Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 29, 2017 FBO #5789
DOCUMENT

R -- Sources Sought - VISN1 Consolidated Courier - Attachment

Notice Date
9/27/2017
 
Notice Type
Attachment
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
Department of Veterans Affairs;VAMC Providence;830 Chalkstone Avenue;Providence RI 02908
 
ZIP Code
02908
 
Solicitation Number
VA24117N0713
 
Response Due
10/6/2017
 
Archive Date
11/5/2017
 
Point of Contact
Valerie DeAngelis
 
E-Mail Address
9-4760
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Department of Veterans Affairs Veterans Health Administration Sources Sought Notice VISN1 Courier Services This is a Sources Sought Notice and not a request for quote. This request is solely for the purpose of conducting market research to enhance VHA s understanding of potential sources and their capabilities to provide these services. The Government will not pay any costs for responses submitted in response to this Sources Sought Notice. This Sources Sought notice provides an opportunity for respondents to submit their notice of ability, and their available products/services in response to the requirement described below. Vendors are invited to submit information relative to their potential of fulfilling the requirement below, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. The Veterans Health Administration (VHA) is seeking a vendor to provide VISN1 Courier Services for the VISN1 VA New England Healthcare System (VANEHS) locations as further described below. Refer to the General Requirements section below for the requested service description. This Sources Sought is to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. General Requirements: The Department of Veterans Affairs, Veteran Affairs Medical Center (VAMC) - VISN1, has a requirement for local courier delivery services for various locations in Rhode Island, Vermont, New Hampshire, and Massachusetts to commence on or about March 1, 2018. The overall goal is to meet VISN1 mission requirements to transport specific items for the laboratory, other ancillary services and the hospital in a timely, secure and professional manner. The Contractor shall provide all supervision, labor, equipment, hand trucks, Personal Protective Equipment (PPE); temperature controlled coolers, dry ice, transportation, fuel, insurance, and incidentals to provide daily courier services to and from the locations listed below. Contractor shall also pick up from other VA and non-VA facilities and deliver to various locations on an emergency or as needed basis. Pricing shall be inclusive of state tolls. The Government will not reimburse toll charges separately. The Contractor shall pick up, transport, and deliver items such as blood and blood components, laboratory specimens, laboratory transport containers, oxygen, patient records, X-rays, medical supplies, prosthetic devices, boxed wheelchairs, office supplies and other laboratory operating supplies as well as miscellaneous items from the pharmacy, mailroom and warehouse as requested. The estimated weight of individual items transported under this contract is between 10 and 75 lbs. The contractor shall clearly indicate any additional costs for transport of items in excess of 75 lbs. All times listed are based on Eastern Standard Time (EST). The contractor shall propose a schedule of pick-ups and deliveries that most closely meets the Government s needs. Insurance Requirements: Contractor shall meet all Federal, State and City codes regarding operation of this type of business and furnish the required Insurance Certificates required to work on a Government installation. These requirements will be described in the Special Contract Requirements Section. Inclement Weather or Disabled Vehicles: Contractor shall contact the designated Contracting Officer s Representative (COR) for each site, or contact designee, the Laboratory Manager or Laboratory Administrative Officer, should weather conditions delay or cause cancellation of services; to include disabled vehicles. Due to the nature of this business, it is necessary for the Contractor to furnish vehicles that operate safely in difficult weather conditions and to ensure vehicles are in good working condition. Cancellations shall only occur as a last resort or due to acts of God. Federal Holidays: Services shall include routine transportation of scheduled routes as well as emergency transportation to be provided on an as needed basis 24/7/365, including Federal and State Holidays. Federal Holidays are as follows and include any other days