Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 20, 2014 FBO #4652
DOCUMENT

R -- Courier Service for West Valley Community Based Out-Patient Clinics, Utah - Attachment

Notice Date
8/18/2014
 
Notice Type
Attachment
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25914R0606
 
Response Due
8/15/2014
 
Archive Date
10/14/2014
 
Point of Contact
Shelly Johnstone
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation VA259-12-R-0606 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76, effective July 25, 2014. No telephone requests will be accepted. Only written requests received directly from the offeror are acceptable. The associated North American Industry Classification System (NAICS) code for this procurement is 492110 - Couriers and Express Delivery Services, with a small business size standard of 1,500 employees. IF OFFEROR IS A GSA SCHEDULE HOLDER, ALL INFORMATION REQUESTED IN THIS NOTICE MUST BE PROVIDED, NOT JUST THE OFFEROR'S SCHEDULE NUMBER. This solicitation is set-side; service-disabled veteran-owned small businesses, The following is a list of the contract line item numbers, quantities and units of measure including options. This contract will be effective for a base period of one year with the option to extend the contract for four (4) additional one-year periods for a total of five (5) years from the date of award. SCHEDULE OF SERVICE for Courier Service BASE YEAR: October 01, 2014 to September 30, 2015 LINE ITEM NUMBERDESCRIPTIONUNITESTIMATED QUANITIES UNIT COSTTOTAL COST 0001Provide courier service to the Western Salt Lake Community Based Outpatient Clinic EACH753 0002Provide On Call Service Monday - Friday to Utah Public Health LaboratoriesEACH6 0003Provide On Call Service Sunday - Saturday to American Red CrossEACH10 0004Provide On Call Service Sunday - Saturday to Misc. LocationsEACH2 TOTAL COST ALL ITEMS, BASE YEAR $ _______________________________________ OPTION YEAR 1: October 01, 2015 through September 30, 2016 LINE ITEM NUMBERDESCRIPTIONUNITESTIMATED QUANTITIESUNIT COSTTOTAL COST 1001Provide courier service to the Western Salt Lake Community Based Outpatient ClinicEACH753 1002Provide On Call Service Monday - Friday to Utah Public Health LaboratoriesEACH6 1003Provide On Call Service Sunday - Saturday to American Red CrossEACH10 1004Provide On Call Service Sunday - Saturday to Misc. LocationsEACH2 TOTAL COST ALL ITEMS, OPTION YEAR ONE $__________________________ OPTION YEAR 2: October 01, 2016 through September 30, 2017 LINE ITEM NUMBERDESCRIPTIONUNITESTIMATEDUNIT COSTTOTAL COST 2001Provide courier service to the Western Salt Lake Community Based Outpatient ClinicEACH753 2002Provide On Call Service Monday - Friday to Utah Public Health LaboratoriesEACH6 2003Provide On Call Service Sunday - Saturday to American Red CrossEACH10 2004Provide On Call Service Sunday - Saturday to Misc. LocationsEACH2 TOTAL COST ITEMS, OPTION YEAR TWO $____________________________________ OPTION YEAR 3: October 01, 2017 through September 30, 2018 LINE ITEM NUMBERDESCRIPTIONUNITESTIMATED QUANTITIES UNIT COSTTOTAL COST 3001Provide courier service to the Western Salt Lake Community Based Outpatient ClinicEACH753 3002Provide On Call Service Monday - Friday to Utah Public Health LaboratoriesEACH6 3003Provide On Call Service Sunday - Saturday to American Red CrossEACH10 3004Provide On Call Service Sunday - Saturday to Misc. LocationsEACH2 TOTAL COST ITEMS, OPTION YEAR THREE: $________________________________________________ OPTION YEAR 4: October 01, 2018 through September 30, 2019 LINE ITEM NUMBERDESCRIPTIONUNITESTIMATED QUANTITIESUNIT COSTTOTAL COST 4001Option Year 4: 1 October 2018 to 31 September 2019 Provide courier service IAW Statement of WorkEACH753 4002Provide On Call Service Monday - Friday to Utah Public Health LaboratoriesEACH6 4003Provide On Call Service Sunday - Saturday to American Red CrossEACH10 4004Provide On Call Service Sunday - Saturday to Misc. LocationsEACH2 TOTAL COST ITEMS, OPTION YEAR FOUR: $_________________________________________________ TOTAL COST BASE PLUS FOUR OPTION YEARS: $_________________________________________________ DESCRIPTION OF REQUIREMENTS FOR THE ITEMS TO BE REQUIRED: SCOPE OF WORK: The Department of Veterans Affairs Salt Lake City VA Health Care System is seeking to enter into a firm fixed price Indefinite Delivery Indefinite Quantity contract with a courier service company. The courier service company shall provide services for the Western Salt Lake Community Based Outpatient Clinic (CBOC) and Pathology and Laboratory Service. The VA Salt Lake City Health Care System (VASLCHCS) consists of the George E. Wahlen Department of Veterans Affairs Medical Center and Community Based Outpatient Clinics (CBOCs) in Utah, Idaho, and Nevada. The George E. Wahlen Department of Veterans Affairs Medical Center is a mid-sized affiliated tertiary care facility with 121 authorized active beds. It is a teaching facility, providing a full range of patient care services, with state-of-the-art technology as well as education and research. Comprehensive health care is provided through primary care, tertiary care, and long-term care in areas of medicine, surgery, psychiatry, physical medicine and