Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2012 FBO #3737
DOCUMENT

V -- Courier Services for Alexandria CBOC - Attachment

Notice Date
2/15/2012
 
Notice Type
Attachment
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
Department of Veterans Affairs;VA Healthcare System;Contracting Officer (RM-90C);4801 Veterans Drive;St. Cloud MN 56303-2099
 
ZIP Code
56303-2099
 
Solicitation Number
VA26312R0010
 
Response Due
3/8/2012
 
Archive Date
3/23/2012
 
Point of Contact
ANDREA HARTER
 
E-Mail Address
PURCHASING AGENT EMAIL
(ANDREA.HARTER@VA.GOV)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Synopsis: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This Request for Proposal (RFP) will also use the procedures under FAR Part 13. In accordance with 13.106-2, the contracting officer may take into consideration information such as the contracting officer's knowledge of and previous experience with the supply being acquired or other reasonable basis. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The reference/solicitation number is VA-263-12-R-0010 and the solicitation is issued as an RFP. The combined synopsis/solicitation will result in a contract and corresponding purchase order. (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/VAAR (VAAR). (iv) An Indefinite Delivery Indefinite Quantity contract is contemplated. The North American Classification Code is 492110, Courier Service with a small business size standard of 1,500 employees. This requirement is being solicited as 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside in accordance with FAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (v) The St. Cloud Minnesota V.A. Medical Center is soliciting a requirement for local courier services to include daily (Mon-Fri) pick and delivery of pick -up of pharmaceuticals, medical supplies, diagnostic specimens, x-rays, patient charts, office supplies, mail, soiled/clean laundry, and other items as required between the VA Medical Center and VA Community Based Outpatient Clinic (CBOC), 515 22nd Avenue East, Alexandria, Minnesota. The Contractor shall provide all necessary labor, equipment, driver and vehicle for same day round trip courier services from between the VA Medical Center (VAMC) in St. Cloud, Minnesota and the Community Based Outpatient Clinic (CBOC) in Alexandria, Minnesota, in accordance with the description/specifications/work statement. The contract term is for one base year period with four one-year option periods to be exercised at the sole discretion of the government. Proposal that will be submitted should reference a month and annual total. Base Year for a twelve month period: Monthly cost: $___________, Annual Cost: $_________________. Use same bid structure for four one year options. Electronic proposals will not be accepted. (vi) A. DESCRIPTION OF SERVICES a. The contractor shall provide all necessary labor, equipment, transportation, insurance, to accomplish regularly scheduled same day round trip courier service for the pick up and delivery of packages in accordance with in this statement of work. b. The contractor is responsible for the services which shall include, but are not be limited to, the pick up pharmaceuticals, medical supplies, diagnostic specimens, x-rays, patient charts, office supplies, mail, soiled/clean laundry, and other items as required. c. The contractor shall provide courier services from the designated pick up points as specified below: o VA Health Care System (VAHCS), 4801 Veterans Drive, St. Cloud, Minnesota o VA Community Based Outpatient Clinic (CBOC), 515 22nd Avenue East, Alexandria, Minnesota. d. The contractor is to pick up the specified items at the CBOC and return them to the VAHCS in St. Cloud, Minnesota. The estimated round-trip is 132 miles. Courier Services require morning pick-up of items and departure from the VAHCS at 10:30am each day. e. The Contractor shall be required to maintain a record log of courier pickups and deliveries, indicating time and date of pickups, number and description of items from each location, along with signatures. The contractor shall pick up and sign for receipt of pharmaceuticals, medical supplies, lab supplies, x-rays, patient charts, office supplies, mail and other items as required. f. Designated stops at the St Cloud VAHCS: o Building 48 Room11- Mailroom. o Building 59 (except on Wednesdays) at building 59 laundry supplies will be picked up. All items to be shipped, will be either boxed or placed inside VA-furnished labeled tote containers by the VAHCS staff. g. Tote containers are approximately 13"w x 17"d x 22" or vary in size with an average of 5 to 10 totes a day. Each tote shall not to exceed 50 pounds. Some of the boxes maybe of odd dimensions, for example, those containing crutches, canes, and paper supplies. The