic is conducting this Sources Sought to identify contractors who possess capabilities to provide the services described in the Performance Work Statement below. As permitted by the FAR Part 10, this is a market research tool being utilized for the informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy. Response is strictly voluntary it is not mandatory to submit a response to this notice to participate in formal RFQ process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitation posted as a result of this sources sought notice. Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the sources sought. This service will be implemented using the North American Industry Classification System (NAICS) Code 485999. If a small business is interested in this procurement, they must provide at least 51 percent of the services rendered. NOTES All Capability Statements/Responses to this Sources Sought Notice shall be submitted via email only to Danfeng.lu@va.gov. Telephone, Fax, or any other form of communication inquiries will not be reviewed or accepted. Responses to this Sources Sought Notice must be received no later than November 01, 2023 at 12:00 p.m. (Eastern Standard Time). This Sources Sought Notice may or may not assist the VA in determining sources. A solicitation is not currently available. If a solicitation is issued, it may or may not be announced at a later date, and all interested parties shall respond to that solicitation announcement separately from the responses to this Sources Sought Notice. DISCLAIMER This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked a proprietary will be handled accordingly in accordance with (IAW) Federal Acquisition Regulation (FAR) 15.201(e), RFIs may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses incurred associated with responding to this RFI. PERFORMANCE WORK STATEMENT Section 1 - General Information 1.1 The purpose of this contract is to provide Shuttle Transportation Services for VA beneficiaries and employees within the VA Maryland Health Care System (VAMHCS), unless noted otherwise routes are continuous: SHUTTLE ROUTES AND HOURS OF PERFORMANCE Route Name: METRO SHUTTLE Passengers: VA Beneficiaries (& their escort) and VA Employees (depending upon availability) Route - Charles Center Metro Station to Camden Yard Light Rail Station to Baltimore VA Medical Center Operates 4 AM-10 AM & 2 PM-8 PM; Every 25 Minutes Total of 12 Hours/Day Monday, Tuesday, Wednesday, Thursday, Friday One 7-Passenger Shuttle Route Name: MARC SHUTTLE Passengers: VA Beneficiaries (& their escort) and VA Employees (depending upon availability) Route Baltimore Penn Station to Baltimore VA Medical Center Operates 5:30 AM-8 AM & 3:30 PM-6 PM on Penn Train Station to Baltimore VAMC, and Operates 8 AM-3:30 PM Back-up Shuttle on the Annex to Baltimore VAMC Route; Every 20 Minutes Total of 12.5 Hours/Day Monday, Tuesday, Wednesday, Thursday, Friday One 7-Passenger Shuttle Route Name: METRO WEST SHUTTLE Passengers: VA Beneficiaries (& their escort) and VA Employees (depending upon availability) Route- Metro West Parking Garage to Baltimore VA Medical Center Operates 6 AM- 7 PM; Total of 13 Hours/Day Monday, Tuesday, Wednesday, Thursday, Friday GOV Passenger Shuttle (Two 12 passenger van) VA Owned and Maintained, Contractor will operate it. Route Name: LEXINGTON MARKET METRO SUBWAYLINK SHUTTLE Passengers: VA Beneficiaries (& their escort) and VA Employees (depending upon availability) Route- Lexington Market Metro Subway link to Baltimore VA Medical Center Operates 5 AM-10 AM & 3 PM-11 PM, and 7 PM to 11 PM - Add stop at Metro West Parking garage; Total of 13 Hours/Day Monday, Tuesday, Wednesday, Thursday, Friday One 7-Passenger Shuttle Route Name: ANNEX/ BIG LEXINGTON GARAGE SHUTTLE Passengers: VA Beneficiaries (& their escort) and VA Employees (depending upon availability) Route- Annex/Big Lexington Garage Route and Annex to Baltimore VA Medical Center Operates 6 AM-9 AM & 3 PM-6 PM Annex to Arena Route; and Operates 9 AM-3 PM Annex to Baltimore VAMC Route; Total of 12 Hours/Day Monday, Tuesday, Wednesday, Thursday, Friday One 7-Passenger Shuttle Route Name: ANNEX SHUTTLE Passengers: VA Beneficiaries (& their escort) and VA Employees (depending upon availability) Route- Baltimore VAMC Annex to Baltimore VA Medical Center Operates 6 AM-6 PM Baltimore VAMC to Annex; Total of 12 Hours/Day Monday, Tuesday, Wednesday, Thursday, Friday