Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2009 FBO #2658
SOLICITATION NOTICE

R -- After-hours courier service

Notice Date
3/5/2009
 
Notice Type
Modification/Amendment
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
Department of Veterans Affairs, Cincinnati VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Cincinnati VA Medical Center;3200 Vine St;Cincinnati OH 45220
 
ZIP Code
45220
 
Solicitation Number
VA-250-09-RQ-0088
 
Response Due
3/13/2009
 
Archive Date
4/12/2009
 
Point of Contact
Chris BlazejewskiContract Specialist<br />
 
Small Business Set-Aside
8a Competitive
 
Description
This is a combined synopsis/solicitation for commercial after hours courier services, 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; quotations are being requested.Solicitation # VA250-09-RQ-0088 is issued as a request for quotation (RFQ). The solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular 01-15. The associated NAICS code is 492210 and the small business size standard is $25.5 M. It is the Governments intent to make this procurement a small-business set aside. The Statement of Work (SOW) for this effort follows: STATEMENT OF WORK: AFTER-HOURS COURIER SERVICES 1 Scope of Work - The Contractor shall provide courier services to pick-up and deliver official documents, lab reports, and other miscellaneous materials, on an on-call basis throughout the Greater Cincinnati area. 2 Place of Performance - Documents and materials are transported primarily to/from the VA Medical Center, Cincinnati, OH and the VA Domiciliary/Nursing Home. Ft. Thomas, KY., as well as, to/from other Department of Veterans Affairs facilities and neighboring medical facilities located in the Greater Cincinnati metropolitan area. 3 Hours of Operations - The contractor is expected to provide courier services on an "as needed" basis, with pick-ups and deliveries after normal business hours and days (between the hours of 4:30 pm and 8:00 am, and 24 hours weekends and all federal holidays. In general the longest trip is approximately one hour. The operations at the Department of Veterans Affairs are considered essential services, and as such will still be operational when other Government facilities are closed due to hazardous weather conditions. 4 Period of performance - The period of performance is from date of award to the end of the Fiscal Year (09/30/2009), with four one-year option periods for Fiscal Years 2010 - 2013. 5 Qualifications - All couriers transporting materials under this contract must: 5.1 Be licensed, bonded and insured. 5.2 Have the ability to maintain (at the contractors' expense) communications with the courier dispatching facility while in transit. 5.3 Shall present a neat appearance in the performance of their duties, and be easily recognized as a contract employee/courier (with identification prominently displayed or readily available). 5.4 Be able to work under pressure and to expedite special pick-up/delivery jobs on occasion (requiring rush service). 5.5 Successfully complete the required Government Background Investigation. 6 Delivery Orders -The contractor telephonically receives work requests with specific instructions (e.g., what is to be transported; when and where to pick-up the item; when delivery is due, and method of transportation) from VA Medical Center personnel. 6.1 All requests shall receive a tracking number. Status of shipments shall be available timely through telephonic or electronic means. 6.2 Deliveries are made in all weather conditions (with additional delivery time allowed for bad weather). The contractor must provide notice to VA Medical Center personnel (upon initial contact) if pick-up/delivery cannot be made to allow the VA Medical Center to pursue other delivery alternatives. 7 Equipment - The contractor shall provide the means (i.e., personnel; vehicles; equipment) to travel and transport documents/material throughout the Greater Cincinnati metropolitan area. 8 Security -The material being delivered must be protected from loss and damage due to inclement weather, accidents or other unforeseen circumstances. Failure to deliver timely, and loss or damages to transported materials shall be reported to the VA medical Center point of contact as soon as possible. 9 Reporting Procedures - The contractor shall have the capability to provide status information on all courier deliveries by tracking number. This information may be provided telephonically or electronically to the SEC. The following information shall be available for each delivery: tracking number, time of pickup and delivery, location of pickup and delivery, and signature of acceptance, if required. 10 Invoices - The contractor shall invoice the SEC on a monthly basis, and shall itemize each shipment by tracking number, date and cost. Responses to this Combined Synopsis/Solicitation will be accepted no later than 03/13/2009, 3:00 pm (EST). In accordance with FAR 12-603, Streamlined Procedures for Commercial Items the following provisions shall apply to this acquisition: 52.212-1, Instructions to Offerors Commercial Items; 52.212-2, Evaluation of Commercial items; 52.212-3, Offerors Representations and Certifications-Commercial Items. Note Offerors must present this certification or present proof through the On-Line Certifications and Representations Database (ORCA) at time of contract award; 52.212-4, Contract Terms and Conditions- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive or Executive Orders - Commercial Items. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular, FAC 90-32, FR 48206 9/18/95, effective 10/1/95. Offers interested in this requirement should submit complete proposal that provides clear and convincing evidence that their services meet or exceed requirements in SOW, Attachment 1 of the Combined Synoposis/Solicatation. The Government will require offerors to present proof of license, bonding and insurance coverage prior to contract award. The Offeror shall provide three verifiable references supporting their technical capability described in the proposal evaluation section above. These verifiable references shall contain the current or prior company's name, address, and point of contact, with an annotation for permission to contact. Pricing schedule shall be prepared in accordance with SOW, indicating pricing for each transportation mode proposed. The Government will consider all offerors proposals received by the publication due date of this notice. Proposals must be received on or before March 9, 2009, 4:00 pm (EST). Send proposals via fax, or email or regular mail. Email is preferred. Again, proposals must be received by March 13, 2009, 3:00 pm (EST). Contractual point of contact is Chris Blazejewski, VISN 10 Contracting Facility at VAMC Cincinnati, 230 E. University Ave., Cincinnati, OH 45219-. Phone 513-559-3707, email christopher.blazejewski@va.gov, and fax 513-559-3730. Note: preferred submittal method is email. Anticipated award date is March 18, 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5f8b6088a4d289a021894c8a2b0279ad&tab=core&_cview=1)
 
Place of Performance
Address: Department of Veterans Affairs;Cincinnati VA Medical Center;3200 Vine St;Cincinnati OH 45220<br />
Zip Code: 45220-2213<br />
 
Record
SN01762824-W 20090307/090305220714-02e5dba8e26a7a42ab655adc96b0fbff (fbodaily.com)
 
Source
FedBizOpps 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.