Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2018 FBO #6234
SOURCES SOUGHT

V -- Wheelchair Transport Services - Sources Sought - SDVOSB/VOSB

Notice Date
12/16/2018
 
Notice Type
Synopsis
 
NAICS
485991 — Special Needs Transportation
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
36C26019Q0135
 
Response Due
12/28/2018
 
Archive Date
2/26/2019
 
Point of Contact
Email: james.harris13@va.gov
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS DESCRIPTION This is a SOURCES SOUGHT SYNOPSIS and is for informational / market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. No reimbursement will be made for any costs associated with providing information in response to this synopsis or on any follow up information. NO SOLICITATION IS CURRENTLY AVAILABLE. The purpose for this synopsis is to conduct market research to help identify capable, potential sources and to establish if this requirement can be set-aside for: Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) NAICS Code: 485991 (Special Needs Transportation) Small Business Size Standard: $15 Million PSC/FSC: V226 (Transportation/Travel/Relocation Travel/Lodging/Recruitment: Taxicab) GENERAL INFORMATION: The Department of Veterans Affairs intends to procure Wheelchair Van services for the Puget Sound VA Healthcare System, Seattle Washington. Salient characteristics include: Transport VA wheelchair Beneficiaries to/from medical facilities 365 days a year, 24 hours a day. Van drivers shall have valid operator s license, be qualified to administer oxygen and successfully completed the standard & advanced First Aid Courses of the American Red Cross or equivalent. Contractor shall be responsible for furnishing all vehicles, personnel, equipment, training, supplies, vehicle fuel, uniforms, nametags and/or badges for this service. Van shall be equipped with either hydraulic lifts or a ramp. The Catchment area for this service is comprised of all counties in the states of Washington, Oregon, Idaho and Montana will define the boundaries of the Puget Sound VA Healthcare System. NOTE: It is estimated that 85% - 90% of all Wheelchair Transport Services will occur in King, Snohomish and Pierce counties of Washington State. INSTRUCTIONS TO RESPOND TO SOURCES SOUGHT SYNOPSIS: Any SDVOSB or VOSB Business vendor interested and capable of meeting this requirement should provide a written statement to the Contracting Officer. Vendor response must include at a minimum: Name of Business Address of Business Point of Contact Name and their Title Phone Number of Business E-Mail Address Website address CAGE Code and DUNS Number to show proof of registration in the System for Award Management (SAM) https://www.sam.gov Proof of SDVOSB or VOSB status in VIP (VetBiz) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Provide detailed description on how you as a Small Business will meet the Federal Acquisition Regulation (FAR) requirement of at least 50% of the personnel being on your payroll for the contractual work. Any response to this notice must show clear and convincing evidence of the Vendor s capability of meeting this requirement. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. Please note, responses will be shared within the Government and project team, but otherwise will be held in strict confidence. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB), VETERAN OWNED SMALL BUSINESS (VOSB), SMALL BUSINESS OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice no later than 1:00 PM Pacific Time on 28 December 2018. All responses under this Sources Sought Notice must be emailed to jeffrey.abel@va.gov and james.harris13@va.gov Attachments: A DRAFT copy of the performance work statement is provided with this notification (NOTE: There will likely be some modifications to this performance work statement based on factors identified through market research or possible modifications of requirements). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/36C26019Q0135/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Puget Sound VA Healthcare System;Seattle Campus;1660 S. Columbian Way;Seattle, WA
Zip Code: 98108-1597
Country: USA
 
Record
SN05175857-F 20181218/181216230008 (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.