specifically declared by the President of the United States to be a national holiday: New Year s Day, Martin Luther King s Birthday, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving, and Christmas. Courier Services Scope of Work Includes: Drivers: All drivers shall be of legal age, possess valid driver s licenses and maintain a neat, clean and professional appearance. Drivers shall be identified as employees of the courier company. Drivers shall prominently display a contractor identification badge on their person. Drivers shall be able to speak, understand and write English. All personnel transporting items under this contract must be bonded. Drivers shall possess government furnished identification and credentials showing contractor name and job title. Contractor shall be responsible for the actions and conduct of its employees and shall assure that they are consistently compliant with all VA building, security, and parking regulations, policies and guidelines while conducting business on Government property and for the VA. Drivers shall not make any personal stops in performance of duties under this contract nor shall any unauthorized passenger accompany the driver during contract work. Drivers shall observe the smoking policy of the VA and only smoke in designated areas. Drivers transporting laboratory specimens shall be trained in Universal Precautions for handling of biohazard materials and include use of proper procedures in case of biohazard spills or accidents. This training shall also include mandatory Hazardous Materials training and knowledge and understanding for the handling of dry ice and HIPPA training certification. Written statements documenting Hazardous Materials training and other training that meets the laws and regulations of the US Department of Transportation and the Centers for Disease Control governing the transport of clinical specimens shall be provided to the COR at the beginning of contract performance and thereafter annually or prior to new driver(s) providing services for VAMC routes. This also applies to subcontractors hired by the primary contractor. Vehicles: All vehicles used in performance of this contract shall be registered, licensed and meet the minimum vehicle requirements as mandated by the Department of Transportation. The vehicle storage capacity shall be similar to a standard minivan or a large SUV. The Government reserves the right to inspect the vehicles and investigate the responsibility of the contractor to perform the work outlined in this contract. Vehicles shall be locked at all times when the driver is not in the vehicle to ensure VA property including laboratory specimens is secured. Confidentially Of Records: Contractor shall assure the confidentiality of all patient information and records being transported and shall be held liable in the event of any breach of confidentiality. The contractor shall comply with provision of the Federal Privacy Act of 1974 (Public Law 93-579). The contractor shall devise an acceptable mechanism and maintain records to secure transported items in such a way that no one will have access to them should the driver become separated from or lose control of the vehicle. To ensure privacy/HIPPA rights, the drivers shall never have overnight possession of any VAMC owned item (ex. specimens, documents, etc.). Reportable Incidents: Contractor shall furnish a written report should any delivery incident occur. This report shall be delivered to the COR and/or the Contracting Officer (CO) within 24 hours of the incident. Incidents/actions involving blood components or laboratory specimens shall be reported immediately to the COR or if the COR is not available to the Laboratory Manager or Laboratory Administrative Officer. If there is any reason that the deliveries of supplies, equipment, or mail totes cannot be made, the contractor shall notify the COR or the Warehouse Manager as soon as possible to determine what procedures, if any, must be taken. Incidents/actions involving breach of patient records or patient identifiable information shall be reported immediately to the COR and CO or if the COR is not available then either the VISN 1 Information Security Officer or the Privacy Officer. Evidence of Responsibility: Contractor must have a minimum of five years of experience performing similar services, be financially responsible, and possess all the necessary equipment, licenses, and manpower necessary to perform the work specified in this contract. Quality Control and Assurance Surveillance Plan (QASP): Contractor shall develop a QASP