Two shuttles: one 7-Passenger Wheel chair shuttle with driver side exit ramp and one 7-Passenger Shuttle REGULAR Route Name: WASHINGTON DC SHUTTLE Passengers: VA Beneficiaries (& their escort) and VA Employees (depending upon availability) Route- Baltimore VA Medical Center to Washington DC VA Medical Center Operates 6:30 AM- 5:00 PM - Scheduled Service Depart Baltimore Arrive DC 6:30AM 7:30AM 10:30AM 11:30AM 3PM 4PM Depart DC Arrive Baltimore 8:15AM 9:30AM 12:30PM 1:30PM 4PM 5PM Monday, Tuesday, Wednesday, Thursday, Friday 14-Passenger Shuttle, Wheelchair and Ambulatory Route Name: GLEN BURNIE SHUTTLE Passengers: VA Beneficiaries (& their escort) and VA Employees (depending upon availability) Route- Baltimore VAMC to Glen Burnie VA Outpatient Clinic Operates 9:30 AM-4:00 PM - Scheduled Service Depart Baltimore Arrive Glen Burnie 9:30AM 10AM 12:15PM 12:45PM Depart Glen Burnie Arrive Baltimore 11:30AM 12 Noon 3:15PM 4PM Monday, Tuesday, Wednesday, Thursday, Friday 14-Passenger Shuttle; Wheelchair and Ambulatory Route Name: PERRY POINT SHUTTLE Passengers: VA Beneficiaries (& their escort) and VA Employees (depending upon availability) Route- Baltimore VA Medical Center to Perry Point VA Medical Center Operates 6:30 AM-5:45 PM - Scheduled Service Depart Baltimore Arrive Perry Point 6:30AM 7:30AM 9:30AM 10:30AM 12:30PM 1:30PM 3:30PM 4:30PM Depart Perry Point Arrive Baltimore 8AM 9AM 10:45AM 11:45AM 2PM 3PM 4:45PM 5:45PM Monday, Tuesday, Wednesday, Thursday, Friday 18-Passenger Shuttle; Wheelchair & Ambulatory (CDL Required) Route Name: LOCH RAVEN SHUTTLE Passengers: VA Beneficiaries (& their escort) and VA Employees (depending upon availability) Route- Baltimore VA Medical Center to Loch Raven VA Clinic Operates 7 AM-4:30 PM - Scheduled Service Departures Every Hour Depart Baltimore Arrive Loch Raven 7AM 7:30AM 8AM 8:30AM 9AM 9:30AM 10PM 10:30PM 12PM 12:30PM 1PM 1:30PM 2PM 2:30PM 3PM 3:30PM 4PM 4:30PM Monday, Tuesday, Wednesday, Thursday, Friday 14-Passenger Shuttle; Wheelchair and Ambulatory Route Name: LEXINGTON MARKET SMALL PARKING GARAGE SHUTTLE Passengers: VA Employees Route- Lexington Market Small Parking Garage to Baltimore VAMC Operates 24 hours, continuous services. Drop offs required on all three levels of parking garage between 6:00pm to 6:00 am for staff changing shifts overnight. Monday, Tuesday, Wednesday, Thursday, Friday GOV Passenger Shuttle (1 12 passenger van) VA Owned and Maintained, Contractor will operate it. Route Name: EASTERN BALTIMORE COUNTY CBOC SHUTTLE Passengers: VA Beneficiaries (& their escort) and VA Employees (depending upon availability) Route- Rosedale VFW / Loch Raven/ Baltimore VA Medical Center Operates 7 AM-4 PM - Scheduled Service Depart EAST BALTIMORE Arrive Loch Raven Depart Loch Raven Arrive Baltimore VAMC Depart Baltimore VAMC Arrive EAST BALTIMORE 7AM 7:35AM 7:40AM 8:00AM 8:15AM 8:55AM 9:05AM 9:40AM 9:45 AM 10:05AM 10:20AM 11:00AM 11:10AM 11:45AM 11:50 AM 12:10PM 1:10PM 1:50PM 2PM 2:35PM 2:40PM 3PM 3:15PM 4PM Monday, Tuesday, Wednesday, Thursday, Friday 14-Passenger Shuttle; Ambulatory Only 13. Route Name: CAMBRIDGE SHUTTLE TO BALTIMORE#1 Passengers: VA Beneficiaries (& their escort) and VA Employees (depending upon availability) Route - Cambridge VA Outpatient Clinic to Baltimore VA Medical Center. There are pick-up and drop-off points at the VFW in Easton, Route 404/50 parking lot, and Route 8 parking lot. Operates 8AM-4:30PM - Scheduled Service Departures Depart Cambridge Arrive VFW 8AM 8:15AM Depart VFW Arrive 404/50 Lot 8:15am 8:30am Depart 404/50 Lot Arrive Route 8 Lot 8:30 am 8:45 am Depart Route 8 Lot Arrive Baltimore 8:45am 10:00Am Depart Baltimore Arrive Route 8 Lot 1:00pm 2:15pm Depart Route 8 Lot Arrive 404/50 Lot 2:15pm 2:30pm Depart 404/50 Lot Arrive VFW 2:30pm 2:45pm Depart VFW Arrive Cambridge 2:45pm 3:00pm Monday, Tuesday, Wednesday, Thursday, Friday e.14-Passenger Shuttle; Wheelchair & Ambulatory Route Name: CAMBRIDGE SHUTTLE #2 Passengers: VA Beneficiaries (& their escort) and VA Employees (depending upon availability) Route- Cambridge VA Outpatient Clinic to Baltimore VA Medical Center. There are pick-up and drop-off points at the VFW in Easton, Route 404/50 parking lot, and Route 8 parking lot. Operates 10 AM - 5 PM - Scheduled Service Departures: Depart Cambridge Arrive VFW 10AM 10:15AM Depart VFW Arrive 404/50 Lot 10:15am 10:30am Depart 404/50 Lot