Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2013 FBO #4240
DOCUMENT

V -- RFP for Special Mode Transportation (MA) - Attachment

Notice Date
7/2/2013
 
Notice Type
Attachment
 
NAICS
485991 — Special Needs Transportation
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24113R0509
 
Archive Date
8/1/2013
 
Point of Contact
clark.crandall@va.gov
 
E-Mail Address
clark.crandall@va.gov
(clark.crandall@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PRESOLICITATION NOTICE PLEASE DO NOT SUBMIT PROPOSALS OR ANY OTHER MATERIALS IN RESPONSE TO THIS NOTICE Below is a general description of the requirement - a full solicitation will be released later Statement of Work - General Introduction The Department of Veterans Affairs has a requirement to provide transportation services as prescribed by policies and procedures at Government expense to VA beneficiaries receiving care throughout the VA Boston and Bedford Healthcare System and to transport them within Massachusetts and the surrounding states. The Government intends to award an indefinite delivery, indefinite quantity contract to one awardee. Task orders will be funded and awarded off of the awarded contract. The government is only going to pay for services rendered. The VA requires contractor services to transport VA beneficiaries from the beneficiaries' place of origin to the beneficiaries' place of termination. The mode of travel is based on what is most economical and consistent with the patient's needs. The contractor will provide primarily wheelchair van services or other overland transportation for eligible beneficiaries when VA transportation assets are unavailable. Background The Department of Veterans Affairs currently contracts for vehicle and wheelchair services. The contractors respond to scheduled and non-scheduled requests for travel to and from each medical center and their associated outpatient clinics. Seven separate VA Medical Facilities require transportation of VA beneficiaries and all facilities may order transportation. Scope The existing government transportation personnel and resources are the primary method to transport patients and must be used to the maximum extent possible. Patient transport will be performed by the contractor when government resources are unavailable and other modes of travel (i.e. public transportation, taxi etc.) are ruled out. The government reserves the right to make changes to listed resources prior to contract award and during contract performance. The contractor is prohibited from using government vehicles to transport beneficiaries and must use privately owned vehicles. Further, the contractor remains an independent contractor. Thus, the VA retains full authority and control over the decisions affecting the operations of VA transportation services and supervisory/management over VA personnel. The contractor will need to have the capacity to schedule up to 2200 trips a month and handle significant fluctuations in actual trips (as low as 1300). The contract company can expect trips to average about 1,500 per month. The contractor must be able to handle a similar number of trips per month in fiscal year 2013-2014. The VA experiences seasonal and demand changes that the contract company must respond to and accommodate. The actual trips less cancelations will vary and reduce the projected pickups. The trips include wheelchair, scooter, non-ambulatory and ambulatory patients of the hospital. The transportation service will primarily be conducted in the eastern MA area, 24 hours a day (including holidays), 7 days a week. The transportation company will need to provide transports throughout New England, which will include trips to rural/remote areas of the region (ex. Trips to Canadian border, Nantucket, etc.), short mileage trips in central/western MA. The transportation cost is from point of pick up to drop off location. The transport company must be able to transport all veterans regardless of size or weight. As mobility devices continue to be upgraded and improved (to accommodate increased weight and size) the contract company will need to remain abreast of these changes and upgrades and have vehicles and staff to meet the transportation needs of the Veteran population. Offerors are required to incorporate all charges in one cost per trip plus separate line item for mileage and management fee. The Department runs a shuttle service between its main facilities and Community Based Outpatient Clinics Monday through Friday. The Department will require drivers to have a CDL with passenger endorsements for shuttle services to augment VA shuttles when additional shuttles are required or VA shuttle service is unavailable. The contractor shall not maintain any control or make any changes to VA personnel policies and matters. The contractor shall provide, at its own expense, all personnel requirements to perform the contract. Such contract workers shall not be employees of the VA. The contractor and subcontractors under the supervision of the contractor shall perform the entire contract services required hereunder. All personnel engaged in the performance of this transportation contract shall be fully qualified to perform such contract services. The contractor shall assign key personnel (such as safety manager, operations officer, dispatcher), with requisite experience to the contact. The Contractor will identify and hire an account manager. The account manager will be the Department's point of contact through which the parties will communicate, resolve, all contract accounts receivable, billing and invoicing. If the contractor terminates the employment of any key personnel or if the VA requests their removal, the contractor shall reassign personnel to the position within seven days of such action. The VA shall have the right to approve new key personnel, which shall not be unreasonably withheld. All contracted workers are subject to appropriate background investigations to include SORI and Cori checks and must abide by Federal HIPAA and VA information security regulation and policy. The contractor shall notify the VA Representative if problems arise adversely impacting the performance of the contract. The Contracting Officer Representative serves as the primary point of contact. A meeting with the appropriate representatives from VA and the contractor will be held at a date to be determined to ensure a smooth transition before the start of the contract. Performance Period The base period of performance is 12 months upon contract award with option periods. Type of Contract: Indefinite Quantity, Indefinite Delivery. Task Orders will be funded and issued after contract award. Place of Performance: VA Transportation Office located in VA Jamaica Plain, MA, location is subject to change as circumstances require. Veterans Affairs Medical Centers to be covered: Brockton VAMC, 940 Belmont Street, Brockton, MA 02301-5596; Jamaica Plain VAMC, 150 South Huntington Avenue, Boston, MA 02130-4817; West Roxbury VAMC, 1400 VFW Parkway, West Roxbury, MA 02132-4927; and Bedford VBAMC, 200 Springs Road, Bedford, MA 01730-1114.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24113R0509/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-13-R-0509 VA241-13-R-0509_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=849616&FileName=VA241-13-R-0509-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=849616&FileName=VA241-13-R-0509-000.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: VA Boston Healthcare System;150 South Huntington Avenue;Boston, MA
Zip Code: 02130
 
Record
SN03105707-W 20130704/130702235234-036ec18df56ade3a49f93c9409748fc0 (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.