program and submit to the COR for approval. The plan shall include the following items in a matrix format: 1. Service Requirement; 2. Measurement; 3. Method of Surveillance; 4. Frequency; 5. Target Quality Levels; 6. Incentives/Disincentives. The intent is for the COR or designee to use this plan to ensure the contractor is adhering to the PWS. The government shall evaluate the contractor s performance under this contract in accordance with the QASP. This plan is primarily focused on how the Government will monitor the contractor s performance in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). Personnel Policy: Employees working for the Contractor shall not be considered Government employees. The Contractor shall provide Workers Compensation, Professional Liability insurance, health examinations, Income Tax Withholding and Social Security Payments for all W2 employees. Alternatively, contractor may also utilize the services of similarly situated independent contractors who are of the same socio-economic category as the prime. Utilizing the services of an independent contractor who is not similarly situated will be designated as a subcontractor and not count towards the Limitations of Subcontracting requirement that contractor personnel perform at least 50% of the work. Contractors shall confirm compliance with the Limitations of Subcontracting FAR Clause 52.219-14. Packaging and Transportation: All Laboratory specimens shall be properly packaged and labeled to indicate the general nature of the material being transported and according to Department of Transportation guidelines for diagnostic specimens. Medical Records shall be transported in secured storage mail containers provided by the Government. Contractor shall provide puncture proof coolers and transport specimens in appropriate containers secured in the vehicle body to prevent movement. Laboratory specimens shall be transported in accordance with specified temperature requirements. Room temperature specimens shall be transported inside a cooler and remain at temperature between 15-30 °Centigrade. Refrigerated specimens shall be transported in a cooler with regular ice or cold packs and remain at temperature between 2-10 ° Centigrade. Frozen specimens shall be transported in a cooler packed with dry ice to remain at temperatures of -18 ° Centigrade or colder. Contractor shall provide necessary ice, cold packs or dry ice to maintain temperatures required for specimen stability. The Contractor shall ensure that for every Government-supplied transport container picked up at a site, one container (either filled with items being delivered, or empty, if appropriate) is left behind. Contractor shall provide and deliver dry ice, in an approved container for dry ice transport, to the VISN 1 Pathology Laboratory locations and outlying sites upon request. The VA Laboratory and the Contractor shall agree upon time of delivery and appropriate amount (measured in pounds) of dry ice to be provided. This dry ice is used for temporary storage of frozen medical specimens during transport. Quality Control: Contractor shall have the capability of tracking specimens and other items from pickup location to delivery location. Documentation of tracking must be presented to COR or COR designee upon request. All documentation for billing shall include date, time and person requesting the pickup. The contractor shall maintain and produce records of all pick-ups and deliveries, containing dates, times, person receiving delivered items at receiving facility and driver identity. VA and/or the sending/receiving facility will request driver signatures as written documentation of pick-up and delivery by use of specimen/package track logs or other similar mechanism. Contractor shall develop and maintain a quality control program to assure the packaging and transport requirements are consistently met. Contractor must demonstrate ability to immediately remedy any violations of the above requirements. VA reserves the right to perform periodic inspections to ensure compliance. Contractor is also expected to pick up specimens and other miscellaneous materials from other VA or non-VA sites and transport under STAT 24/7 availability or Routine conditions, if necessary. The receiving sites may/may not be VA sites as indicated in the specified routes. Contractor shall meet as necessary with the CO and/or the COR, to discuss immediate administrative and problem areas. Teleconference meetings will be allowed at the CO s discretion. All VA property must be handled appropriately to prevent damage. If