Arrive Route 8 Lot 10:30 am 10:45 am Depart Route 8 Lot Arrive Baltimore 10:45am 12:00pm Depart Baltimore Arrive Route 8 Lot 3:00pm 4:15pm Depart Route 8 Lot Arrive 404/50 Lot 4:15pm 4:30pm Depart 404/50 Lot Arrive VFW 4:30pm 4:45pm Depart VFW Arrive Cambridge 4:45pm 5:00pm Monday, Tuesday, Wednesday, Thursday, Friday 14-Passenger Shuttle - ADA, Wheelchair & Ambulatory CAMBRIDGE/EASTERN SHORE DOOR-TO-DOOR SHUTTLES Passengers: VA Beneficiaries (& escort) Route: door-to-door shuttle service for Eastern Shore Maryland Counties: Caroline, Dorchester, Wicomico, Somerset, Worcester, Talbot and Queen Anne s to Cambridge and Pocomoke City VA Outpatient Clinics and to Baltimore VA Medical Center: 6:00 AM to 6:30 PM, Monday to Friday. Contractor will be responsible for scheduling door-to-door shuttling of VA beneficiaries utilizing one full time dispatcher. Dispatcher must be reachable after hours via contractor provided cell phone or other means. Contractor to provide 5 motor vehicle operators with staggered shifts: 6:00 AM to 2:30 PM, 7:00 AM to 3:30 PM, 7:30 AM to 4:00 PM, 8:00 AM to 4:30 PM, 8:30 PM to 5:00 PM, 10:00 AM to 6:30 PM. Vehicles for operation shall be provided by the Contractor and shall be a combination of (5 each) 7-Passenger minivans with handicap accessibility, and (2 each) 14-Passenger shuttle buses with handicap accessibility. Contractor Dispatcher scheduling Veterans door-to-door shuttles will be granted access to the VAMHCS information systems to obtain patient appointment times, home addresses and phone numbers for those Veterans. Thus, Contractor personnel needing access to VA information or information systems must complete the VA-required items before access can be granted (e.g., background screening & investigation, privacy training, PIV card issue). ADDRESSES FOR SHUTTLE LOCATIONS Baltimore VA Medical Center, 10 North Greene Street, Baltimore, MD 21201 Perry Point VA Medical Center, Perry Point, MD 21902 Washington DC VA Medical Center, 50 Irving St. NW, Washington, DC 20422 Glen Burnie Clinic, 808 Landmark Drive, Glen Burnie, MD 21061 East Baltimore CBOC 5235 King Avenue, Rosedale, MD 21237-2318 Loch Raven Clinic, 3901 The Alameda, Baltimore, MD 21218 Lexington Market Metro Subway link, 400 W Lexington Street, Baltimore, MD 21201 Lexington Market Small Garage, 400 W Lexington Street, Baltimore, MD 21201 Big Lexington Garage, 221 N. Paca Street, Baltimore, MD 21201 Annex, 209 W. Fayette Street, Baltimore, MD 21201 Charles Center Metro Station - 110 E Baltimore Street, Baltimore, MD 21201 Camden Yards Light Rail Station - 301 W Camden Street Baltimore, MD 21201 Baltimore Penn Station - 1500 N Charles Street Baltimore, MD 21201 Metro West Parking Garage- 610 West Saratoga Street, Baltimore MD 21201 Cambridge Clinic, 830 Chesapeake Drive, Cambridge, MD 21613 Pocomoke City Clinic, 101 Market Street, Pocomoke City, MD 21851 Easton VFW, 355 Glebe Rd, Easton, MD 21601 Route 404/50 Park & Ride, 29525 Queen Anne Hwy, Queen Anne, MD 21657 Route 8 Park & Ride, MD Rt 8 & US Rt 50, Stevensville, MD 21666 Route 301 Rest Area, 1000 Welcome Center Drive, Centreville, MD 21617 2.1. Performance and Notification 2.1.1. Contractor shall provide shuttle services utilizing vehicles capable of transporting safely and comfortably, per the hours stated under section 1.1, excluding all Holidays observed by the Federal Government. When transporting all passengers, Contractor shall be in accordance with VHA DIRECTIVE 2008-020. 2.1.2. Electronic Transmissions: The Contractor shall always utilize email to communicate patient incidents, requests for services, special correspondence, etc. to the VA. 2.1.3. Within seven days after contract award the Contractor shall provide its Contractor-Personnel Roster to the COR containing the following employee information: Name, Position, Title, and Work assignment area. 2.1.4. Thereafter, any personnel changes shall be submitted to the COR to verify the persons driver s licenses, credentials and medical fitness prior to the transportation of patients. 2.1.5 Contractor will be provided with the name and contact information of the COR and Transportation Manager prior to commencement of contract. 