Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2002 FBO #0290
SOLICITATION NOTICE

V -- Beneficiary Shuttle

Notice Date
9/16/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs, Network Business Center, 5901 East Seventh Street, Long Beach, California 90822
 
ZIP Code
90822
 
Solicitation Number
600-177-02
 
Point of Contact
Point of Contact - Monecia Clary, Contracting Officer, (562) 826-8061, Contracting Officer - Monecia Clary, Contracting Officer, (562) 826-8061
 
E-Mail Address
Email your questions to Monecia Clary
(mo.clary@med.va.gov)
 
Description
A. THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with subparts in the Federal Acquisition regulation 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Based upon this Solicitation No. RFQ 600-177-02, VA VISN 22 Network Business Center intends to negotiate a commercial item (FAR Part 12) contract for Interim Beneficiary Shuttle Service for the Greater Los Angeles Healthcare System, 11301 Wilshire Boulevard, Los Angeles, CA 90073. The resultant award shall be for the three-month period October 1, 2002 through December 31, 2002. THIS SOLICITATION IS A TOTAL SMALL BUSINESS SET-ASIDE. (Information gathered during this period of performance shall be used for development of a subsequent solicitation for similar services for Base Year plus four (4) Option Years.) B. LINE ITEM 1: Provide dedicated (a) round-trip ground shuttle service for beneficiaries (VA patients) and (b) and segregated transport of specimens, small packages, various boxes, files and mail, between West Los Angeles Healthcare System and Santa Barbara Ambulatory Care Center (SBACC), with specifically designated intermediate stops on outbound and return trip, originating and terminating at SBACC. Shuttle Service shall be provided Monday through Friday except Federal Holidays, between 8:00 a.m. and 6:30 p.m. (See Specifications for equipment requirements and Attached Addendum 1 for bus stop schedule) Pricing shall be offered as a fixed monthly fee for the foregoing service, with no regard for of number of passengers serviced or actual number of hours required to make all requisite stops on any given day. C. SPECIFICATIONS: 1. General Requirements. The contractor shall provide properly licensed shuttle service vehicle(s) and associated equipment, driver(s), supplies and administrative support to ensure delivery of service indicated in line item 1. 2. Scheduling. See attached Shuttle Schedule. Driver will receive patient travel list from the desk clerk at SBACC. Patients not on the list may travel if space is available. Problems or overbooking shall be handled by the SC security staff or desk clerk. All specified stops shall be made each day. Arrival and departure times are approximate; however, unless expressly authorized by the COTR, the shuttle shall not depart any given stop PRIOR to scheduled departure time. The Contractor shall be required to keep a log of all passengers, reflecting sign-in/sign-out stops for each passenger by name. The Contractor shall follow the established route, taking daily guidance from the VA-designated Contracting Officer's Technical Representative (COTR) or alternate(ACOTR). The Contractor shall ensure that all beneficiaries who boarded in Santa Barbara on a given day are returned to Santa Barbara. The Contractor/Driver shall not discharge beneficiaries at unauthorized stops. To ensure transport of all scheduled passengers, the Contractor Driver shall check with VA Staff at designated Shuttle Service Tracking Points at: (a) Sepulveda ACC, B-200 Information Desk; and (b) VA West L. A. Healthcare System, B-500 Escort Office. If designated VA Staff cannot locate a returning beneficiary within fifteen minutes of scheduled departure time, the driver will contact the COTR or alternate for permission to leave without the beneficiary. 3. Contingency Planning. If the shuttle service vehicle experiences breakdown prior to Stop #1, the Contractor shall immediately notify both the COTR and the Santa Barbara Site ACOTR. In such cases, the Contractor shall arrange for another shuttle and driver as soon as possible in order to proceed with beneficiary pickup and transport. 4. Conduct. The Contractor shall demonstrate professionalism, courtesy and sensitivity toward beneficiaries at all times. The Contractor shall respect and ensure beneficiary confidentiality, and shall be liable in the event of breach of same. Failure to comply with provisions of the Federal Privacy Act of 1974 (Public Law 93-579) may result in contract termination and other financial sanctions. 5. Reporting Requirements. The COTR will distribute surveys to beneficiaries, using feedback as a measure of customer satisfaction. The Contractor shall monitor transportation log information and customer surveys for timeliness and level of satisfaction with customer service. The Contractor shall respond to each report of unsatisfactory service within five working days of written report receipt; the response shall address specific corrective action to remediate reported situation and steps taken to preclude recurrence. 6. Specimen Transport Requirements. Specimens shall be transported in a locked compartment away from all passengers. Specimens and other packaged items at pickup points shall be checked and double checked by the Contractor to ensure that no items designated for transport are left behind. 