items are identified by the courier as not suitable for shipment, the COR must be notified. Damage from shipping or handling shall be the contractor s responsibility and restitution shall be made as required by the CO. NOTE: The schedule of pick-ups included in this PWS are estimates. The government reserves the right to adjust the pick-up days and times throughout the life of this BPA with one week email notification from the COR to the Contractor. PROVIDENCE VETERANS AFFAIRS MEDICAL CENTER (VAMC): See Attachment A for Courier Pickup Schedule Pickups and deliveries of lab specimens and miscellaneous administrative items shall be scheduled five days per week, Monday through Friday, except on Federal Holidays. Contractor shall deliver test specimens to the main hospital VA Laboratory, 2nd floor, Room D206. Test specimens must be received at the main laboratory by 6:00 pm on the same day of pickup. Contractor shall pickup and deliver the administrative and medical supplies at the Providence VAMC mail room, Lab, In-Patient Pharmacy, Building #8 warehouse, and the Eagle Square VAMC PT/OT/Prosthetics Clinic at the H Building, 75 Eagle Street, Providence, RI, time TBD. a. Pick-up from Providence VAMC shall be scheduled for approximately 9:00 - 9:30 am. b. Delivery and pick up will begin at the CBOC Hyannis at about 10:30 11:00 am. c. Pick-up from Quest Diagnostics, Hyannis MA at approximately noon -12:30 pm. d. Delivery and pick up at the CBOC New Bedford MA will be about 1:30 2:00 pm. e. Pick-up from Quest Diagnostics, North Dartmouth, MA at approximately 2:00 2:30 pm. f. Delivery and pick up at the CBOC Middletown RI will be about 3:00 3:30 pm. g. Pick-up from East Side Clinical Laboratory, Aquidneck, RI approximately 3:30 4:00 pm. h. Delivery and pick up at Eagle Square VAMC PT/OT/Prosthetics Clinic at the H building, 75 Eagle Street, Providence, RI - Time TBD i. Deliver to the VA Medical Center, Providence, RI no later than 6:00pm. Courier shall pick up from Eastside Clinical Laboratory, QUEST drawing stations, Community Based Outpatient Clinics (CBOCs) located in Hyannis, New Bedford, and Middletown at the below locations and deliver specimens to VA Providence.   Providence BLOOD SAMPLE LABORATORIES & CBOC LOCATIONS: East Side Clinical Laboratory Middletown RI Quest Diagnostics North Dartmouth MA Quest Diagnostics Hyannis MA Pequot Building, Suite 202 Main Street Medical Bldg. 850 Aquidneck Ave. 49 State Rd. 51 Main St. Middletown, RI 02842 North Dartmouth, MA 02747 Hyannis, MA 02601 Phone: (401) 846-4104 Phone: (508) 993-2601 Phone: (508) 778-4100 CBOC Middletown CBOC CBOC - New Bedford CBOC - Hyannis One Corporate Place 175 Elm Street 233 Stevens Street Middletown, RI 02842 New Bedford, MA 02740 Hyannis, MA 02610 401-847-7325 508-994-4041 508-771-1433 The Contractor shall make a routine pick up run from Providence VAMC to CBOC Middletown, East Side Lab - Aquidneck, CBOC New Bedford, Quest North Dartmouth, CBOC Hyannis and Quest Hyannis. These runs will take place Monday through Friday, except Government holidays. STAT 24/7 after hours and weekend courier runs shall be responded to within 1 hour. Minimum time allowed for pickup and delivery will be 2 hours. The courier service shall provide for the transportation of Medical Grade Oxygen size ME 870 Pin-Indexed cylinders to and from the VAMC, 830 Chalkstone Ave., Providence, RI to the three Providence VAMC CBOCs identified in this PWS. The contractor shall comply with the Hazardous Materials Regulations (HRM), Title 49 CFR Parts 100 185 and 49 CFR 172.202(a) for training of couriers and transport of the cylinders. The Providence VAMC will provide the Bill of Lading (manifest) for each transport IAW the above CFR regulations. A copy of the completed Bills of Lading shall be forwarded to the COR on a monthly basis by the contractor. VA CENTRAL WESTERN MASSACHUSETTS HEALTHCARE SYSTEM: See Attachment B for Courier Pickup Schedule VA Central Western Massachusetts Healthcare System Northampton Campus Laboratory 113 (413-584-4040 ext 2380) 421 N. Main Street Leeds, MA 01053-9764 1. Baystate Franklin Medical Center 163 High St. (413-773-2210) Greenfield, MA 2. Fitchburg CBOC (781-687-4867) Burbank Hospital 275 Nichols Road Fitchburg, MA 01420 3. Worcester Clinic (508-856-0104x 17032) 605 Lincoln St. Worcester, MA 01605 4. University of Massachusetts Medical Center Ambulatory Care Building, 7th floor Rm 101 Lake Ave Worcester, MA Courier shall pick up at Lake Ave prior to the stop at the Worcester CBOC on Lincoln St. (Lake Ave. is Monday service at this time. Notification will be made by location if there are any changes.) 