2.2. [Reserved] 2.3. Contractor Personnel Qualifications 2.3.1. Contractor employees shall conduct themselves in a business-like manner while on duty performing the services of this contract. Contractor shall furnish an identifying badge with name, function, and name of Contractor and a photograph of the employee. Contractor personnel will wear an appropriate and professional uniform. Appropriate and professional is defined as practical, clean and neat always. Undergarment should not be visible through or show outside of outer clothing. Shoes should be closed toe and allow employee to respond to any type of emergency. Hair should be neatly arranged. It is the Contractor s responsibility to foster confidence and trust in VA beneficiaries, visitors, and employees through professional behavior and appearance. Contractor personnel performing contract services shall, always, meet the qualifications specified in this contract, as well as any qualifications required by Federal, State, County and local government entities from the place in which they operate. 2.3.2. Within seven days after receipt of award notification, the Contractor shall provide evidence of required training, certifications, licenses and any other qualifications required for this contract. The initial documentation shall be provided to the COR prior to the commencement of performing any services under this contract. 2.3.3. During the period of performance, if the Contractor proposes to add-on or replace personnel to perform contract services, the Contractor shall submit the required evidence of training, certifications, licensing and any other qualifications to the Contracting Officer Representative. At no time shall the Contractor utilize add-on or replace personnel to perform contract services, who do not meet the personnel qualifications of this contract and who have not been approved by the COR. 2.4. Transportation Driver 2.4.1. Contractor shall be responsible for using appropriate driver screening and selection criteria when employing drivers. Appropriate driver screening is defined as license criteria to operate appropriate vehicles and positive driving history. Such screening shall include but not be limited to testing drivers for prohibited drug use and alcohol misuse; a criminal background check, to the maximum extent permitted by state law. 2.4.2. Drivers shall have a valid operator's license in accordance with Federal, State and local government requirements for their place of operation for the services they perform and have successfully completed the Standard First Aid Course of the American Red Cross and Basic Life Support CPR training or equivalent and be capable of providing first aid or CPR assistance. Driver s licenses and driving records must be verified annually and upon the occasion of a VHA transportation accident. 2.4.3. Prior to the commencement of services under this contract, the Contractor is responsible for providing the COR with verification that its drivers have the following before they provide any services related to this contract: Either received the Hepatitis B vaccine series, or is immune as a result of acquired infection, or have been offered and refused the vaccinations. Received measles-mumps-rubella (MMR) vaccine. Combined vaccine (MMR) is the vaccine of choice if individuals are likely to be susceptible to more than one of the three diseases and is required for all persons born after 1956. A negative PPD within the last six months, or if a known reactor, a negative chest X-ray upon hire. A history of varicella (chicken pox) or, if unknown, results of a varicella antibody test. If non-immune, must be vaccinated with varivax (chicken pox). Received training in Universal Precautions and Blood Borne Pathogens, Hazardous Material Management, and Life Safety Management (fire preparedness). Drivers should be in good health and not sick from any respiratory or gastrointestinal illness while transporting patients. Drivers shall not have a fever or flu like symptoms while transporting patients. All drivers transporting shall receive initial basic safe driver training and annual refresher to include defensive driving techniques, use of safety belts, patient safety and emergency response procedures. Training for drivers operating 15-passenger vans includes the DOT, National Highway Traffic Safety Administration. 