rehabilitation, neurology, oncology, dentistry, and geriatrics. The VASLCHCS is part of the Veterans Affairs Integrated Service Network (VISN) 19, which includes facilities in Utah, Wyoming, Montana, Colorado, Idaho, and Nevada. The contractor shall provide all necessary labor, equipment, personnel and transportation to perform the work seven days a week for pick-up and delivery between the George E. Wahlen VA Salt Lake City Health Care System and the Western Salt Lake CBOC. The contractor shall provide all necessary labor, equipment and transportation to perform the work as an on-call services between the George E. Wahlen VA Salt Lake City Health Care System Laboratory and Pathology Service and Utah Public Health Laboratories, Utah Department of Health, and the American Red Cross. The contractor shall pick-up commercial goods, supplies, laboratory specimens, laundry, pharmaceutical products, mail and any other items required by the George E. Wahlen VA Salt Lake City Health Care System. The contractor shall provide a driver and vehicle for pick-up and delivery. The vehicle size required is standard economy or compact. LOCATION OF SERVICE VA Salt Lake City Health Care System Pathology & Laboratory Service (113) Mail Cage (bldg. 14, 1st fl.) Inpatient Pharmacy 500 Foothill Drive Salt Lake City, Utah 84148 Monday through Sunday Utah Public Health Laboratories 46 North Medical Drive Salt Lake City, Utah 84113 Monday through Sunday Utah Department of Health Division of Epidemiology and Laboratory Services 46 North Medical Drive Salt Lake City, Utah 84113 Monday through Sunday American Red Cross 6616 South 900 East Salt Lake City, Utah 84121 Monday through Sunday Western Salt Lake Community Based Outpatient Clinic 2750 South 5600 West Ste. B West Valley City, Utah 84120 Monday through Friday Other locations as requested within a 25 mile radius. HOURS OF PICK-UP AND DELIVERY: The contractor shall pick-up or deliver specimens as requested to/from the Laboratory Specimen Receiving - room 1B19 building 14 at the George E. Wahlen VA Salt Lake City Health Care System (VASLCHCS), 500 Foothill Drive, Salt Lake City, Utah 84148 from Monday to Sunday between the hours of 8:00 a.m. through 8:00 p.m. from requested destination, excluding holidays listed. STAT or immediate pick-ups for laboratory specimens shall be done within one hour from the time of the call. Routine pick-ups shall be performed within 2-4 hours from the time of the call. The contractor shall pick-up laboratory specimens from the lab in the Western Salt Lake Community Based Outpatient Clinic at 2750 South 5600 West Ste. B, West Valley City, Utah 84120 Monday through Friday at 12:00 pm and 4:00 pm. Times may change if necessary to accommodate the lab. The lab specimens shall be delivered to the VASLCHCS 500 Foothill Drive, Salt Lake City, Utah 84148 Specimen Receiving, room 1B19, building 14 directly after pick-up. The contractor shall pick-up pharmacy products from the VASLCHCS at 500 Foothill Drive, Salt Lake City, Utah 84148 and deliver to the Western Salt Lake Community Based Outpatient Clinic at 2750 South 5600 West Ste. B, West Valley City, Utah 84120 at 8:00 am, 11:00 am and 3:15 pm, 50 pounds and 25 pounds of pharmaceutical products Monday through Friday. Times may change if necessary to accommodate the pharmacy. The contractor shall carry mail to/from the VASLCHCS at 500 Foothill Drive, Salt Lake City, Utah 84148 and Western Salt Lake Community Based Outpatient Clinic at 2750 South 5600 West Ste. B, West Valley City, Utah 84120 at 8:00 am, 11:00 am and 3:15 pm Monday through Friday. The contractor shall pick-up empty lab containers from Specimen Receiving, room 1B19, building 14 at the VASLCHCS, 500 Foothill Drive, Salt Lake City, Utah 84148 at 8:00am and deliver to the Western Salt Lake CBOC, 2750 South 5600 West, Ste. B, West Valley City, Utah 84120. The contractor shall pick-up clean linens from the VASLCHCS at 500 Foothill Drive, Salt Lake City, Utah 84148 and deliver to the Western Salt Lake Community Based Outpatient Clinic at 2750 South 5600 West Ste. B, West Valley City, Utah 84120 on Fridays. The contractor shall pick-up soiled linens from the Western Salt Lake Community Based Outpatient Clinic at 2750 South 5600 West Ste. B, West Valley City, Utah 84120 and deliver to VASLCHCS at 500 Foothill Drive, Salt Lake City, Utah 84148 on Fridays. PICK-UP AND DELIVERY POINTS: Laboratory specimens shall be picked up or delivered to Specimen Receiving on the first floor, building 14, room 1B19. If no one is available in the laboratory, ring the buzzer or call 9(801)582-1565 x 1471 for assistance. Pharmaceutical products shall be picked up from the Inpatient Pharmacy on the ground floor, building 1 of the VASLCHCS and delivered to the Western Salt Lake CBOC pharmacy room number 1A69. Mail shall be picked up from the mail cage on the first floor of building 14, in the hallway by the stairwell, door number 1AA at the VASLCHCS, 500 Foothill Drive, Salt Lake City, Utah 84148 and delivered to the Western Salt Lake CBOC, 2750 South 5600 West Ste. B, mailroom 1A04, West Valley City, Utah 84120. Mail shall be picked up from the mailroom 1A04 at the WSLCBOC and delivered to the mail cage, 1st floor, building 