Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
DOCUMENT

V -- Non-Emergency Tranportation Services for the Show Low Community Based Outpatient Clinic and the surrounding area - Attachment

Notice Date
4/26/2017
 
Notice Type
Attachment
 
NAICS
485991 — Special Needs Transportation
 
Contracting Office
Department of Veterans Affairs;Contracting Section;3601 S. 6th Avenue;Tucson AZ 85723
 
ZIP Code
85723
 
Solicitation Number
VA25817R0160
 
Response Due
5/12/2017
 
Archive Date
7/11/2017
 
Point of Contact
Cynthia Valdes
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. SDVOSB, VOSB, and (i) must provide a capability statement that addresses the organization s qualifications and ability to perform as a contractor for the work described below. SDVOSB respondents must address how they will meet the limitation on subcontracting requirement found at VAAR 852.219-10 if awarded this procurement that requires at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns. VOSB respondents must address how they will meet the limitation on subcontracting requirement found at VAAR 852.219-11 if awarded this procurement that requires at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other eligible veteran-owned small business concerns. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for SDVOSB or VOSB if there are no SDVOSBs. However, if response by SDVOSB or VOSB proves inadequate, an alternate set-aside or full and open competition may be determined. The North American Classification System (NAICS) code for this acquisition is 485991 ($15.0M). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail, mail or ground carrier to: Southern AZ VA HealthCare System, 3601 S. 6th Avenue, Tucson, AZ 85743 or by e-mail to Cynthia.Valdes@va.gov. All information submissions to be marked Attn: Cynthia Valdes, Contract Specialist (9-90C) and should be received no later than 2:00 pm Arizona Time on May 12, 2017. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation will be published. WORK DESCRIPTION Introduction The Department of Veterans Affairs has a requirement to provide transportation services to VA beneficiaries receiving care from the Show Low Community Based Outpatient Clinic (CBOC) and the surrounding area to the main Phoenix VA campus and back to Show Low daily. The Government intends to award an indefinite delivery, indefinite quantity contract. The mode of travel is based on what is most economical and consistent with the needs of the patients. The contractor will provide primarily wheelchair van services to eligible beneficiaries. Background The contractor will respond to scheduled and non-scheduled requests for travel from the Show Low CBOC and the surrounding area to the main Phoenix VA campus and back to Show Low daily. The address for the Show Low CBOC is: 5171 Cub Lake Road, Suite C380 Show Low, AZ 85901 The address for the Main Phoenix VA campus is: 650 East Indian School Road Phoenix, Arizona 85012 Historical workload statistics are listed below: Estimated Trips/Month: 22 Estimated Mileage/Month: 8,096 Estimated Shuttle Hours Month: 154 Scope The contractor shall have the capacity to schedule up to 44 one way trips a month and address slight fluctuations in actual trips dependent on construction or road detours. The VA experiences seasonal and demand changes that the contractor must be able to accommodate. The trips include wheelchair, scooter, non-ambulatory (cannot walk independently and require a walker or other assistive device that is not a wheelchair or scooter) and ambulatory patients of the hospital. The transportation service will primarily be conducted between the Show Low and Phoenix areas, between the hours of 6AM to 5PM (excluding holidays), 5 days a week. The contractor shall provide transports from the Show Low area, with a few periodic stops which will include trip stop in Heber Overgaard/ Payson and Rye when necessary. The fixed transportation cost is from point of pick-up in Show Low to drop off location back in Show Low. 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 contractor will need to remain abreast of these changes and upgrades and have vehicles and staff to meet the transportation needs of the Veteran population. Contractors are required to incorporate all charges in one cost per trip. The Travel Department manages a shuttle service between its main facilities and Community Based Outpatient Clinics Monday through Friday. The Veteran Transportation Network requires drivers to have a CDL with passenger endorsements for shuttle services where Veteran patients are transported. 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 contract. 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 matters such as 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. Background investigation costs shall be at the expense of the contractor. The contractor shall notify the VA Contracting Officer s Representative (COR) if problems arise adversely impacting the performance of the contract. The COR 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 for a base year and four 1-year Option periods. Type of Contract: Indefinite Delivery, Indefinite Quantity. Task Orders will be funded and issued after contract award. Place of Performance: Show Low CBOC, Arizona. Applicable Directives VHA Directive 2008-020, Patient Transportation Program Performance Requirements The Contractor must provide the following reports: Monthly Financial Statement including the total charges incurred by the contractor. Monthly Operations Report including but not limited: systems and carrier information on ridership, by trip type (standing order vs. random trip), contracted vs. VA