DOCUMENT
V -- COMBINED SYNOPSIS/SOLICITATION_WHEELCHAIR VAN / SPECIAL MODE TRANSPORTATION_14 OCT 2014 - 13 OCT 2015_HAMPTON 590 - Attachment
- Notice Date
- 8/25/2014
- Notice Type
- Attachment
- NAICS
- 485991
— Special Needs Transportation
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- VA24614Q0962
- Response Due
- 9/8/2014
- Archive Date
- 9/23/2014
- Point of Contact
- Karis Williams
- E-Mail Address
-
karis.williams@va.gov
(KARIS.WILLIAMS@VA.GOV)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- COMBINED SYNOPSIS / SOLICITATION VA246-14-Q-0962 WHEELCHAIR VAN SERVICES - HAMPTON VETERANS AFFAIRS MEDICAL CENTER This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested, and a written solicitation will not be issued. Quotes shall reference VA246-14-Q-0962. This Request for Quote (RFQ) document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, dated 25 August 2014. The Network Contracting Office 6 - SAO East intends to award a firm-fixed-price contract for Wheelchair Van Services for the Hampton VA Medical Center in Hampton, Virginia. This procurement is being conducted under the Subpart 13.5 test program and simplified acquisition procedures apply. The intent is to award a one-year base contract with two additional one-year option periods. The option periods may be exercised at the discretion of the Government. The North American Industrial Classification System (NAICS) code for this procurement is 485991 with a small business size standard of $15.0 million. This procurement is a service-disabled veteran-owned small business set-aside and all eligible offerors may submit quotes. All offerors must be registered in the System for Award Management (SAM) at https://www.sam.gov and www.vetbiz.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. Questions concerning this solicitation shall be addressed to both Karis Williams, Contract Specialist, e-mail Karis.Williams@va.gov and Alternate Point of Contact Roslyn Patrickson at Roslyn.Patrickson@va.gov. All questions or inquires must be submitted in writing no later than 4:30 P.M. Eastern Standard Time on August 27, 2014. No phone calls will be accepted. Any amendments to this RFQ will ONLY be available on the Federal Business Opportunities website (www.fbo.gov). The Government will award a contract resulting from this RFQ to the responsible offeror whose quote is the lowest price technically acceptable. Quotes are due by 9:00 AM Eastern Standard time on September 8, 2014. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via e-mail to Karis.Williams@va.gov. Attachments: Statement of Work Dated 15 July 2014 Special Contract Requirements Wage Determination Past Performance Survey SCHEDULE OF SERVICES The contractor shall be responsible for all supervision, tools, equipment, labor, and materials necessary to provide Wheelchair Van services in accordance with the terms and conditions herein. Contractors shall quote prices for all of the following Contract Line Item Numbers: Base Year: October 14, 2014 - October 13, 2015 Contract Line Item (CLIN)DescriptionEstimated QtyUnitUnit PriceTotal Price 1BASE RATE - Any trip within twenty (25) Miles from the Hampton VAMC. Includes arrival and acceptance of patient at point of departure and delivery of patient to destination.9010TRIPS $_________$________ 2RATE PER MILE - Beyond 25 mile radius (ONE WAY ONLY)29,630MILES $_________$________ 3Base Rate-Any trip within the twenty-five (25) Miles from Community Based Outreach Clinic (CBOC) To/ From: 244 Clearfield Ave Virginia Beach, VA 100TRIPS $_________$________ 4ONE-WAY TRIP CHARGE - From: Hampton VAMC, Hampton VA, To: Richmond VAMC, 1201 Broad Rock Blvd, Richmond VA170TRIPS $_________$________ 5 ONE-WAY TRIP CHARGE - From: Hampton VAMC, Hampton VA, To: Salem VAMC, 1970 Roanoke Blvd, Salem VA. 6TRIPS $_________$________ 6ONE-WAY TRIP CHARGE - From Hampton VAMC, To: Durham VAMC, 508 Fulton St, Durham, NC6TRIPS $_________$________ 7 WAIT TIME - When required and verified only. 330 HRS $_________$________ TOTAL BASE YEAR $__________________ Option Year One: October 14, 2015 through October 13, 2016 CLINDescriptionEstimated QtyUnitUnit PriceTotal Price 1BASE RATE - Any trip within twenty (25) Miles from the Hampton VAMC. Includes arrival and acceptance of patient at point of departure and delivery of patient to destination.9010TRIPS $_________$________ 2RATE PER MILE - Beyond 25 mile radius (ONE WAY ONLY)29,630MILES $_________$________ 3BASE RATE-Any trip within the twenty-five (25) Miles from Community Based Outreach Clinic (CBOC) To/ From: 244 Clearfield Ave Virginia Beach, VA 100TRIPS $_________$________ 4ONE-WAY TRIP CHARGE - From: Hampton VAMC, Hampton VA, To: Richmond VAMC, 1201 Broad Rock Blvd, Richmond VA170TRIPS $_________$________ 5ONE-WAY TRIP CHARGE - From: Hampton