Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2009 FBO #2851
SOLICITATION NOTICE

99 -- Armored Car Service

Notice Date
9/12/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561613 — Armored Car Services
 
Contracting Office
Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Orlando FL 32803
 
ZIP Code
32803
 
Solicitation Number
VA-248-09-RQ-0667
 
Response Due
9/22/2009
 
Archive Date
9/25/2009
 
Point of Contact
Marie WilliamsPurchasing Agent321-397-6625
 
E-Mail Address
marie.williams3@va.gov
(marie.williams3@va.gov)
 
Small Business Set-Aside
N/A
 
Description
ARMORED CAR SERVICESOrlando VA Medical Center - Agent Cashier This is a combined synopsis/solicitation for commercial items in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announces constitutes the only solicitation; request for quotes are being requested and a written solicitation will not be issued. The schedule of supplies is attached. Reference quote number VA 248-09-RQ-0667. This announcement incorporates provisions and clauses in effect through FAC 2005-32, Effective 31 Mar 2009, FAC 2005-35 Effective July 2009. Applicable NAICS Code is 561613 and the size standard is 12.5M. The government anticipates on award of a firm fixed price award as a result of this action using 15.101-2 Lowest Price Technically Acceptable Source Selection Process. The following clauses and provisions are applicable: FAR 52.212-1 (Instructions to Offerors - Commercial Items (Jun 2008), 52.212-2 (Evaluation - Commercial Items (Jan 1999), 52.212-3 (Offeror Representations and Certifications -- Commercial Items (Feb 2009), 52.212-4 (Contract Terms and Conditions -- Commercial Items (Mar 2009), 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Apr 2009), with the following clauses selected in paragraph b 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212), 52.225-1, Buy American Act--Supplies (Feb 2009), 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003), Service Contract Act. The full text of these clauses is available at http://www.acquisition.gov/. All requests must be in writing and received by the Orlando VA Medical Center Contracting Office by 1500 hours (3:00pm) Day Light Saving Time, 22 September 2009. No telephonic request for information will be entertained. All responses to questions will be posted by way of amendment to this combined synopsis/solicitation to the FedBizOpps website (http://fedbizopps.cos.com/). The email address for all questions to this combined Synopsis/Solicitation is marie.williams3@va.gov. PROPOSAL SUBMISSION REQUIREMENTS: Proposal and price quote shall be submitted on 22 September 2009, by 3pm Eastern Daylight Savings Time to the attention of: Marie E. WilliamsProcurement Business Division (90C)5201 Raymond Street Orlando, Fl 32803-8208 Via electronic transmission to marie.williams3@va.gov Offerors submission shall include completed offerors Reps and Certs IAW FAR 52.212-3 to include Tax Identification (TIN) and DUNNS number. Proposal shall include a technical and management solution, proof of bond & insurance and 3 references. 1. GENERAL REQUIREMENTS: A. The Contractor shall provide armored car service for the Agent Cashier at the Orlando VA Medical Center, 5201 Raymond Street, Orlando FL 32803. Services shall include regular scheduled pick up of checks from the Agent Cashier, Monday through Friday of each week between the hours of 10:00am and 1:30pm, excluding National holidays identified in paragraph c below. B. Contractor shall make deposit by 2:00PM daily at any Bank of America Branch in Orlando, FL. C. National holidays observed by the Federal Government: New Year's Day I JanuaryMartin Luther King's Birthday Third Monday in JanuaryPresident's Day Third Monday in FebruaryMemorial Day Last Monday in MayIndependence Day 4 JulyLabor Day First Monday in SeptemberColumbus Day Second Monday in OctoberVeterans Day 11 NovemberThanksgiving Day 4th Thursday in NovemberChristmas Day 25 December D. The Contractor's responsibility shall commence when property is delivered into its possession and responsibility shall terminate when property has been delivered to and receipted for by the consignee or duty authorized agent of Bank Of America. E. In the event that the services cannot be performed for reasons beyond the control of the Contractor, the Contractor shall deliver the property back to the place from which it came or to authorized consignee pre-designated by the Contracting Officer's Technical Representative (COTR). F. Performance period for the base period shall be October 1, 2009 through September 30, 2010, with four (4) one-year option periods. The exercise of any option period(s) is at the sole discretion of the Government 2. SECURITY REQUIRMENTS: Contractor shall provide the Contracting Officer and the COTR a list of a list of personnel authorized for pick-up and delivery of currency and checks to and from the Orlando VA Medical Center, Orlando, FL within five (5) working days after receipt of notice of award. Contractor shall give written notice in the event of revocation of such authority of any personnel within 1 (one) calendar day or the next working day of that revocation. The list shall consist of the following: - Complete Name (printed)- Agent's hand written signature- Identification badge with picture ID badge All Contractor personnel authorized for pick-up and delivery of currency to and from the VAMC shall wear the Contractor's identification badge with name, signature, and badge number clearly visible, and which is consistent with the name, signature, and badge number of list of authorized agents provided by the Contractor. Contractor personnel will be required to sign signature cards and have picture identification issued from their company. No currency will be turned over to personnel not meeting this requirement. 