Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2011 FBO #3667
DOCUMENT

V -- Armored Car Services - Attachment

Notice Date
12/7/2011
 
Notice Type
Attachment
 
NAICS
561613 — Armored Car Services
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Justin Rose;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26312Q0100
 
Response Due
12/19/2011
 
Archive Date
2/17/2012
 
Point of Contact
Justin Rose
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK ARMORED CAR SERVICE Scope of Work The US Department of Veterans Affairs Health Care System, One Veterans Drive, Minneapolis, MN hereinafter referred to as VAHCS Minneapolis, intends to issue a contract for armored car services. Contractor shall provide all labor, supplies, equipment, supervision, and training for armored car services in accordance with the attached schedule of items and statement of work. Contract type and term The VA will award a firm, fixed-price requirements commercial services contract for all items listed in the schedule of items. Statement of Work Contractor will pick up shipments containing cash, checks, receipts, and securities from HiWay Federal Credit Union located at 5025 E 54th Street, Minneapolis, MN 55417 (612-726-9293) and deliver to the VAHCS Minneapolis (Building 70), One Veterans Drive, Minneapolis, MN 55417 to the Canteen Service (room 1A-113) and the Agent Cashier (room 1S-140) with an estimated delivery time of 1:30pm (no earlier than 1:00pm and no later than 3:00pm.) Contractor is required to supply the Agent Cashier with receipt booklets and Scan cards as needed. Delivery and receipt forms are to be signed and recorded by both the contractor and VA personnel. Cash, checks, signed receipts, and other securities are to be picked up from the Canteen Service and Agent Cashier and returned to HiWay Federal Credit Union between the hours of 1pm and 5pm. Deliveries and pickups are required Monday through Friday at the Agent Cashier office and the VA Canteen office except for Federal or bank holidays. Contractor is authorized to park the armored vehicle in a designated location for approximately 30 minutes on the SE corner of the Outpatient entrance (in the circle) and come in through the Outpatient entrance where security and police reside, when on the VA campus. Contractor is to be bonded and insured for a minimum loss of $85,000 or higher on all VA shipments. DESIGNATED GOVERNMENT HOLIDAYS New Year's DayJanuary 1 Martin Luther King Day3rd Monday in January Presidents Day3rd Monday in February Memorial DayLast Monday in May Independence DayJuly 4 Labor Day1st Monday is September Columbus Day2nd Monday in October Veterans DayNovember 11 Thanksgiving DayLast Thursday in November ChristmasDecember 25 Or when any additional National Holiday that is proclaimed by the President of the United States is observed. Contractor shall ensure that contractor personnel shall be capable employees, trained and qualified in armored car type work. Employee training shall include all applicable Occupational Safety and Health Act (OSHA) and other related standards. Permits and Licenses In the performance of work hereunder, the Contractor shall obtain and maintain in effect all necessary permits and licenses required by Federal, State, or Local government, or subdivisions thereof, or of any other duty constituted public authority. Further, the Contractor shall obey and abide by all applicable laws and ordinances. Indemnification / Insurance A. Responsibility For Government Property The Contractor assumes full responsibility for and shall indemnify the Government against any and all losses or damage of whatsoever kind and nature to any and all Government property, including any equipment, supplies, accessories, or parts furnished, while in his custody and care for storage, repairs, or service to be performed under the terms of this contract, resulting in whole or in part from the negligent acts or omissions of the Contractor, any subcontractor, or any employee, agent, or representative of the Contractor or subcontractor. If due to the fault, negligent acts (whether of commission or omission) and/or dishonesty of the Contractor or its employees, any Government-owned or controlled property is lost or damaged as a result of the Contractor's performance of this contract, the Contractor shall be responsible to the Government for such loss or damage, and the Government, at its option, may in lieu of payment thereof, require the Contractor to replace at his own expense, all property lost or damaged. B.Hold Harmless and Indemnification Agreement The Contractor shall save and hold harmless and indemnify the Government against any and all liability claims, and cost of whatsoever kind and nature for injury to or death of any person or persons and for loss or damage to any Contractor property or property owned by a third party occurring in connection with or in any way incident to raising out of the occupancy, use, service, operation, or performance of work under the terms of this contract, resulting in whole or in part from the acts or omissions of the Contractor, any subcontractor, or any employee, agent, or representative of the Contractor or subcontractor. C.Government's Right of Recovery Nothing in the above paragraphs shall be considered to preclude the Government from receiving the benefits of any insurance the Contractor may carry which provides for the indemnification of any loss or destruction of, or damages to property in the custody and care of the Contractor where such loss, destruction or damage is to Government property. The Contractor shall do nothing to prejudice the Government's right to recover against third parties