5. Plantation Street (UMASS Campus) Podiatry 3rd floor 413-584-4040 ext 6500 377 Plantation Street Worcester, MA 01605 Worcester Pick up (for instruments only) 6. Springfield CBOC (413-731-6000) 25 Bond Street 10:00AM and 3:00PM Springfield, MA 01104 7. Pittsfield CBOC (413)499-2672 73 Eagle Street Pittsfield, MA 01201 Pick up specimens once per day from draw station and deliver to Northampton VA. Emergent/unscheduled pick-ups: from Fitchburg to Worcester and/or Leeds and Worcester to Leeds shall be provided on an as needed basis. The need for this will be infrequent and only needed when a lab draw from a patient is performed after the regular lab pick up and the specimen needs to be tested STAT or is unstable for storage until the next scheduled courier run. It is not expected that this will occur more than 25 times in a year. Emergent/STAT specimen pick up shall be made in 30-60 minutes from time of request. On rare occasions, transport of supplies to Worcester CBOC or Springfield CBOC from Leeds shall be required on an urgent basis. This shall be required on an emergent, as needed basis only. VA MEDICAL CENTER MANCHESTER, NH: See Attachment C for Courier Pick up Schedule Special transport items for Manchester: Claim files (C-files) are confidential health care protected information of physical paper files which need to be reviewed by the Veterans Benefits Administration (VBA) raters and Compensation and Pension (C&P) examiners. C-files will be transported in black lockable bins weighing up to 40 lbs. each. There may be multiple bins per run. C&P staff and VBA staff will lock and unlock the bins. Medical records and Pharmacy prescriptions shall be transported in Blue/Red lockable mailbags in multiples weighing up to 20 lbs each to be delivered to Primary Care and Pharmacy or a designated location. Pricing Schedule for Emergencies: The Blood Sampling Diagnostic Lab pickups at Elliot and Memorial Hospitals delivery schedule shall always take precedence over the CBOC deliveries and pickups. If circumstances of weather or traffic place the Blood Sampling Diagnostic Lab pickup schedule in jeopardy, then the CBOC stops will be abandoned until the following day so the schedule can be maintained. The courier driver shall notify the CBOC s of the schedule change and the COR as time permits. A note shall be made on that month s invoice of the circumstances surrounding the schedule change. STAT Pickups-These calls or any calls requiring immediate pickup for any stat lab specimens should be made within 15 minutes of the call with a total turnaround time of no more than 30 minutes to the Elliot Hospital Laboratory. Routine pickups or deliveries shall be performed within 1 hour. A list of items being transported will be provided to the courier. Services shall be provided 24/7. VA Manchester (603-624-4366 ext. 6639) 718 Smyth Road Manchester, NH 03104 Mail Pickups - Monday-Friday except on Holidays As Needed Pickups: Veterans Center Auburn, NH STAT CBOC Pickups: Performed Monday through Friday except Federal Holidays Stat Pickups at all CBOC s: needed within 15 20 minutes to meet the OSHA requirements for RAPID HIV NEEDLESTICK TESTING (Total 2 Hour Turnaround time from pick-up call to test result): Conway to Memorial Hospital (Conway)                                                               Tilton to Manchester VAMC Laboratory                                                                 Somersworth to Manchester VAMC Laboratory                               Portsmouth to Manchester VAMC Laboratory   Addresses of Destinations: Veterans Administration 718 Smyth Road, Manchester, NH 03104 Tilton (CBOC) Soldiers Home, 139 Winter St, Tilton, NH 03276 Conway CBOC, 71 Hobbs Street, Suite 304,Conway, NH 03818 Somersworth CBOC, 200 Route 108, Somersworth, NH 03878 Portsmouth CBOC (Pease), Pease International Tradeport, 302 Newmarket Street Portsmouth, NH 03803-0157 Veterans Center, 1461 Hooksett Road, Hooksett NH Veterans Center Auburn,15 Dartmouth Drive STE 202, Auburn, NH. 03032 Brady Sullivan Building, 1750 Elm Street, Manchester, NH. 03104 Norris Cotton Federal Building, 275 Chestnut Street, Manchester, NH 03101 USPS, 7 Perimeter Road #2, Manchester, NH. 03103 Elliot Hospital, One Elliot Way, Manchester, NH. 03103                     VA WHITE RIVER JUNCTION, VT MEDICAL CENTER CBOCs: See Attachment D for Courier Pickup Schedule VA White River Junction 215 North Main Street (mailing) 163 Veterans Drive (GPS) White River Junction, VT 05009-0001 (802) 295-9363 STAT Laboratory Requirement response to call for a STAT pick-up will be within 20 minutes. White River Junction CBOCS Location Frequency No Early Than No Later Than Burlington Lakeside MTWRF 4:00 pm 4:30 pm Rutland MTWRF 2:30 pm 3:00 pm Bennington MTWRF 4:00 pm 4:30 pm Brattleboro MTWRF 3:00 pm 3:30 pm Keene MTWRF 2:30 pm 3:00 pm Newport TWR 2:45 pm 3:15 pm Littleton MTWRF 4:00 pm 4:30 pm         VAMC WHITE RIVER JUNCTION, VT LABORATORY: See Attachment E for Courier Pickup Schedule The following locations require courier services on an as needed basis. The expectation for emergency pick-ups is within 20 minutes of the request phone call to the contractor. 