VAHCS will give the Contractor a 24-hour notice for any items exceeding 50 pounds to determine if a special handling is required. Oversized and overweight items are rarely transported. Some containers may require special handling and will be marked "Fragile" or "This Side Up". Clean laundry will be bagged. Clean and soiled laundry may not be transported together. h. All supplies are to be delivered to the CBOC in Alexandria between the hours of 11:30am and 11:45am. i. The contractor is required to pick up specified supplies and sign for receipt of items at the CBOC in Alexandria to be returned to the VAHCS in St. Cloud. Specified supplies include diagnostic specimens, i.e. body fluids (blood, urine and stool), that will be properly packaged by government Laboratory personnel for transportation and will be placed in the appropriate container. All items will be boxed according to infectious substance transport requirements, or placed inside VA-furnished and labeled tote containers by the CBOC staff. j. The contractor is responsible to pick-up soiled laundry in a separate pick-up area than the supplies; however, both areas are located in the same building of the CBOC. The contractor is responsible for the pick up of soiled laundry from the CBOC which will not be boxed but will be considered bio-hazardous and will be double-bagged in VA-furnished impervious waterproof laundry bags prepared by CBOC staff. k. The contractor shall depart from the CBOC which shall be as soon as the CBOC Laboratory has the specimens properly prepared for the return which is approximately 12:15pm. l. The contractor will arrive back at the VAMC in St. Cloud NO LATER THAN 2:00pm EACH DAY. m. Return delivery must be made at the designated points in the following order listed below. (The manifest is to be initialed at each drop-off site.) o Building 1 - Laboratory - Diagnostic specimens and x-rays (IMPORTANT: that these items MUST be delivered to this point no later than 1:30 pm.) o Building 59 - Laundry - Soiled laundry (Weekdays except Wednesday) o Building 50 Room 19 -SPD Area - SPD totes only (These are to be considered as biohazards and handled accordingly o Building 48/Rm 11 - Mailroom - remaining supplies; copy of the completed manifest is to be left at this point. n. Return tote containers are approximately 13"w x 17"d x 22" or vary in size with an average of 5 to 10 totes a day. Each tote shall not to exceed 50 pounds. Some of the boxes may be of odd dimensions, for example, those containing crutches, canes, and paper supplies. The VAHCS will give the Contractor a 24-hour notice for any items exceeding 50 pounds to determine if a special handling is required. Oversized and overweight items are rarely transported. Some containers may require special handling and will be marked "Fragile" or "This Side Up". Totes marked SPD are to be considered as biohazard and handled accordingly. Clean and soiled laundry may not be transported together. o. The contractor is required to perform delivery services, Monday through Friday, excluding federal holidays as follows or any additional National Holiday that is declared by the President of the United States.: o New Years Day-January 1 oMartin Luther King Day-3rd Monday in January oPresidents Day- 3rd Monday in February o Memorial Day-Last Monday in May o Independence Day-July 4 o Labor Day-1st Monday in September o Columbus Day-2nd Monday in October o Veterans Day-November 11 o Thanksgiving-Last Thursday in November o Christmas- December 25. p. The contractor is responsible for transporting all items in accordance with all local, state and federal regulations, including any specified regulations for oxygen cylinders, diagnostic specimens, dangerous goods, or bio-hazardous materials. q. All deliveries including specimens shall be transported in a temperature controlled environment between 59-86 degrees Fahrenheit (2-8 degrees Celsius) with the use of adequate refrigerant packs (to be supplied by the Government). Vehicles shall not be left in extreme heat or cold while specimens, pharmaceuticals and films are being transported. Damages that occur due to improper temperature controls will be the responsibility of the contractor. r. Vehicle is to be company identified. Usually the deliveries will fit into a small van, utility vehicle or station wagon. B. CONTRACTOR RESPONSIBILITY: a. The Contractor assumes responsibility for all damage or injury to persons or property occasioned through the use, maintenance, and operation of the Contractor's vehicles or other equipment by, or the action of, the Contractor or the Contractor's employees and agents. b. The Contractor shall maintain adequate public liability and property damage insurance during the performance of this contract, insuring the Contractor against all claims for injury or damage. c. The