staffed vehicles, vehicle productivity, cancelations, no-shows, missed trips, on-time performance, costs, revenues, average cost per trip and number of veterans transported. Monthly Progress Report providing a written report of significant activities during the month by the contractor including problems encountered and how they were resolved, findings of quarterly reviews, and recommendations for actions as appropriate. Monthly Service Monitoring Report summarizing the activities, findings, and follow-up activities in response to poor service performance indicators, veteran complaints, and patient incidents. Response Time The contractor shall respond to VA request for transport by arriving at the patient s place of origin VA Show Low CBOC within 10 minute of the 6AM departure time. The contractor must work in good faith to start the pick up within the designated time frame as Veterans schedule their appointments around the shuttle contract schedule. Any exceptions must be preapproved by the Mobility Manager of Transportation department or his designee. Contractor will not allow patients to wait more than fifteen (15) minutes for transportation service without corrective action being initiated for pick-ups. If the Contractor fails to dispatch a vehicle for the requested service within 10 minutes of the predetermined time the Medical Center reserves the right to obtain the service from another source and to charge the Contractor. Costs incurred in excess of the awarded contract price will be charged against the Contractor. Alternative transportation will be initiated by the Medical Center at the time of need and Contractor will be notified after the fact. Patient Complaints Receive and resolve complaints as follows: Provide notice of any patient incident to the VA as soon as practicable as and no later than within 24 hours after the contractor learns of the incident. Implement activities to monitor or circumvent like incidents in the future. Communicate contractor activities and findings back to the complainant and the VA in a timely fashion. Undertake surveys, attend meetings and conferences, and prepare informational reports as requested. Compliance Monitor and ensure that all work performed under this contract complies with, all applicable requirements of the Americans with Disabilities Act of 1990 (ADA), 42 U.S.C. 12101 et. Seq. The contractor is required to ensure all applicable state and federal driver training requirements are current and maintained. If necessary, the contractor may be subject to additional training provided by the VA specific to the needs of the veteran population. Any additional training will be coordinated with the COR and the contracting supervisor. Safety /Quality Assurance Provide monthly safety and Quality Management report to include: accidents, complaints, and other issues, investigation of events, outcomes and recommendations. Provide safety reminders to VA and non-VA drivers of seasonal or monthly issues. Licenses The contractor will need to have all applicable licenses to perform the work. Contractor should ensure that all other state and federal transportation licenses are up to date and appropriate for this contract. GPS Transportation Software The contractor may install the use of its own GPS transportation software program for use as a primary system at contractor expense. The Medical Center reserves the right to have an escort, such as a relative, or care provider of a beneficiary or staff members accompany a beneficiary when its determined that such an escort is in the best interest of the beneficiary. There shall be no additional charge to VA when escorts are authorized to travel with the beneficiary. If the Contractor fails to dispatch a vehicle for the requested service within thirty (30) minutes after the 6AM start time the Medical Center reserves the right to obtain the service from another source and to charge the Contractor and costs incurred in excess of the awarded contract price will be charged against the Contractor. Alternative transportation will be initiated by the Medical Center at the time of need and the Contractor will be notified after the fact. In addition, if the Medical Center initiates an alternative transportation call and the successful contractor and alternate come at the same time, a dry run will be paid to the alternate for responding. The dry run fee will be equivalent to the fee paid to the Contractor as shown in the Section Pricing Schedule. This dry run fee will be deducted from the Contractor s invoice. Subcontracting The Contractor may subcontract, in accordance with contract terms and conditions, as necessary in order to meet the transportation requirements of beneficiaries as outlined in this performance statement of work. VA terms and conditions shall be included in any subcontract with service providers. If the intent is to subcontract, a plan must be submitted with the response to ensure the VA needs are met. Any changes to this performance work statement shall be authorized and approved only through written correspondence from the Contracting Officer. NOTHING FURTHER ON THIS PAGE
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TuVAMC/VASAHCS/VA25817R0160/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-17-R-0160 VA258-17-R-0160.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3447912&FileName=VA258-17-R-0160-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3447912&FileName=VA258-17-R-0160-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04486211-W 20170428/170426235211-ccebd946d1fa49f9c322f806fd32a6ab (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  © 1994-2020, Loren Data Corp.