2.5 Contractor Equipment, Vehicles and Inspection 2.5.1. Contractor shall remain fully responsible and liable for all aspects of Contractor s vehicles. The VA reserves the right to inspect Contractor's equipment and vehicles or require documentation of compliance with contract specifications, and State laws, rules, regulations and guidelines governing transportation vehicles. VA inspections of Contractor equipment will not constitute a warranty that the Contractor's vehicles and equipment are properly maintained. 2.5.2. The VA reserves the right to restrict the Contractor's use of equipment and vehicles that are not in compliance with contract requirements. The restriction of such equipment and vehicles shall not relieve the Contractor from performing in accordance with the strict intent and meaning of the contract and without additional cost to the VA. 2.5.3. Vehicles shall meet all current applicable Federal, State and local specifications and regulations including, but not limited to, licensing, registration, and safety standards. 2.5.4. Vehicles shall be clean and maintained in good repair in accordance with manufacturer's instructions and specifications, always during the performance of this contract. 2.5.5 The Contractor shall not be permitted to borrow medical equipment from the medical facilities. Contractor shall at no time and under any circumstances exchange equipment with VA. At no time will the Contractor leave vehicles on VA premises unless a pick-up or delivery is in process. 2.6 Contractor Performance 2.6.1. In the event, the Contractor is unable to perform services or have services performed as required, the Contractor shall immediately notify the VA COR and provide a justification for non-performance. The VA will re-procure services that cannot be performed by the Contractor. The Contractor shall indemnify the VA for excess re-procurement cost, which may result from the Contractor's inability to perform the required service or for non-response during off business hours. Payment of re-procurement costs shall not relieve the Contractor from any other provision in this contract. The VA will be the sole judge in determining when services will be re-procured. The failure of the Contractor to perform services within the required time frames and in accordance with terms and conditions may result in termination of the contract in accordance with FAR clause 52.212-4(m). 2.6.2. Should the VA determine the immediate transportation is essential to prevent loss of life or serious bodily harm, transportation services may be procured without referral to the Contractor. In these extremely rare cases, no charge shall be levied against the Contractor. 2.7 Escort 2.7.1. The VA reserves the right to have an escort, such as a relative, or care provider of beneficiary or VA staff accompany beneficiary when the VA determines that such an escort is in the best interest of the beneficiary. 2.7.2. The VA will also be the sole judge in determining when an escort is required. There shall be no additional charge to the VA when escorts are authorized to travel with beneficiary. Contractor shall only be required to transport escort with the beneficiary and shall not be required to return the escort back to point of origin. 2.8 Substitution of Beneficiary 2.8.1. The VA reserves the right to substitute between beneficiaries requiring services at any time so as to prevent delays, cancellations, or dry runs. There shall be no additional charge to the VA when such changes occur. 2.9 VA Beneficiary Rights 2.9.1. The Contractor shall be courteous to VA beneficiaries and shall not smoke while transporting them. VA beneficiaries may bring a reasonable amount of equipment, such as folding wheelchair, consumable medical supplies and personal suitcase. When transporting VA beneficiaries to or from Medical facilities, the driver, acting for the Contractor, will ensure that their luggage, medical records, medications, and prosthetic devices are properly accounted for and delivered with them as required. 2.9.2. The Contractor shall immediately notify the VA of any incidents involving injury to VA beneficiaries during transport. The Contractor shall promptly complete and submit to the COR and the Contracting Officer, an Incident Report with all information felt to be necessary for any full review. 2.9.3. The Contractor shall notify the COR, in writing within 24 hours of any complaints made by VA beneficiaries with regards to transportation services. The Contractor may provide recommendations for improved services along with the complaints for the VA's review. No recommendation shall be construed as being effective until and unless it is provided as a written modification to the contract from the Contracting Officer. 