Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2009 FBO #2941
MODIFICATION

R -- Courier/Messenger Services for Anchorage, AK.

Notice Date
12/11/2009
 
Notice Type
Modification/Amendment
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
Department of Veterans Affairs;Contracting Officer (A138P&C);VA Puget Sound Healthcare System;9600 Veterans Drive, Bldg 17;Tacoma WA 98493
 
ZIP Code
98493
 
Solicitation Number
VA-260-10-RQ-0195
 
Response Due
12/18/2009
 
Archive Date
1/17/2010
 
Point of Contact
mark.erickson3@va.gov
 
E-Mail Address
Contract Specialist
(mark.erickson3@va.gov)
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
The purpose of this amendment is to extend the Request for Quotes due date to 18 December 2009 at 12:00:00 PM due to a misprint in the original posting in FedBizOpps. The Performance Work Statement for this requirement is also provided below: COURIER/MESSENGER SERVICES FOR THE VA ALASKA HEALTHCARE SYSTEM AND REGIONAL OFFICE AT ANCHORAGE, ALASKA. 1.0. PURPOSE: To provide clinical laboratory specimen courier services between the VA OPC and VA care sites within the Municipality of Anchorage and the Matanuska-Susitna Borough. Clinical laboratory specimens may consist of human tissue, blood, and other bodily fluids such as urine. Occasionally administrative paperwork and other small items will be included for pickup and delivery. 2.0. LOCATIONS OF SERVICES: Contractor to provide clinical laboratory specimen courier services to the Department of Veterans Affairs Alaska VA Healthcare System (AVAHS), 2925 DeBarr Road, Anchorage, AK 99508, for the period of 01 January 2010 through 31 December 2010, with four (4) one year renewal options that can be exercised at the option of the Government. The Contractor shall provide services in accordance with the requirements of this contract. Courier services are required between the VA Anchorage Outpatient Clinic (OPC), 2925 DeBarr Road, Anchorage, AK 99508 and the following facilities: AVAHS Homeless Domiciliary (Domiciliary), 3001 C Street, Anchorage, AK 99509; AVAHS Northway Mall Annex (NWM), 3101 Penland Parkway, Anchorage, AK 99508; AVAHS MatSu Community Based Outpatient Clinic (CBOC), 865 N. Seward Meridian Parkway, Suite 105, Wasilla, AK 99654; and the United States Air Force 3rd Medical Group (3MDG), 5955 Zeamer Avenue, Elmendorf AFB, AK 99506. The OPC will be relocating to 1210 N. Muldoon Road, Anchorage, AK 99504 in May 2010. After that time, clinical specimen transport will no longer be required to the 3MDG or from NWM. 3.0. SERVICES: 3.1. Domiciliary: Contractor shall pick up clinical laboratory specimens from the Domiciliary at 3001 C Street, Anchorage, AK 99509 and transport them to the OPC. Service is required once daily unless notified otherwise, Monday through Friday not including Federal holidays. Contractor shall pick up the specimen no later than 12:00pm and deliver to the OPC no later than 1:30pm. 3.2. NWM: Contractor shall pick up clinical laboratory specimens from the NWM at 3101 Penland Parkway, Anchorage, AK 99508 and transport them to the OPC. Service is required on an infrequent and as-needed basis as indentified by VA. Upon notification of a courier requirement for the NWM location, the contractor will pick up the specimen no earlier than 2:00pm and shall deliver it to the OPC no later than 3:00pm on the day notified. This service will not be required after June 1, 2010. 3.3. CBOC: Contractor shall pick up clinical laboratory specimens from the CBOC at 865 N. Seward Meridian Parkway, Suite 105, Wasilla, AK 99654 and transport them to the OPC. Service is required once daily, Monday through Thursday, and twice daily on Friday, not including Federal holidays. All Monday through Thursday pickups, and the first Friday pickup shall be made no earlier than 8:00am and no later than 9:00am. The second Friday pickup shall be made no earlier than 1:00pm and no later than 2:00pm. All specimens must be delivered to the OPC on the day they are picked up. 3.4. 3MDG: Contractor shall pick up clinical laboratory specimens from the OPC and transport them to the 3MDG at 5955 Zeamer Avenue, Elmendorf AFB, AK 99506. Service is required once daily, Monday through Friday, not including Federal holidays. Contractor shall pick up the specimens no earlier than 12:30pm and no later than 1:30pm. Specimens shall be delivered to 3MDG not later than 3:00pm the day they are picked up. This service will not be required after June 1, 2010. 4.0. VA FURNISHED PROPERTY OR SERVICES: The VA shall furnish containers for transporting clinical laboratory specimens. VA shall prepackage specimens individually in biohazard bags and place in provided container for transport by the contractor. 5.0. CONTRACTOR FURNISHED PROPERTY OR SERVICES: The Contractor shall provide all staff, vehicles, and other items not specifically stated as VA-furnished, necessary for performing services as defined in this statement of work. 6.0. ADMINISTRATION & MANAGEMENT: The Contractor shall be responsible for the administration and management of all aspects of this contract. This includes responsibility for all Contractor employees, subcontractors, agents, and anyone acting for or on behalf of the Contractor. 