for any loss, destruction of, or damage to Government property, and upon the request of the Contracting Officer shall, at the Government's expense, furnish to the Government all reasonable assistance and cooperation (including assistance in the prosecution of suit and the execution of instruments of assignment in favor of the Government) in obtaining recovery. D.Government Liability The Government shall not be liable for any injury to the Contractor's personnel or damages to the Contractor's property unless such injury or damage is due to negligence on the part of the Government and is recoverable under the Federal Torts Claims Act, or pursuant to other Federal statutory authority. Background Investigations / Security Requirements / Badges Contractor employees will be required to submit electronic finger prints and will be subject to a background investigation. If the Contracting Officer or his designee receives disqualifying information on a contractor employee as a result of a background investigation, he shall direct the Contractor not to allow the employee to perform any work under the terms of the contract. Contractor badges will be handled by the VA Police. Badges shall be worn by all employees / contractors / subcontractors while on Federal property. SPECIAL CONTRACT REQUIREMENTS 1. QUALIFICATIONS OF OFFERORS AND QUOTERS: Offers and quotes will be considered only from offerors and quoters who are regularly established in the business called for and who, in the judgment of the Contracting Officer, are financially responsible and have the necessary equipment and personnel to furnish services in the volume required for all items under this contract. Successful offeror or quoter shall meet all requirements of Federal, State, and City codes regarding operations of this type of service. 2. PERFORMANCE: All work shall be performed by competent personnel, experienced and qualified to perform armored car services and all work performed shall be in accordance with commercial practice. 3. SAFETY REQUIREMENTS: In the performance of this contract, the Contractor shall take all necessary safety precautions. When notified by the Contracting Officer or appointed representative the contractor shall correct any safety deficiencies. Failing to correct safety deficiencies may be grounds for termination of the contract. 4. INTERFERENCE TO NORMAL FUNCTION: Contractor's personnel are required to interrupt their work at any time to avoid interference with patient care procedures and the normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients. 5. TRANSPORTATION OF DEPOSITS: All deposits will be transported in a locked bag. Deposits must be ready at the time of pickup. 6. ACCOUNTABILITY: All deliveries and pickups will be maintained on an accountable register furnished by the Contractor. Contractor will provide VA personnel with an updated listing and photo identification roster of authorized couriers. 7. FIREARMS: All firearms shall be holstered and secured while on Federal property. 8. EVIDENCE OF COVERAGE: Before commencing work under this contract, the Contractor shall furnish the Contracting Officer with certification from their insurance company indicating proof of proper coverage by bond on all risk insurance against theft and/or loss of goods, material, cash, checks, or other securities totaling eighty-five thousand dollars ($85,000) or higher and entrusted in their care by the VAHCS Minneapolis Agent Cashier, and that such coverage may not be changed or canceled unless 30 days advance written notice is provided to the Contracting Officer. 9. INSURANCE CERTIFICATE: A copy of a current Certificate of Liability Insurance is to be provided to the VA Contracting Officer before starting performance of the contract. 10. BACKGROUND CHECKS / FINGERPRINTS: All contract personnel associated with this contract shall have a background investigation and fingerprints taken to minimize risks. A certificate of eligibility will be required prior to any work taking place. SCHEDULE OF SUPPLIES AND SERVICES REQUIREMENTS: Contractor will pickup shipments containing cash, checks, receipts, and securities from the HiWay Federal Credit Union located at 5025 E 54th Street, Minneapolis, MN 55417 (612-726-9293) and estimated delivery around 1:30pm to the designated areas (either Canteen Service 1A-113 and Agent Cashier 1S-140) at the VAHCS Minneapolis, One Veterans Drive, Minneapolis, MN 55417. Deliveries and pickups are required Monday through Friday except for Federal and bank holidays. Contractor is required to supply the Agent Cashier with receipt booklets and Scan cards as needed. Delivery and receipt forms are to be signed and recorded by both the contractor and VA personnel. Cash, checks, signed receipts, and other securities are to be picked up from the Canteen Service and Agent Cashier and returned to HiWay Federal Credit Union between the hours of 1pm and 5pm. Cost will cover all associated expenses to include: personnel, vehicle expenses, waiting time, fuel, service fees, etc. Monthly Cost $ _______________ X Approx. 12 Months = Annual Cost of $ _______________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26312Q0100/listing.html)
 
Document(s)
Attachment
 
File Name: VA263-12-Q-0100 VA263-12-Q-0100.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=279449&FileName=VA263-12-Q-0100-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=279449&FileName=VA263-12-Q-0100-000.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: One Veterans Drive;Minneapolis, MN
Zip Code: 55417
 
Record
SN02634995-W 20111209/111207234342-a8e9270a20ba91c4aa7bb2a69297104c (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.