Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2016 FBO #5349
DOCUMENT

V -- Armored Car Services - Attachment

Notice Date
7/14/2016
 
Notice Type
Attachment
 
NAICS
561613 — Armored Car Services
 
Contracting Office
Department of Veterans Affairs;North Texas Veterans Health Care Center;VISN 17 Network Contracting Activity;4500 S. Lancaster Road;Dallas TX 75216
 
ZIP Code
75216
 
Solicitation Number
VA25716N1313
 
Response Due
7/21/2016
 
Archive Date
8/20/2016
 
Point of Contact
JIM HOUSTON
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for Market Research. This is a Request for Information only. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The Department of Veterans Affairs North Texas VA Medical Center in Dallas Texas is conducting a market survey to help determine the availability and technical capability of qualified small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses and/or HUBZone small businesses capable of serving the needs identified below. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran- owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL, NO SOLICITATION EXISTS AT THIS TIME. PROJECT REQUIREMENTS: Background The Department of Veterans Affairs Medical Facility in Dallas, TX has a need to for Requirements for secured Armored Car Services to be provided for the Agent Cashier's Office and Canteen Service, located at VA North Texas Health Care System, 4500 South Lancaster Rd., Dallas, TX 75216, and 1201 E. 9th Street, Bonham, TX 75418. The contractor shall provide all personnel, supervision, transportation (armored vehicles) and labor, (armed professional guards) and other items and services necessary to perform the driving, pick-up and delivery of cash, and other monetary documents services from the location(s) specified. Purpose Dallas 1.To provide Armored car services daily for the Agent Cashier's Office, Clinical Addition, Room 1B300, 4500 S. Lancaster Road, Dallas, TX 75216, between 1230pm and 230pm, Monday thru Friday, except on Federal Holidays. Drop-off from Prosperity Bank, Dallas, TX. 2.To provide Armored car services for Building 2, 1st Floor, Retail Store, 4500 S. Lancaster Road, Dallas, TX, 75216, between 11:OOam to 1:OOpm, Monday thru Friday, except on Federal Holidays. Deposit with Prosperity Bank, 333 W. Kiest Blvd., Dallas, TX 75376. Bonham 1.To provide Armored car services for the Agent Cashiers Office at Sam Rayburn Memorial Veterans Center, 1201 E. 9th Street, Bonham, TX 75418, on an oncall basis of 2 to 3 times a week to pick-up funds from American Bank of Texas, 120 W. Sam Rayburn, Bonham, TX, 75418, Phone: 903-583-2101, and deliver to Agent Cashiers Office, Building 1, Room 165, Phone: 903-583-6511. 2.To provide pick-up and deposit service for the VA Canteen Service, 1201 E. 9th Street, Bonham, TX 75418 to Legend Bank, 502 N. Center Street, Bonham, TX 75418 on Tuesdays and Fridays of each week. 1.The Contractor shall be paid the appropriate (cost per run) amount if the Contractor is required to provide service other than stated in the pick-up scheduled identified above or if the Contractor must return to the location(s) due to the fault of the personnel not being ready for the scheduled pick-up. 2.The Armored Car guard(s) shall report to the designated representative(s), who shall sign, date, and obtain a copy of the Contractor's properly completed standard pick-up receipt. The Contractor agrees to give a receipt for every deposit received and made for the designated locations at the time of pick-up. The Contractor agrees to give a receipt for every deposit received and made for the designated location(s) at the time of pick-up. Such receipts, when signed by the Contractor shall constitute evidence that the distinctively and securely sealed container(s) has been received, and that the Contractor accepts, as stated, carriage of the distinctively sealed container(s). Any and all liabilities which arise under this agreement begin with the proper delivery of the distinctively and securely sealed container(s) to the Contract Carrier and terminate with the delivery of the distinctively and securely sealed container(s) by the Contractor to the designated consignee (financial institution) named in this agreement and the receipt given to the Contract Carrier by the consignee. 3.The Contractor shall be responsible for inspections for armored vehicles and anned personnel. 4.The Contractor shall submit a list of designated individuals, and to ensure Contractor employees are wearing security badges for personnel who will be responsible for the pick- up/delivery of monies to the designated representative. Contractor employees shall observe and adhere to all applicable Federal, State and Municipal laws, codes and regulations in connection with the performance of this contract. 5.An Armored car vehicle shall be used to transporting monetary documents. The Contractor shall transport necessary documentation indicating amounts transported and any return deposit documents. 6.The contractor shall ensure that all employees are qualified to use the type of weapon issued by the Finn in accordance with State and Local regulations. The Contractor is also responsible for weapon requalification. All costs associated with this training shall be borne by the Contractor. Upon request, a copy of the individual qualification/re qualification shall be made available to the designated representatives. 7.Contractor shall maintain the minimum State required Insurance of properties on board of any one conveyance covered under this contract and shall furnish a certificate thereof to the Contracting Officer. Contractor shall ensure that the contract number is annotated on the insurance forms. 8. The Contractor shall procure and maintain during the duration of this Contract, Liability insurance in form satisfactory to the Contracting Officer by an insurance Company which is acceptable to the Contracting Officer. The required insurance amounts are not less that as follows: $20,000/per person, $500,000.00/per occurrence, $200,000.00 property damage. Each policy shall have a certificate evidencing the insurance coverage. Administrative: The length of service shall be for a base 1 years, starting October 1, 2016 through September 30, 2021, with 4 (four) one year options Anticipated Period of Performance: 10/01/2016 - 09/30/2017 Confidentiality of Information : In accordance with FAR 52.227-14(b), the contractor shall guarantee strict confidentiality of the information/data that it is provided by the Government during the performance of the contract. The Government has determined that the information/data that the Contractor will be provided during the performance of the contract is of a sensitive nature and cannot be disclosed in any manner. The Contractor, in whole or in part, can only make disclosure of the information/data, after the Contractor receives prior written approval from the Contracting Officer. Whenever the Contractor is uncertain with regard to the proper handling of information/data under the contract, the Contractor shall obtain a written determination from the Contracting Officer. Interested firms responding to this sources sought notice must adhere to the following: (a)Provide a capability statement demonstrating relevant experience, skills and ability to fulfill the Government's requirements for the above. The capability statement should contain enough sufficient detail for the Government to make an informed decision regarding your capabilities; however, the statement should not exceed 10 pages. (b)The capability statement must identify the responder's business type and size. (c ) The capability statement must provide company name and address, point of contact, phone/fax/email and NAICS Code(s). (d) All capability statements must be submitted electronically no later than 4:30pm central standard time on Monday, June 23rd to Jim Houston at james.houston@va.gov. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality, No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). A determination by the Government to proceed with the acquisition as a set-aside is within the discretion of the Government. If capability statements are not received from at least two responsible businesses by the response date or if the Government determines that no small business concerns are capable of performing this requirement based upon an evaluation of the capability statements submitted, the Government may proceed with a full and open competition. NO TELEPHONE REQUESTS WILL BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/VA25716N1313/listing.html)
 
Document(s)
Attachment
 
File Name: VA257-16-N-1313 VA257-16-N-1313_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2871488&FileName=VA257-16-N-1313-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2871488&FileName=VA257-16-N-1313-000.docx

 
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;NORTH TEXAS VA HEALTHCARE SYSTEM;4500 SOUTH LANCASTER ROAD;DALLAS, TEXAS
Zip Code: 75216
 
Record
SN04183453-W 20160716/160714235524-2c7a071859e2e03e7aa693a373c89286 (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.