14, VASLCHCS, 500 Foothill Drive, Salt Lake City, Utah 84148. Clean linens shall be picked up from the mail cage on the first floor of building 14, door number 1AA at the VASLCHCS, 500 Foothill Drive, Salt Lake City, Utah 84148 and delivered to the WSLCBOC, 2750 South 5600 West, Ste. B and given to one of the LPN's on duty. Soiled linens shall be picked up from outside the laboratory door at the WSLCBOC and delivered to the VASLCHCS, 500 Foothill Drive, Salt Lake City, Utah 84148 building 14 1st floor mail cage, door number 1AA. IDENTIFICATION BADGE: Contractor personnel shall be required to obtain PIV badges per national security mandate. The COR will provide a packet to contractor personnel for them to fill out and return to the COR. The contractor personnel will be required to report to the PIV office at the VASLCHCS, 500 Foothill Drive, Salt Lake City, Utah 84148 in order to be fingerprinted and receive their badges. They will also need to obtain ID badges from the PIV office in order to be activated to allow access to the mail cage building 14, 1st floor of the VASLCHCS, 500 Foothill Drive, Salt Lake City, Utah 84148. VA policy does not allow badge sharing. The contractor shall notify VA immediately of the termination of employment of any personnel performing services under this contract and any VA badge held by such an employee shall be surrendered to VA immediately. PERSONNEL AND PERSONNEL POLICY: The contractor shall be responsible for providing a fully qualified on-site contract manager. The contract manager shall be responsible for management and coordination of the contract and shall be the point of contact with all government representatives. The contractor shall notify the contracting officer in writing prior to contract start date the names of the Contract Manager and an alternate contract manager. The Contract Manager shall be available for the government during normal business hours. The contract manager shall respond within one hour from the time of notification by the VA of any issues. During non-business hours, the contract manager shall respond at the beginning of the following business day. The contractor shall be responsible for protecting their personnel by furnishing services under this contract. The contractor shall provide the following for their personnel: "Worker's compensation "Professional Liability Insurance "Income tax withholding "Social Security payments The parties agree that such personnel shall not be considered VA employees for any purpose and shall be considered employees of the contractor. The services to be performed by the contractor shall be performed in accordance with VA policies and procedures and the regulations of the medical staff by laws of the VA facility. PERFORMANCE OBJECTIVE AND THRESHOLD: The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance Objective Performance Threshold 1.Contractor shall pick-up pharmaceuticals, supplies, x-rays, lab specimens, patient records, office supplies, forms, clean and soiled linens, mail, and other items required by the VASLCHCS within the required time frame. Two (2) valid defects per quarter 2.The contractor shall pick-up and deliver laboratory specimens in accordance to temperature requirements and transport regulations set by the VA laboratory.Two (2) substantial deficiencies per quarter 3.The contractor shall ensure the confidentiality of all patient information being transported and will be held liable in the event of breach of confidentiality.No defects allowed The contractor will be evaluated on their ability to comply with the performance objectives to fulfill the contract successfully. A Contracting Officer's Representative (COR) shall be appointed by the government to monitor and evaluate the contractor and ensure all performance objectives are met through review of the contractor's quality control program, and receipt of complaints from department personnel. Issues or problems related to the improper transportation of laboratory specimens, supplies, linens, pharmaceutical products, or mail will be directly reported to the COR. Contractor's courier processes will be evaluated and recommendations made for corrective action. Contractor will be requested to submit a plan of corrective action to the COR. Failure or deficiency of courier service for pick-up will result in withholding of payment for missed service and reimbursement of cost for alternate courier service for the particular pick-up. Damages to the government will be assessed after 2 deficiencies per quarter. FEDERAL HOLIDAYS: The contractor as defined herein shall furnish the services covered by this contract. The contractor will not be required to furnish such services between the George E. Wahlen VA Health Care System and the Western Salt Lake CBOC on the following federal holidays*: "New Year's Day Labor Day "Martin Luther King Jr.'s Birthday Columbus Day "Presidents' Day Veterans' Day "Memorial Day Thanksgiving Day "Independence Day Christmas Day *And any other day specifically declared by the President of the United States to be a national holiday. On-call services will be required for STAT deliveries for Laboratory and Pathology Services on the above holidays as necessary. DEPARTMENT OF