1. VA White River Junction to Dartmouth Hitchcock Hospital, 1 Medical Center Dr, Lebanon, NH 03756 2. Emergency Service, VA White River Junction (VT Bus Station), 44 Sykes Mountain Ave, White River Junction, VT 05001 3. Emergency Service, VA White River Junction, (VT State Department of Health), 108 Cherry Street, Burlington, VT 05402 4. VA White River Junction to VA Manchester, NH Lab, 718 Smyth Road, Manchester, NH 03104 5. VA White River Junction Lab to Other Area Hospitals and Medical Clinics within an 80 mile radius of VA White River Junction, VT. RESPONSE COMMITMENT: A. All questions, comments or concerns shall be directed to Valerie.DeAngelis@va.gov. B. Submittals furnished will not be returned to the sender. No debriefs will be conducted. Eligibility to participate in a future acquisition does not depend upon a response to this notice. C. Proprietary information is neither requested nor desired. If such information is submitted, it must clearly be marked "proprietary" on every sheet containing such information, and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit). I. TIMELINE : A. This request will close on stated date within the FBO site. II. Requested information: Interested parties shall provide the following information in addition to your capability response: A. Format: 1. MS Word or pdf format (please ensure email is under 5 mb) 2. Page limit 2-4 pages (please make the response as brief and concise as possible) 3. Company name and Sources Sought number listed on each page B. Specifics: 1. In your response, please provide the following information based on the requirement. a. Your company s capability of fulfilling this requirement as it is described. 2. Please also provide name of company, company address, a contact person s name, telephone number, fax number and email address. 3. DUNS number, and indicate if actively registered in the System for Award Management (SAM) 4. Contractual vehicles the company holds, such as NAC or GSA schedules. 5. Socio-economic Status & NAICS Code: State the size of your company [e.g., 8(a) (including graduation date), HUBZone-certified small business, Service-Disabled Veteran-Owned small business, small business, large business, etc.]. Note: 1. This Sources Sought is for planning purposes only, and does not constitute a commitment, implied or otherwise, that a procurement action will follow. The Department of Veterans Affairs will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, the Department of Veterans Affairs reserves the right to contact any respondent to this notice for the sole purpose of enhancing the Department of Veteran Affairs understanding of the notice submission. 2. The content of any responses to this notice may be reflected in any subsequent solicitation, except for content marked or designated as business confidential or proprietary which will be fully protected from release outside the government. The Department of Veteran Affairs Contracting Office Point of Contact: Valerie DeAngelis Contracting Officer Email: Valerie.DeAngelis@va.gov Courier Pick-up Location Pick-up Desired Pick Time Drop Off @ Providence VAMC NLT Providence VAMC 830 Chalkstone Ave Providence, RI 02908 Monday thru Friday 9:00 am 9:30am 6:00 pm Hyannis CBOC 233 Stevens Street Hyannis, MA 02610 Monday thru Friday 10:30 am 11:00am 6:00 pm Quest Diagnostics Main St Medical Bldg 51 Main Street Hyannis, MA 02601 Monday thru Friday 12:00 pm 12:30 pm 6:00 pm New Bedford CBOC 175 Elm Street New Bedford, MA 02740 Monday thru Friday 1:30 pm 2:00 pm 6:00 pm Quest Diagnostics Pequot Bldg, Ste 202 49 State Road North Dartmouth, MA 02747 Monday thru Friday 2:00 pm 2:30 pm 6:00 pm Middletown CBOC One Corporate Place Middletown, RI 02842 Monday thru Friday 3:00 pm 3:30 pm 6:00 pm Eastside Clinical 850 Aquidneck Ave Middletown, RI 02842 Monday thru Friday 3:30 pm 4:00 pm 6:00 pm Eagle Square PT/OT Prosthetics Clinic 75 Eagle Street, Bldg H Providence, RI 