Contractor shall maintain Workers' Compensation and other legally required insurance with respect to the Contractor's own employees and agents. d. The Government shall in no event be liable or responsible for damage or injury to any person or property occasioned through the use, maintenance, or operation of any vehicle or other equipment by, or the action of, the Contractor or the Contractor's employees and agents in performing under this contract, and the Government shall be indemnified and saved harmless against claims for damage or injury in such cases. C. GENERAL INFORMATION: a. The Contractor shall ensure the confidentiality of all patient information being transported and will be held liable in the event of breach of confidentiality. The Contractor shall comply with the provisions of the Federal Privacy Act of 1974 (Public Law 93-579). b. GOVERNMENT POINTS OF CONTACT: The Contracting Officer's Technical Representative (COTR) is designated the everyday communication with the contractor; however, the contracting officer is the only person authorized to approve changes or modify any of the requirements under this contract. The contracting officer is the only authorized person to make a commitment or issue changes which will affect price, quantity, or quality of performance within this contract. In the event the contract effects any such change at the direction of any person other than this contracting officer, the change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. c. Should specimens/transported items be lost or broken, the contractor will be required to submit a written report to the contracting officer within twenty-four (24) hours explaining the circumstances. Failure to provide the report with the specific time frame will cause further review by the Government to determine if the infraction warrants suspension/termination of the contract. d. Contractor's couriers transporting diagnostic specimens must be trained in "Universal Precautions" in accordance with CFR 49. Training must include using clinical procedures in case of biohazard spills and accidents. Proof of training shall be provided to the Contracting Officer after notification of award of the contract. D. DRIVERS: a. All drivers must maintain a valid driver's license for the type of vehicle operated as required by the State of Minnesota. A record of each driver as to character and physical capabilities of performing the duties as a courier must be maintained and made available to the Contracting Officer/COTR for inspection upon request. The DVA reserves the right to prohibit specific drivers from participating in the performance of the contract. This determination will be at the sole discretion of the DVA and will be based upon documented evidence. Drivers are required to notify the Contracting Officer of his/her designee of any unusual events that impede him in making delivery as required by the contract. A written report of the event will be delivered to the Contracting Officer or his/her designee by close of business the next working day. The contractors personnel shall present a neat appearance and be easily recognized as a contracted employee. The contractor's employee shall wear an identification tag/badge that includes the company's name/logo and employee name. All couriers must carry two-way radios, cellular phones, or pagers for communication purposes. Any delays in any deliveries are to be reported directly to the Laboratory Staff at the VAMC at 320-255-6392, or to the Mailroom at 320-255-6480 x6072. b. Drivers shall not make non-emergent stops for any reason during the transport of items under this contract. c. Under no circumstances shall any person other than the driver or another employee of the contractor ride in the vehicle or handle items being transported. Under no circumstances will the contractor carry any passengers while transporting VA items. E. VEHICLES: a. The vehicles used in the performance of this contract must be licensed and meet the minimum requirements as mandated by the State of Minnesota. Contractor's vehicle shall have the company name/logo prominently displayed. Each vehicle used in the performance of this contract shall be adequately stocked with at least one up-to-date complete "Spill KIT" for a bio-hazard cleanup in case of leakage or accidental discharge from container. F. SCHEDULE OF INSURANCE COVERAGE: In accordance with FAR 28.307-2, the following minimum coverage shall apply to this contract: a. WORKERS COMPENSATION AND EMPLOYERS LIABILITY: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers` compensation to be written by private carriers (See FAR 28.305 © for treatment of contracts subject to the Defense Base Act). b. GENERAL LIABILITY: The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. Property damage liability