VAMC, Hampton VA, To: Salem VAMC, 1970 Roanoke Blvd, Salem VA. 6TRIPS $_________$________ 6ONE-WAY TRIP CHARGE - From Hampton VAMC, To: Durham VAMC, 508 Fulton St, Durham, NC6TRIPS $_________$________ 7WAIT TIME - When required and verified only. 330HRS $_________$________ TOTAL OPTION YEAR 1$____________________ Option Year Two: October 14, 2016 through October 13, 2017 CLINDescriptionEstimated QtyUnitUnit PriceTotal Price 1BASE RATE - Any trip within twenty (25) Miles from the Hampton VAMC. Includes arrival and acceptance of patient at point of departure and delivery of patient to destination.9010TRIPS PER YEAR$_________$________ 2RATE PER MILE - Beyond 25 mile radius (ONE WAY ONLY)29,630MILES PER YEAR$_________$________ 3 BASE RATE-Any trip within the twenty-five (25) Miles from Community Based Outreach Clinic (CBOC) To/ From: 244 Clearfield Ave Virginia Beach, VA 100TRIPS PER YEAR$_________$________ 4 ONE-WAY TRIP CHARGE - From: Hampton VAMC, Hampton VA, To: Richmond VAMC, 1201 Broad Rock Blvd, Richmond VA170TRIPS PER YEAR $_________$________ 5 ONE-WAY TRIP CHARGE - From: Hampton VAMC, Hampton VA, To: Salem VAMC, 1970 Roanoke Blvd, Salem VA. 6TRIPS PER YEAR$_________$________ 6 ONE-WAY TRIP CHARGE - From Hampton VAMC, To: Durham VAMC, 508 Fulton St, Durham, NC6TRIPS PER YEAR$_________$________ 7 WAIT TIME - When required and verified only. 330HRS PER YEAR$_________$________ TOTAL OPTION YEAR 2$___________________ TOTAL BASE PLUS OPTIONS $ __________________ The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) provisions and clauses are applicable to this acquisition and are available for view at: http://www.acquisition.gov/far/index.html and http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm FAR Provisions: 52.204-7System for Award Management (JUL 2013) 52.209-7Information Regarding Responsibility Matters (JUL 2013) 52.212-1 Instructions to Offerors- Commercial Items (JUL 2013) 52.212-2 Evaluation-Commercial Items (JAN 1999) The Government will award a firm fixed priced contract to the responsible offeror who is the lowest priced technically acceptable. In order to be rated Technically Acceptable all technical factors must be rated as pass. Offeror must demonstrate their ability to meet these factors with their offer in accordance with Paragraphs 1-5 below, and offers must meet the minimum qualifications below in order to be evaluated. Technical acceptability is rated as pass or fail based on the following: 1. Personnel - Offeror shall provide personnel qualifications documenting education and experience required in accordance with Section G of the Statement of Work. 2. Licenses - Offeror must provide the appropriate licenses and certifications in accordance with Sections G of the Statement of Work (SOW). 3. Vehicles - All vehicles must be registered in the State of Virginia at the time of award, and meet all specifications as required in accordance with Sections C, D, and E of the Statement of Work (SOW). 4. Offeror shall demonstrate their ability to provide a forty-five minute response time in accordance of A7 of the Statement of Work. 5. Past Performance - a. Offerors must provide a minimum of three (3) identified references when submitting their quote. Emphasis will be on recent, relevant past performance. Recent is defined as work performed within the last three years. Relevant is defined as work similar in size and scope of the work described in the Statement of Work (SOW). Since the Government may not necessarily interview all of the sources provided by the offerors, offeror must explain the relevance of the data provided for each reference. Offerors are reminded that the Government may elect to consider data obtained from other sources. b. Offerors are also required to show proof that they submitted a minimum of three (3) past performance surveys to identified references, to be provided to the Contracting Office by the solicitation closing date. This is based on recent and relevant work as described in the previous paragraph (5a). Evaluators may validate the information on past performance surveys, by contacting the points of contact directly via email or by phone. POC information should be documented on the PPS, and be available upon request. Offerors with no relevant past performance or whom information is not available, shall not be evaluated favorably or unfavorably on past performance. FAR Provisions: 52.212-3 Certifications and & Representations (NOV 2013) 52.216-1Type of Contract (APR 1984) The Government contemplates award of a Requirements contract resulting from this solicitation. 