02909 Monday thru Friday TBD 6:00 pm ATTACHMENT A Providence VAMC Courier Pick-up Location Pick-up Desired Pick Time Drop Off @ VA Central Western MA Northampton Laboratory 113 421 M. Main Street Leeds, MA 01053 Monday thru Friday As needed to Springfield and/or Worcester as needed Baystate Franklin 163 High Street Greenfield, MA Monday thru Friday no holidays and weekends 12:00 pm 2:30 pm Fitchburg CBOC Burbank Hospital 275 Nichols Road Fitchburg, MA 01420 Monday thru Friday no holidays and weekends 12:00 pm 4:00 pm Univ of Massachusetts Ambulatory Care Bldg 7th Floor, Rm. 101 Lake Avenue Worcester, MA Monday thru Friday no holidays and weekends NLT 1:30 pm 3:30 pm 4:00 pm Worcester Clinic 605 Lincoln Street Worcester, MA 01605 Monday thru Friday no holidays and weekends 2:00 pm and as needed to Springfield and/or Leeds NLT 4:00 pm Plantation Street (UMASS Campus) 377 Plantation St 3rd Floor Podiatry Worcester, MA 01605 Monday thru Friday no holidays and weekends NLT 1:30 pm 3:30 pm 4:00 pm Springfield CBOC 25 Bond Street Springfield, MA 01104 Monday thru Friday no holidays and weekends 10:00 am & 3:00 pm and as needed to Springfield and/or Leeds 11:00 am & 3:45 pm Pittsfield CBOC 73 Eagle Street Pittsfield, MA 01201 Monday thru Friday no holidays and weekends 12:00 pm 1:15 pm ATTACHMENT B VA Central Western Massachusetts Healthcare System Courier Pick-up Location Pick-up Desired Pick Time Drop Off @ Conway to Memorial Hospital (Conway)                                                               Monday-Friday 2:00 pm 4:30 pm Tilton to Manchester VAMC Laboratory                                                                 Monday-Friday 1:30 pm 2:45 pm Somersworth to Manchester VAMC Laboratory                               Monday-Friday 11:45 am 12:30 pm 1:30 pm Portsmouth to Manchester VAMC Laboratory   Monday-Friday 11:45 am 12:30 pm 1:30 pm MANCHESTER VA MEDICAL CENTER (MAILROOM) Monday-Friday 9:00 am 10:00 am VETERANS CENTER HOOKSETT Monday-Friday 9:15 am 10:00 am BRADY SULLIVAN BUILDING Monday-Friday 9:25 am 10:00 am NORRIS COTTON FEDERAL BUILDING Monday-Friday 9:35 am 10:00 am USPS PERIMETER ROAD Monday-Friday 9:45 am 10:00 am Veterans Center Auburn, NH As needed As needed Elliot Hospital As needed As needed Conway to Manchester VA Monday-Friday 11:45 am 2:00 pm ATTACHMENT C VA Medical Center Manchester, NH Courier Pick-up Routes Clinic Location Pickup   schedule EST Delivery schedule #1 to VAWRJ Lab One Driver/Route for Burlington/Rutland VA Outpatient Clinic at Burlington Lakeside 128 Lakeside Avenue, Suite 260 Burlington, VT 05401 4:00 pm 6:00 pm VA Outpatient Clinic at Rutland, 232 West St, Rutland, VT 05701 2:30 pm 6:00 pm One Driver/Route for Keene/Brattleboro/Bennington VA Outpatient Clinic at Keene CBOC, 640 Marlboro St., Keene, NH 03431 3:30 pm 6:00 pm VA Outpatient Clinic at Brattleboro, 71 GSP Dr., Brattleboro, VT 05301 3:00 pm 6:00 pm VA Outpatient Clinic at Bennington, 186 North St., Bennington, VT 05201 2:00 pm 6:00 pm One Driver/Route for Newport/Littleton *NOTE: Courier shall pickup at Newport Hospital before the Newport CBOC stop VA Outpatient Clinic at Newport, 1734 Crawford   Farm Rd. and 189 Prouty Dr., Newport, VT 05855 2:45 pm 5:45 pm VA Outpatient Clinic at Littleton, 264 Cottage Street Littleton, NH 03561 4:30 pm 5:45 pm ATTACHMENT D VA WRJ CBOC Courier Pickups Courier Pick-up Location Pick-up Desired Pick Time Drop Off @ VA WRJ to Dartmouth Hitchcock Hospital 1 Medical Center Dr Lebanon, NH 03756 As needed As needed As needed VA WRJ (VT Bus Station) 44 Sykes Mountain Ave. White River JT, VT 05001 As needed As needed As needed VA WRJ (VT State Dept of Health Lab) 108 Cherry St Burlington, VT 05402 As needed As needed As needed VA WRJ to VA Manchester Lab 718 Smyth Road Manchester, NH 03104 As needed As needed As needed VA WRJ Lab to other Area Hospitals and Medical Clinics within 80 Mile Radius of VA WRJ As needed As needed As needed As needed emergency calls shall be picked up within 20 minutes of call. As needed As needed As needed ATTACHMENT E VA White River Junction VT Labs
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PrVMAC650/PrVAMC650/VA24117N0713/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-17-N-0713 VA241-17-N-0713.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3821042&FileName=VA241-17-N-0713-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3821042&FileName=VA241-17-N-0713-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04697150-W 20170929/170927232335-8a21084bdac2b345023123045ccc30b9 (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.