Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
DOCUMENT

65 -- Courier services (VHA_887354) - Attachment

Notice Date
3/12/2018
 
Notice Type
Attachment
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
 
ZIP Code
80111
 
Solicitation Number
9261
 
Response Due
3/12/2018
 
Archive Date
6/10/2018
 
Point of Contact
Syreeta Newsuan (Contract Specialist)
 
E-Mail Address
E.
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Muskogee VAMC located in Oklahoma and The Network Contracting Office (NCO) 19 are performing market research to determine if there is sufficient number of qualified for a Firm Fixed Price contract. Social economic precedence are as follows: (1) Service Disabled Veteran Owned Small Business; (2) Veteran Owned Small Business; or (3) Small Business to set aside. The Government will use responses to this notice to make the appropriate acquisition decision. The contemplated solicitation will be issued in accordance with FAR Parts 8.4. Contractor must be a courier company with a state license and carry a minimum of $1,000,000.00 liability insurance. All couriers transporting specimens under this contract must be bonded and carry cellular phones and pagers for communications purposes. GENERAL REQUIREMENTS Firms responding shall specify they can meet the required specifications: All interested firms shall submit a response demonstrating their capabilities to provide courier services to the Jack C. Montgomery VAMC in Muskogee, Oklahoma and delivering to neighboring medical centers within a 20-mile radius, 365 days a year. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely with the Government discretion. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Firms responding should also indicate whether they have a Federal Supply Schedule (FSS), GSA schedule, and or VA FSS NAC contract by replying with their applicable contract number. The general definition of a small business is one that is independently owned and operated, is not dominated in the field of operation in which it is proposing on Veterans Administration contracts and with its affiliates; and the number of employees does not exceed 500. The total contract period shall be one base year and four (4) inclusive option year periods not to exceed five (5) years. The total contract amount, including all options years, shall not exceed $547,000.00. This contemplated solicitation will be evaluated based on best value (comparative analysis) in terms of Technical Capabilities, Past Performance and Price in accordance with FAR 8.4. All interested contractors who can meet the requirements stated above should respond, in writing, with information describing their interest, capabilities statements and indicate which small business category for which they qualify to the Contracting Officer shown above no later than 5:00 p.m. (Mountain Time), March 22, 2018. A suspense of fifteen (12) days have been applied due to the imminent award date. Solicitation #9261 has been assigned and should be referenced on all correspondence regarding this announcement. Please ensure that all capability statements are enclosed as an attachment, restrain from embedding your capability statement into the response email. THIS IS NOT A REQUEST FOR PROPOSAL. NAICS Code 492110 is applicable to this acquisition, and the business size standard for a contractor is 1000 employees. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System Award Management System (SAM) database prior to award of a contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/9261/listing.html)
 
Document(s)
Attachment
 
File Name: 9261 9261.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4142817&FileName=9261-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4142817&FileName=9261-000.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: Jack C. Montgomery VAMC;1011 Honor Heights;MUSKOGEE, OKLAHOMA
Zip Code: 74401
 
Record
SN04851523-W 20180314/180312231602-65109bfe14f2b4056c54a83ea07ffbdc (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.