52.217-5Evaluation of Options (JUL 1990) 52.233-2Service of Protest (SEP 2006) VAAR Provisions: 852.233-70Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71Alternative Protest Procedure (JAN 1998) 852.252-70Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1Representatives of Contracting Officers (JAN 2008) 852.273-74Award Without Exchanges (JAN 2003) FAR Clauses: 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights (SEP 2013) 52.204-4Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-9 Personal Identity Verification of Contractor Personnel 52.212-4 Contract Terms and Conditions- Commercial Items (SEP 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (SEP 2013) -52.204-10Reporting Executive Compensation and First-TierSubcontract Awards (JUL 2013) -52.209-6Protecting the Government's Interest When Subcontractingwith Contractors Debarred, Suspended, or Proposed forDebarment (AUG 2013) -52.222-3Convict Labor (JUN 2003) -52.222-19 Child Labor - Cooperation with Authorities and Remedies(MAR 2012) -52.222-21 Prohibition of Segregated Facilities (FEB 1999) -52.222-26 Equal Opportunity (MAR 2007) -52.222-35 Equal Opportunity for Veterans (SEP 2010) -52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) -52.222-43Fair Labor Standards Act and Service Contract Act-PriceAdjustment (Multiple Year and Option Contracts) (SEP 2009) -52.223-18Encouraging Contractor Policies to Ban Text MessagingWhile Driving (AUG 2011) -52.232-33Payment by Electronic Funds Transfer- System for AwardManagement (JUL 2013) 52.216-18Ordering (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 1 October 2014 through 30 September 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. 52.216-19Order Limitation (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $5, 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 $500,000; (2) Any order for a combination of items in excess of $1,200,000; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (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 10 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. 52.216-21Requirements (Oct 1995) (a) This is a requirements contract for the supplies or services specified and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated'' or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) 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 30 September 2017. 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 of contract expiration. 52.217-9 Option to Extend Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within no later than 30 days before contract expiration; 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 three years six months. 52.232-40Providing Accelerated Payment to Small Business Subcontractors (DEC 2013) 52.237-3Indemnification and Medical Liability Insurance (JAN 2008) 52.252-2 Clauses Incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70Commercial Advertising (JAN 2008) 852.203-71 Display of Department of Veterans Affairs hotline poster 852.216-70 Estimated quantities 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.228-71 Indemnification and Insurance (JAN 2008) 852.232-72Electronic Submission of Payment Requests (NOV 2012) 852.237-70Contractor Responsibilities (APR 1984)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24614Q0962/listing.html)
- Document(s)
- Attachment
- File Name: VA246-14-Q-0962 VA246-14-Q-0962.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1594229&FileName=VA246-14-Q-0962-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1594229&FileName=VA246-14-Q-0962-000.docx
- File Name: VA246-14-Q-0962 Statement of Work dtd 15 Jul 2014- Wheelchair.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1594234&FileName=VA246-14-Q-0962-001.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1594234&FileName=VA246-14-Q-0962-001.doc
- File Name: VA246-14-Q-0962 S02 SPECIAL CONTRACT REQUIREMENTS - HAMPTON AMBULANCE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1594238&FileName=VA246-14-Q-0962-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1594238&FileName=VA246-14-Q-0962-002.docx
- File Name: VA246-14-Q-0962 P07 - Wage Determination.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1594239&FileName=VA246-14-Q-0962-003.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1594239&FileName=VA246-14-Q-0962-003.docx
- File Name: VA246-14-Q-0962 Past Performance Survey.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1594240&FileName=VA246-14-Q-0962-004.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1594240&FileName=VA246-14-Q-0962-004.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA246-14-Q-0962 VA246-14-Q-0962.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1594229&FileName=VA246-14-Q-0962-000.docx)
- Place of Performance
- Address: CENTRAL ACQUISITION SERVICES;100 EMANCIPATION DRIVE;HAMPTON, VA
- Zip Code: 23667
- Zip Code: 23667
- Record
- SN03479311-W 20140827/140826000414-e449ba54500bf6837e470a6e8febe7c3 (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 |