7.0. CONTRACT STARTUP REQUIREMENTS: The contract start-up requirements must be completed prior to the commencement of work. The Contractor shall comply with the following contract requirements within fourteen (14) calendar days of the Date of Award: 7.1. If the Contractor does not already have adequate personnel on staff to fulfill the requirements of the contract, the Contractor will hire, train, and ensure licensure/certification of all necessary personnel. 7.2. The Contractor will have completed any sub-contracting necessary to fulfill their obligations under the contract. 7.3. The Contractor, including subcontractors, must submit proof of insurance to VA. 8.0. PERSONNEL REQUIREMENTS: The Contractor shall provide personnel, through direct hire or through subcontracting, in numbers and qualifications capable of fulfilling the requirements of this contract. The Contractor is responsible for assuring that all persons, whether they be employees, agents, sub-contractors, providers, or anyone acting for or on behalf of the Contractor, are properly licensed or certified as applicable at all times under Alaska state law. Contractor agrees to prepare and provide documentation of such prior to beginning work under the contract, whenever staffing changes occur, or upon demand by VA. 9.0. REIMBURSEMENT: Prior to June 2010, invoices should be forwarded to: Alaska VA Healthcare System Attention: Clinical Laboratory Manager (113) 2925 DeBarr Road Anchorage, AK 99508 After June 2010, invoices should be forwarded to: Alaska VA Healthcare System Attention: Clinical Laboratory Manager (113) 1201 N. Muldoon Road Anchorage, AK 99504 Appendix 1 of this Performance Work Statement is the price list filled out by the Contractor when submitting their bid. The Contractor shall maintain records of all trips made during a particular month, and only charge for actual trips in accordance with the Itemized Price List in Appendix 1. Monthly invoicing shall be submitted along with the Contractor's list of trips made during that month for which the Government is being billed. 10.0. QUALITY ASSURANCE: 10.1. The Government will evaluate the Contrctor's performance using a Government Quality Assurance Surveillance Plan (QASP). The Government will measure the Contractor's control of quality against the Performance Thresholds specified in the Requirements Summary. If re-performance of a service delivery is required, the original inspection results will be recorded as unsatisfactory. When overall performance for a required service meets or exceed the performance threshold, quality control is satisfactory. 10.2. If performance fails to meet requirements, the Contractor will be issued a Non Conformance Inspection Report (NCIR) and given two hours after receipt of the notification to respond and to correct the non-conformance within 24 hours. If the contractor has ten or more minor deficiencies during the performance period, a Form 2 - Contract Discrepancy Report (CDR) may be issued by the Contracting Officer. CDRs may be issued for non-responsiveness, for repetitive minor discrepancies, for major discrepancies or at the discretion of the Contracting Officer. 10.3. For Units that are unsatisfactory and cannot be re-performed a deduction for that service will be withheld from Contractor's monthly payment. 10.4. The Contractor shall be required to meet with the Contracting Officer's Technical Representative (COTR) at least weekly during the first month of the contract and as necessary thereafter to discuss the contractor's performance. The time and location will be mutually agreed upon. The Government reserves the right to change the frequency of the meetings depending upon the quality of service provided by the Contractor. APPENDIX 1- ITEMIZED PRICE LIST Year of ServicesDescriptionEst. Annual QtyUnitUnit PriceAmount Base YearDomiciliary 260Per Trip$__________$_______________ Base YearMatSu CBOC 312Per Trip$__________$_______________ Base YearNorthway Mall 28Per Trip$__________$_______________ Base Year3MDG 140Per Trip$__________$_______________ 1st Option Year Domiciliary 260Per Trip$__________$_______________ 1st Option Year MatSu CBOC312Per Trip$__________$_______________ 2nd Option Year Domiciliary 260Per Trip$__________$_______________ 2nd Option Year MatSu CBOC 312Per Trip$__________$_______________ 3rd Option Year Domiciliary 260Per Trip$__________$_______________ 3rd Option Year MatSu CBOC 312Per Trip$__________$_______________ 4th Option Year Domiciliary 260Per Trip$__________$_______________ 4th Option Year MatSu CBOC 312Per Trip$__________$_______________ SUMMARY OF PRICING: Base Year Total Amount: $____________________ 1st Option Year Total Amount: $____________________ 2nd Option Year Total Amount: $____________________ 3rd Option Year Total Amount: $____________________ 4th Option Year Total Amount: $____________________ GRAND TOTAL FOR BASE + 4 OPTION YEARS: $__________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SeVANC/VAPSHCS/VA-260-10-RQ-0195/listing.html)
 
Place of Performance
Address: Department of Veteran Affairs;VA Alaska Healthcare System and Regional Office;2925 DeBarr Road;Anchorage, AK
Zip Code: 99508
 
Record
SN02022220-W 20091213/091211235245-9b9141a05d94435331828ff49c7a59cc (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.