2.9.4. The Contractor shall assist the VA beneficiaries from the departure point to the vehicle and to their destination point. 2.10 Contractor's Responsibilities and Insurance Requirements 2.10.1. The Contractor shall obtain all necessary licenses and permits required to perform this work. Necessary licenses and permits required to perform include, but are not limited to, those specified in VHA Directive 2008-020. The Contractor 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 occurs during the performance of this contract that is caused by his or her employees' fault or negligence. 2.10.2. The Contractor shall maintain personal and automobile liability, and property damage insurance, as prescribed by the laws of Maryland and in accordance with VAAR 852.228-71. Evidence of coverage is required before commencing work under this contract (copy of Certificate of Insurance), and it may not be changed or cancelled without thirty calendar days prior written notice to the COR. Workers compensation and employer s liability coverage will conform to applicable State law requirements for the service defined, whereas general liability and automobile liability of comprehensive type shall, in the absence of higher statutory minimums, be required in the amounts per vehicle used of not less than $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage and $500,000 per occurrences for general liability. 2.11 Safety Requirements 2.11.1. In order to protect the lives and health of VA beneficiaries, the Contractor shall take such safety precautions as the Contracting Officer, or the COR, may determine to be reasonably necessary. Please reference VHA Directive 2008-020 in Section D.4. 2.11.2. The Contracting Officer, or the COR, will notify the Contractor of any safety non-compliance and the action to be taken. 2.11.3. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order, stopping all or any part of the work. 2.11.4. Reference: VHA Directive 2008-020, Patient Transportation Program, April 16, 2008 2.12 Interference with Normal Functions 2.12.1. The Contractor s personnel may be required to interrupt their work at any time so as not to interfere with the normal functioning of the medical facility, including utility services, fire protection systems, and passage of facility VA beneficiaries, personnel, equipment and emergency and/or service carts. These interruptions should only be occasional and will be communicated at the recommendation of the COR. Any interruptions considered to be excessive should be brought to the attention of the CO. 2.13 Contractor's Quality Control Program (QCP) 2.13.1. The Contractor shall establish and maintain a complete QCP to assure the requirements of this contract are provided as specified. A copy of this QCP will be forwarded to the CO in the proposal submitted by the Contractor and shall be incorporated into the awarded contract. The QCP is separate from the required Management/Technical Capabilities that will be provided by the Contractor. The CO will review the QCP and list any needed clarifications, and return to Contractor for response, if necessary. The Contractor's QCP shall include the following or have incorporated into during performance of contract, at a minimum: 2.13.2. An inspection plan covering all services required by this contract. The inspection plan must specify the areas to be inspected on either a scheduled or unscheduled basis and how often inspections will be accomplished and documented, and the title of the individual(s) who will perform the inspections. 2.13.3. On-site records of all inspections conducted by the Contractor noting necessary corrective action taken. The Government reserves the right to request copies of any and/or each inspection. 2.13.4. For methods used for identifying the quality of service performed, please refer to the Quality Assurance Surveillance Plan (QASP). 2.13.5. On-site records of all vehicle maintenance and repairs performed on vehicles used in the performance of this contract. Institute methods to identify and prevent vehicle breakdowns, and detailed procedure for alternative transportation of VA beneficiaries in the event of mechanical breakdown of vehicle. 2.13.6. On-site records identifying the character, physical capabilities, certifications and ongoing training of each employee performing services under this contract. 