Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2011 FBO #3585
MODIFICATION

V -- Nonemergency Patient Transport VAPIHCS

Notice Date
9/16/2011
 
Notice Type
Modification/Amendment
 
NAICS
485991 — Special Needs Transportation
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Palo Alto Health Care System (90/CCA);3801 Miranda Ave;Palo Alto CA 94304-1207
 
ZIP Code
94304-1207
 
Solicitation Number
VA26111RP0609
 
Response Due
8/9/2011
 
Archive Date
11/7/2011
 
Point of Contact
Bill Ulibarri
 
E-Mail Address
9-0385<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
SOLICITATION VA-261-11-RP-0609: The Sierra Pacific Network Contracting Activity (NCA) is issuing a Service Disabled Veteran-Owned Small Business (SDVOSB) set-aside solicitation for any qualified SDVOSB that can provide all vehicles, personnel, management, supplies, transportation, equipment and reports necessary to provide non emergency ground transportation services for beneficiaries of the Department of Veterans Affairs at VA Pacific Islands Health Care System. At least two such firms have been identified since the last synopsis posting, therefore this requirement is now intended as an SDVOSB set aside. VAPIHCS is located at 459 Patterson Rd., Honolulu, HI 96819-1522, a Department of Veterans Affairs facility within the Veterans Integrated Service Network (VISN 21). The expected issue date is September 23, 2011. 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, be capable of administering oxygen and have successfully completed the Standard and Advanced First Aid Course of the American Red Cross and Basic Life Support CPR training or equivalent and be capable of providing necessary assistance. Drivers shall have the following before they provide any services related to this contract: a.Health examinations including annual TB skin test result; b.Either received the Hepatitis B vaccine series, or is immune as a result of acquired infection, or have been offered and refused the vaccinations; c.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; d.A negative PPD within the last (6) months, or if a know reactor, a negative chest X-ray within the past year; e.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); f.Received training in Universal Precautions and Blood Borne Pathogens, Hazardous Material Management, and Life Safety Management (fire preparedness). A more complete statement of work can be obtained by contacting the Contracting Officer listed below. This action will not be broken into categories, all requirements must be provided. All responsible SDVOSB sources may submit a bid which shall be considered by the agency. The simplified acquisition procedures of FAR Part 13 will be used as applicable in conjunction with commercial items procedures of FAR Part 12. The NAICS is 485991, size standard is $7.0 million. Product Service Code is V226. The solicitation document and incorporated provisions and clauses will be those in effect through FAC 2005-53. If multiple SDVOSB firms submit offers, award will be made to the offeror whose offer conforming to the solicitation is determined to be most advantageous to the Government, price and other factors considered. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. Offeror shall submit all information with offer as required in 52.212-1; a completed copy of provisions 52.212-3 Offeror Representations and Certifications-Commercial Items; and 852.219-70, Veteran Owned Small Business Certification. Offeror shall submit evidence of compliance with FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. Offerors may obtain copies of the reference provisions and clauses at: http:///arnet.gov/far and http://www.va.gov/oa&mm/vaar/ or http://farsite.hill.af.mil/vffara.htm or by sending an email to the Contracting Officer at bill.ulibarri@va.gov. The Contracting Officer may include any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices. Contracting Officer Contact Info: William Ulibarri (90/NCA) VA Palo Alto Health Care System, Bldg. MB-50 C-140, 3801 Miranda Ave., Palo Alto, CA 94304 or via fax to the Contracting Officer at (650) 849-0395. Web based offers will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAPAHCS/VAPAHCS/VA26111RP0609/listing.html)
 
Record
SN02580094-W 20110918/110916235809-0373947872684007a43750f09d1a6849 (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.