LABOR WAGE DETERMINATIONS: Department of Labor Wage Determination 2005-2531, Revision Number 14, dated July 25, 2014; The full text of a solicitation provision or contract clause may be accessed electronically at the address(es) below: http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm Proposals shall include the RFP number, the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, the company point of contact, address, phone number, fax number, e-mail address, Tax Identification Number, DUNS number, and business size status. All information has been posted and there are no other documents available. Offers are to be received at the Department of Veterans Affairs, NCO 19 Rocky Mountain Acquisition Center, 4100 East Mississippi Avenue, Suite 900, Glendale, CO 80246 Attn: Shelly Johnstone, Contract Specialist no later than 4:30 P.M. mountain time on August 25, 2014. PROPOSALS SUBMITTED BY FASCIMILE (FAX MACHINE) WILL NOT BE ACCEPTED. You may contact Shelly Johnstone, via email at Shelly.Johnstone@va.gov or via telephone at 303-372-7041. Any questions regarding this solicitation must be submitted in writing to the contract specialist no later than 2:00 p.m. on Wednesday August 20, 2014. The provision at FAR 52.212-1, INSTRUCTION TO OFFERORS -- COMMERCIAL ITEMS, applies to this acquisition with the following addendum: FAR 52.216-1 Type of Contract (APR 1984): The government anticipates the awarding of a single firm-fixed price, Indefinite Delivery Indefinite Quantity contract to fulfill this requirement; VAAR852.270-1 (JAN 2008) The provision at FAR 52.212-2, EVALUATION -- COMMERCIAL ITEMS, applies to this acquisition. (a) The Government will award a 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: EVALUATION FACTORS FOR AWARD: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the Offer deemed to be the most advantageous to the Government. Competing offeror's technical approach and past performance will be evaluated as significantly more important than price considerations, with past performance being more important than technical. The lowest price proposal may not necessarily be selected; likewise, the proposal receiving the highest technical rating may not necessarily be selected. Offerors who propose to perform the work for an unrealistically low price will not be considered for award. Where applicable, the techniques and procedures described under FAR 13.106-2 will be the primary means of assessing proposal reasonableness. An offeror's proposal shall represent the offeror's best efforts to respond to the solicitation. By submission of its quote, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offeror's must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: Factor 1: Technical Approach Provide a detailed narrative as to how the offeror plans to meet the requirements of the Performance Work Statement, addressing all points including, but not limited to, staffing, supervision, performance of the required tasks, and quality assurance. Technical explanations will receive a rating of Acceptable or Unacceptable based on whether or not they address all aspects of the PWS in a satisfactory manner. Factor 2: Past Performance Past performance information will be evaluated in accordance with FAR 13.106-2. In assessing past performance the Government may employ several approaches including: (a) reviewing past performance data submitted (b) seeking additional present and past performance and (c) using data independently obtained from other Government and commercial sources (e.g., the Past Performance Information Retrieval System (PPIRS)). The Government will conduct a performance confidence assessment based on aspects of an offeror's past performance, focusing on and targeting performance that is recent (within the last 3 years), relevant to the requirements of this solicitation, and similar in complexity and magnitude compared to the requirements of the solicitation. Performance that is not recent, relevant, similar in complexity, or similar in magnitude will not be evaluated for purposes of the confidence assessment. The performance confidence assessment process will result in an overall confidence rating. This performance confidence assessment rating represents the Government's judgment of the probability of an offeror successfully accomplishing the proposed effort based on the offeror's demonstrated present and past performance. Lack of recent and relevant past performance that is similar in complexity and magnitude to this solicitation will not be evaluated favorably or unfavorably, but on a neutral or unknown basis. If adverse past performance is revealed, the offeror will be afforded an opportunity to address the adverse information (unless the information was obtained through PPIRS, in which case the offeror has already had an opportunity to respond). 3. Price: Offeror's price shall be evaluated to determine its fair and reasonableness. Technical and past performances when combined are significantly more important than price. Offers will be evaluated to determine which offer provides the best value to the Government, all factors considered. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) RatingDefinition Significant-ConfidenceBased on offeror's performance record, the Government has significant confidence (i.e., little doubt exists) that the offeror will successfully perform the required effort. Satisfactory-ConfidenceBased on the offeror's performance record, the Government has confidence that the offeror will successfully perform the required effort. Normal Contractor emphasis should preclude any problems. Neutral/Unknown -ConfidenceNo performance record is identifiable or the offeror's performance record is so sparse that no confidence assessment rating can be reasonably assigned. Limited ConfidenceBased on the offeror's performance record, doubt exists that the offeror will successfully perform the required effort. No Confidence Based on the offeror's performance record, extreme doubt exists that the offeror will be able to successfully perform the required effort. NOTE: A small business that submits a proposal indicating that they will be subcontracting or teaming with another company, must show that they are capable and will be performing 51% of the work. Subcontractor Consent: Past performance information pertaining to a proposed subcontractor cannot be disclosed to an offeror without the subcontractor's consent. Offeror shall provide with its proposal a letter from each proposed subcontractor that will perform major or critical aspects of the requirement, consenting to the release of its past performance information to an offeror. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) A completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS shall be submitted with the offer. The clause at FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS, applies to this acquisition, with the following addendum: FAR 52.216-18, ORDERING (OCT 1995); (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from October 1, 2014 through September 30, 2015. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of Clause) FAR 52.216-19, ORDER LIMITATIONS (OCT 1995); (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $2,500, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of $25,000; (2) Any order for a combination of items in excess of $25,000; or (3) A series of orders from the same ordering office within 365 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 30 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) FAR52.216-22 INDEFINITE QUANTITY (OCT 1995), (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after September 30, 2015. (End of Clause) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of Clause) FAR 52.228-5 INSURANCE-WORK ON A GOVERNMENT INSTALLATION (JAN 1997); CL-120 SUPPLEMENTAL INSURANCE REQUIREMENTS In accordance with FAR 28.307-2 and FAR 52.228-5, 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 a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (End of Clause) FAR 52.232-18 AVAILABILITY OF FUNDS (APR 1984); Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) FAR 52.232-19 AVAILABILITY OF APPROPRIATED FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond September 30 of ANY fiscal year. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30 of ANY fiscal year, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TOSMALL BUSINESS SUBCONTRACTORS (DEC 2013);FAR 52.237-3 CONTINUITY OF SERVICES (JAN 1991);VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008); LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011): This solicitation includes VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of Clause) The clause at FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (JUN 2014) applies to this acquisition including the following clauses: FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards (JULY 2013); FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013); FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011); FAR 52.219-13 Notice of Set-Aside of Orders (NOV 2011); FAR 52.219-27 Notice of Service Disabled Veteran Owned Set Aside; FAR 52.219-28 Post-Award Small Business Program Rerepresentation (JUL 2013); FAR 52.222-3 Convict Labor (JUNE 2003); FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26 Equal Opportunity (MAR 2007); FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010); FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008); FAR 52.232-34 Payment by Electronic Funds Transfer-Other than System for Award Management (JULY 2013); FAR 52.222-41 Service Contract Act of 1965 (MAY 2014); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014); Employee Class Monetary Wage-Fringe Benefits 01141 - Messenger Courier$11.64 / GS-01 FAR 52.222-43 Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) (MAY 2014);
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25914R0606/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-14-R-0606 VA259-14-R-0606_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1579493&FileName=VA259-14-R-0606-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1579493&FileName=VA259-14-R-0606-000.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 Health Care System;500 Foothill Drive;Salt Lake City, UT
Zip Code: 84148-0001
 
Record
SN03469357-W 20140820/140818235814-91c4a261346d534e8d41951f89cdf259 (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.