insurance shall be required only in special circumstances as determined by the agency. c. AUTOMOBILE LIABILITY: The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000.00 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage, the amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. NOTE: A copy of a current certificate of insurance on all vehicles to be used for this service must be provided with your offer. Also submit a statement listing the make, model and year of the vehicles to be used covered by these insurance certificate. (vii) The contractor shall provide courier services on a daily basis, Monday through Friday, excluding federal holidays, from the designated pick up points as specified below: o VA Medical Center (VAMC), 4801 Veterans Drive, St. Cloud, MN o VA Community Based Outpatient Clinic (CBOC), 515 22nd Avenue East Alexandria, Minnesota. (viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.212-1, 852.219-10 VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside, 52.204-6 Data Universal Numbering System (DUNS) Number; VAAR 852.219-70, 852.233-70 Protest Content; 852.236-76 Correspondence; 852.237-70 Contractor Responsibilities; 852.270-1. Electronic proposals will not be accepted. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at www.ccr.gov, also in Vet Biz found at www.vetbiz.gov. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Past Performance. (x) The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from www.arnet.gov/far or (2) complete the Online Reps and Certs. Application (ORCA) at http://www.orca.bpn.gov and reference it in your quote. (xi) The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. 52.212-4 Contract Terms And Conditions--Commercial Items, 52.216-18 Ordering, 52.216-19 Order Limitations, 52.216-22 Indefinite Quantity, 52.217-8 Option To Extend Services, 52.217-9 Option To Extend The Term Of The Contract, 52.232-19 Availability Of Funds For The Next Fiscal Year, VAAR 852.203-70 Commercial Advertising, VAAR 852.216-70 Estimated Quantities, VAAR 852.237-70 Contractor Responsibilities, VAAR 852.273-76 Electronic Invoice Submission, 52.252-2 Clauses Incorporated By Reference, 52.204-9 Personal Identity Verification Of Contractor Personnel, 52.232-18 Availability Of Funds, 52.232-35 Designation Of Office For Government Receipt Of Electronic Funds Transfer Information, 52.232-37 Multiple Payment Arrangements. (xii) 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items, 52.203-6, Restrictions On Subcontractor Sales To The Government, 52.219-27, Notice Of Total Service-Disabled Veteran-Owned Small Business Set-Aside, 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-21, Prohibition Of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity For Special Disabled Veterans, Veterans Of The Vietnam Era, And Other Eligible Veterans, 52.222-36, Affirmative Action For Workers With Disabilities, 52.222-37, Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, And Other Eligible Veterans, 52.225-13, Restrictions On Certain Foreign Purchases, 52.232-34, Payment By Electronic Funds Transfer--Other Than Central Contractor Registration, 52.222-41, Service Contract Act Of 1965, 52.222-42, Statement Of Equivalent Rates For Federal Hires, 52.222-43, Fair Labor Standards Act And Service Contract Act--Price Adjustment. xiii) A notice to Small Disabled Veteran Owned Business to reference 52.219-27 which has been included by reference, offerors should take special note of paragraph ( c )( 1 ). (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) RESPONSES ARE DUE MARCH 8th, 2012 by 10:00 A.M. central standard time. (xvii) Submit RFP to - Andrea Harter at V.A. Medical Center, Contracting Office (RM90C), 4801 Veterans Drive, St. Cloud, MN 56303. Please note the Solicitation number on outer mailing envelope. Electronic Mail will not be accepted to submit proposals. Contact Andrea Harter by email at: Andrea.Harter@va.gov for more information regarding this solicitation. Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required equipment must submit complete descriptive literature that will provide all service specifications including technical data and pricing into this office for consideration.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SCVAMC656/SCVAMC656/VA26312R0010/listing.html)
 
Document(s)
Attachment
 
File Name: VA-263-12-R-0010 VA-263-12-R-0010.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=297341&FileName=VA-263-12-R-0010-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=297341&FileName=VA-263-12-R-0010-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;VA Healthcare System;4801 Veterans Drive;St. Cloud MN 56303-2099
Zip Code: 56303
 
Record
SN02676259-W 20120217/120215234859-0c7ff6c69625624a00e29ce4242d0789 (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.