3. SPECIAL CONTRACT REQUIREMENTS: Qualification of Offeror: Offers will be considered only from vendors who are bonded and are regularly established in the business called for. Contractor shall meet all requirements of federal, state, county and city code applicable to firms providing the service by this contract. LOSSES: The Contractor agrees shall be liable, as hereinafter limited, for any loss, plus damage or destruction of property (hereinafter called "loss") from the time it is received until such time as it is delivered to the consignee designated by the VA to receive same, or, in the event of non-delivery, until its return to the VA. The sole liability of the Contractor in the event of loss, shall pay the VA of the declared value as appears on the shipment document, which shall not exceed $200,000 liability per shipment. If shipment is lost or stolen, Contactor shall immediately notify the Agent Cashier, and the COTR. The VA, in the event of loss or destruction, will cooperate to the fullest extent to which it is capable in reconstructing lost checks. The Contractor's liability shall be the payment to the VA of: Face value of checks, reasonable costs necessary to reconstruct the checks, and, any other costs incurred (e.g. stop payment procedures, etc). It is understood and agreed by the parties of this contract that the words" reconstruct, reconstructs, and reconstructed" shall mean to identify the checks only to the extent to determine the face value of checks and identify the marker or the endorser of each. It is further understood and agreed that the word "shipment" wherever used in this agreement, shall mean a single consignment of one or more items of property from one shipper at a time, at one address to one consignee at one destination address. The VA agrees to notify the Contractor, in writing, of any claim for loss within twenty-four (24) hours after loss is discovered or should have been discovered in the exercise of due care, and in any event within forty-five (45) days after delivery to the Contractor of the property in connection with which the claim is asserted and unless such notice shall have been given, such claim shall be deemed waived 4. PERMITS: The Contractor shall obtain and maintain all permits, licenses, and appointments required for the execution of work under this contract, at no additional cost to the Government. The Contractor shall provide evidence of possession or status of application for such permits, licenses, and appointments to the Contracting Officer with their proposal. Failure to provide such permits, or evidence of appropriate progress toward receipt of such permits so as to be fully licensed by date planned for the commencement of contract performance shall result in the Contractor being found non-responsible (note eligible for award) or result in contract termination if required documents are subsequently denied or withdrawn by the local authorities. Application, justification, fees, and certifications for any licensure required are entirely the responsibility of the Contractor. 5. INSURANCE: Adequate insurance coverage is a condition precedent to the award of this contract. In general, the Contractor must present satisfactory proof of full compliance with federal, state and local requirements. The Contractor shall obtain all necessary license and/or permits, equipment and supplies required to perform this service. The Contractor shall take all reasonable precautions necessary to protect persons and property from injury, damage, and danger during the performance of this contract. The Contractor shall be responsible for any injury to itself, its agents, employees as well as for any damage and/or loss of federal, personal, or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage and loss insurance having coverage for a limit as required. Contractor must be bonded and provide the Contracting Officer a notarized copy of coverage prior to contract award. 6. CONDUCT OF PERSONNEL: While performing services at the Orlando VA Medical Center, the Contractor and its agents and employees shall conduct themselves in a professional manner and comply with local VA rules of conduct. The Contractor shall be responsible for the performance and conduct of its employees. Personnel employed by the Contractor in the performance of this SOW or any representative of the Contractor entering the VA premises shall be subject to inspections by the Government as deemed necessary. The Contractor shall not employ for performance under this SOW any person whose employment would result in a conflict of interest with the Government's standards of conduct. SUBCONTRACTING: The Contractor shall not subcontract any part of the services included herein. Authorized Services: Only those services specified in the contract are authorized. The Contractor shall not perform for the Government any service that is not specified by this contract unless authorized in writing by the Orlando VAMC Procurement Business Division Contracting Officer. VA COTRs do not have the authority to bind the Government. The Contractor is cautioned that only the Contracting Officer may authorize additional services and reimbursement will not be made unless prior authorization is obtained. 7. WAGE DETERMINATION: If this contract is subject to any wage determinations as set forth by the Department of Labor, the applicable wage determination is attached. 8. INVOICES: In addition to the terms at FAR 52.2I2-4(g), Invoices shall be submitted to the following address, quarterly, in arrears and must include, at a minimum, the following information: Contract Number, Purchase Order Number, and Date of Service. Failure to submit a proper invoice shall cause payment delay. FMS VA2/675PO Box 149971Austin TX 78714 Fax: 512-460-5540Inquiries: 512-460-5544 Bid Schedule Armored Car Service BASE YEARUnitUnit Price Extended PriceCLIN 00011 Oct 09 - 31 Sep 10Provide armored car service, Monthly$___________$___________For Agent Cashier In In accordance with SOW OPTION 1CLIN 00021 Oct 10 - 31 Sep 11Provide armored car service, Monthly$___________$___________For Agent Cashier In In accordance with SOWOPTION 2CLIN 0031 Oct 12 - 31 Sep 13Provide armored car service, Monthly$___________$___________For Agent Cashier In In accordance with SOW OPTION3CLIN 0041 Oct 13 - 31 Sep 14Provide armored car service, Monthly$___________$___________For Agent Cashier In In accordance with SOW OPTION 4CLIN 0051 Oct 14 - 31 Sep 15Provide armored car service, Monthly$___________$___________For Agent Cashier In In accordance with SOW Grand Total$______________ $_____________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OrVAMC/Or675VAMC/VA-248-09-RQ-0667/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Orlando FL 32803
Zip Code: 32803
 
Record
SN01952523-W 20090914/090912234105-dedb674d0934a46afc932f32aec16a9b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.