7. Equipment Requirements. Shuttle service vehicle shall be motor coach design, equipped with a wheelchair lift, wheelchair tie downs, restroom, and under-bus storage, capable of accommodating a minimum of twenty-four (24) passengers (traditional seating), routinely configured to accommodate a minimum of two (2) wheelchairs or scooters. The vehicle must be equipped at all times with functioning heaters, air conditioners, seat belts, and wheelchair tie downs. Equipment and configuration represented by Contractor in completing "Technical Factor Input" (attached) shall be used to provide this service for duration of resultant contract. 8. Compliance. Before commencing work under this contract, the Contractor shall furnish to the Contracting Officer a certificate of insurance indicating Automobile Liability minimum coverage of $200,000 per person, $500,000 per occurrence for bodily injury, and $20,000 per occurrence for property damage, in accordance with FAR 28.307-2. All vehicles and drivers used to transport beneficiaries shall be examined, registered, inspected, licensed and insured in accordance with applicable Federal, state and local laws. Proof of compliance with regulatory requirements shall be provided to the Contracting Officer prior to contract award and at any time throughout contract performance upon Contracting Officer request. The Contractor shall adhere to the vehicle manufacture and industry standards of safety and maintenance. D. PROVISIONS AND CLAUSES: Incorporated solicitation provisions and contract clauses are those in effect through Federal Acquisition Circular 2001-09. Incorporated herein by reference are the following Federal Acquisition Regulation (FAR) Provisions/Clauses: a. 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; b. 52.212-1 Instructions to Offerors-Commercial Items; c. 52.212-2 Evaluation of Commercial Items: technical capabilities (50%), past experience (25%), and price most advantageous to the Government (25%). d. 52.212-4 Contract Terms and Conditions-Commercial Items; e. 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (in paragraph b, following subparagraphs apply: (8.ii),(11)-(16),(25); in paragraph c, following subparagraphs apply: (1), (2)Motor Vehicle Operator WG-5703-06/$14.12; f. 52.215-5 Facsimile Proposals; g. 52.217-8 Option to Extend Services (written notice within 15 days of expiration); h. 52.219-6 Notice of Total Small Business Set-Aside; i. 52.224-2 Privacy Act; j. 52.228-5 Insurance Work on a Government Installation; k. 52.232-18 Availability of Funds; l. 52.232-38 Submission of Electronic Funds Transfer Information with Offer; m. 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; n. 52.242-15 Stop-Work Order; o. 52.243-1: Changes - Fixed Price, Alt I. FAR Provision 52.212-3 Offeror Representations and Certifications Commercial Items, is electronically attached to this announcement. Incorporated herein by reference are the following VA Acquisition Regulation (VAAR) Provisions/Clauses: a. 852.237-70 Contractor Responsibilities; b. 852.237-71 Indemnification and Insurance; c. 852.270-1 Representatives of Contracting Officers; d. 852.270-4 Commercial Advertising; and e. 852.271-70 Nondiscrimination in Services Provided Beneficiaries. Contract clauses cited in this solicitation may be accessed electronically at these addresses: http://www.arnet.gov/far/ and http://www.va.gov/oa&mm/vaar/. E. INSTRUCTIONS/CONDITIONS/NOTICES TO OFFERORS. Offerors shall complete and return all information designated in FAR 52.212-1, "Instructions to Offerors Commercial Items" paragraph "b". The following pertinent information is extracted from DOL Wage Determination No. 94-2063 (CA, Santa Barbara) Revision No. 18 of 7/15/2002: Shuttle Bus Driver - Minimum Wage Rate $11.00/Health & Welfare Rate $2.15 per hour. Effective January 1, 1999, payment shall be made by electronic funds transfer (EFT) or by government commercial credit card. For implementing EFT payments, please contact your financial institution for assistance in completion of the Payment Information Form (SF 3881) and submit to the VA finance Center in Austin, TX. Provide quote for line item 1 in format that reflects the following: (1) line item number; (2) monthly price; (3) quantity (3 months); and (4) extended price for resultant contract term. Additionally, print, complete and submit attached Technical Factor Input, FAR Provision 52.212-3, Offeror Additional Data Submission, and SF 3881 to designated Point of Contact. Offers may be mailed to: Contracting Officer, (600/NBC/MP), Department of Veterans Affairs, 5901 East Seventh Street, Bldg. 149, Long Beach, CA 90822. Fax or email submission is strongly encouraged. F. CONTRACT TYPE. Award of a firm-fixed price contract shall be made to the responsive, responsible offeror based on technical capabilities (50%), past experience (25%), and price most advantageous to the Government (25%). CONTRACT AWARD IS SUBJECT TO AVAILABILITY OF FUNDS FOR FISCAL YEAR 2003. G. POINT OF CONTACT for this synopsis/solicitation: Mo Clary at (562) 961-8061. Fax offers are accepted at 562/826-8067; email offers are accepted at mo.clary@med.va.gov. OFFERS ARE DUE BY 4:00 P.M. CALIFORNIA LOCAL TIME ON SEPTEMBER 20, 2002.
 
Web Link
RFQ 600-177-02
(http://www.bos.oamm.va.gov/solicitation?number=600-177-02)
 
Record
SN00167659-W 20020918/020916213319 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.