2.13.7. The methods of identifying and preventing radio communication breakdowns. Provide a detailed procedure for alternative communications in the event of electronic and mechanical breakdown of vehicle two-way radios. 2.13.8. On-site records of any complaints or problems, with procedures taken to allow for corrections and/or elimination before effects caused interruption of performance of contract. SECTION 3 - Government Furnished Property 3.1. VAMHCS will provide 3 12-Passenger Shuttle for the Metro West Parking Shuttle and Little Lexington 24 hour shuttle. Conditions for Contractor use Vehicles shall be used for official purposes only and solely in the performance of the contract. Vehicles cannot be used for transportation between residence and place of employment. Contractors must establish and enforce suitable penalties against employees who use, or authorize the use of, Government motor vehicles for unofficial purposes or for other than in the performance of the contract and pay any expenses or cost, without Government reimbursement, for using Government motor vehicles other than in the performance of the contract. Contractor shall provide liability insurance coverage for the non-owned autos operated by its employees in the performance of the contract. 3.2. VAMHCS will be responsible for providing service maintenance and fuel for these two vehicles. 3.2. VAMHCS will provide Cambridge Office room #189 and equipment. a. Computer b. Printer c. Office Phone d. Contractor required to provide all paper, pens and other miscellaneous office supplies necessary to complete dispatch operations. SECTION 4 - Contractor Furnished Equipment and Supplies 4.1. The Contractor shall furnish all resources necessary for the provision of the shuttle transportation services (except those identified in Section 3 above). 4.2. Contractor Vehicles. Vehicles shall, at a minimum, contain the following: Side and rear loading doors shall be operational from both inside and outside vehicle. Steps treated with non-skid material. Safety belts for all occupants. Heating, air conditioning and adjustable temperature controls. Four emergency flares and warning lights, and one 5-pound ABC rated fire extinguisher with fire extinguisher tag showing record of inspections. First Aid Kit with a minimum of the following: band-aids, gauze, elastic bandages, sterile gauze pads, cleansing wipes, tape, scissors, eye pads, and ammonia inhalants. All items shall be packed in sterile containers. Two clean blankets. Each time a blanket is used during the performance of this contract, the Contractor is required to replace the used blanket with a clean blanket. Onboard supplies to provide infections control precaution procedures; specifically, a body fluid control kit and non-alcohol based hand sanitizer in a non-expired condition. Two-way radio or cellular phones that are fully operational at all times during contract performance. SECTION 5 - Contract Definitions / Acronyms 5.1. Beneficiary is a Veteran determined to be eligible for benefits by the Department of Veterans Affairs. 5.2. Contracting Officer (CO) is a VA official with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings. 5.3. Contracting Officer's Representative (COR) is the VA official responsible for providing contract oversight and technical guidance to the CO. The CO shall delegate authority for performing certain responsibilities to the COR via a COR delegation. The COR s responsibilities often include certifying invoices, placing orders for service, providing technical guidance, overseeing technical aspects of the contract. The COR is a member of the vehicle inspection team. 5.4. Contractor as used herein refers to both the prime Contractor and his employees, and any subcontractors and their employees. The Contractor shall be responsible for assuring that his subcontractors comply with the provisions of this contract. 5.5. Quality Assurance Surveillance are those actions taken by the Government to assure services meet the requirements of this contract. 5.6. Quality Assura...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/49486613a5734ca4ade02dd3840ab91f/view)
- Place of Performance
- Address: Baltimore VA Medical Center Cambridge Clinic
- Record
- SN06862637-F 20231020/231018230043 (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 |