SOURCES SOUGHT
R -- Courier Services (VA-19-00053929)
- Notice Date
- 4/22/2019
- Notice Type
- Synopsis
- NAICS
- 492110
— Couriers and Express Delivery Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
- ZIP Code
- 66048
- Solicitation Number
- 36C25519Q0400
- Response Due
- 5/8/2019
- Archive Date
- 5/18/2019
- Point of Contact
- Rachael Bonds | rachael.bonds@va.gov
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice. 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, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and 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. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below Description of Requirement The Contractor shall provide courier services to the Harry S. Truman Memorial Veterans Hospital (Truman VA) in accordance with this Statement of Work (SOW). Places of Performance Truman VA, 800 Hospital Drive, Columbia, MO 65201 VA Clinic, 3430 West Edgewood Drive, Jefferson City, MO 65109 VA Clinic, 700 GW Lane, Waynesville, MO 65583 VA Clinic, 3460 South Clark Street, Mexico, MO 65265 VA Clinic, 940 Executive Drive, Osage Beach, MO 65065 VA Clinic, 207 Matlock Drive, St. James, MO 65559 VA Clinic, 506 Rosewood Drive, Kirksville, MO 63501 VA Clinic, 3320 W 10th Street, Sedalia, MO 65301 VA Clinic, 1240 Banning Street, Marshfield, MO 65706 Scope of Work Truman VA requires courier services. The Contractor shall provide all necessary management, labor, equipment, vehicles, transportation, information security (HIPAA), and insurance to provide courier services to and from Truman VA and CBOC addresses cited under Places of Performance. The Veterans Health Administration (VHA) CBOCs provide a variety of outpatient primary care services in communities closer to where eligible veterans reside, thus improving convenience, equity of access in rural/underserved areas, efficiency and effectiveness of care, and access to care for all eligible veterans. These outpatient primary care services may include primary care, preventive care, immunizations and vaccinations, prescription of medications, mental health, social work, dental, radiology, counseling and group therapy, laboratory testing, women s care, physical therapy, and referral to specialists. It should be noted that the type of medical services available at a CBOC can vary from clinic to clinic. All work is to be performed in accordance with applicable federal, state, and local regulations or ordinances; including any specified regulations for information security (HIPAA), dangerous goods, diagnostic specimens or bio-hazardous materials. Estimated Quantities The quantities referenced are estimated quantities based on VA historical needs. The estimated quantities are not a guarantee to the contractor. Actual quantities could be equal to, lesser than, or greater than estimated quantities referenced. Definitions and Acronyms: BPA: Blanket Purchase Agreement CBOC: Community Based Outpatient Clinic CDC: Centers for Disease Control and Prevention CDR: Contract Discrepancy Report Contracting Officer (CO) The person executing this contract on behalf of the Government with the authority to enter and administer contracts and make related determinations and findings. Contracting Officer s Representative (COR) A person appointed by the CO to take necessary action to ensure the Contractor performs in accordance with and adheres to the specifications contained in the contract and to protect the interest of the Government. The COR shall report to the CO promptly any indication of non-compliance in order that appropriate action can be taken. CPARS: Contractor Performance Assessment Reporting System, which is the official Government reporting system for Contractor past performance on awards. DOT: U.S. Department of Transportation HIPAA: Health Insurance Portability and Accountability Act OSHA: U.S. Occupational Health and Safety Administration POP: Period of Performance QASP: Quality Assurance Surveillance Plan VA: VA Health Care System SOW: Statement of Work Training Requirements Upon award and clearance of Contractor personnel for background checks, the following Training Management System (TMS) course shall be completed by all Contractor personnel: TMS 20929 (No Access) A form will be provided by the COR to all cleared Contractor personnel to review, sign, and acknowledge. Upon completion, a copy of this will need to be provided by Contractor to the CO and COR. Record Keeping The Contractor shall provide the COR with a copy of delivery routes within five (5) business days of award. Additionally, the Contractor shall provide the COR with updated copies of delivery routes five (5) business days prior to the effective date of any changes to the established delivery routes. The Contractor shall be responsible for supplying, completing, and submitting all reports required and/or requested by any federal, state, and/or local government agency, as required by law, ordinance, and/or regulations that pertain to the supplies and services provided under this contract. All correspondence relative to the Contract or any task order shall contain the contract number, task order number, facility name, and description of services performed. The COR will provide the Contractor with copies of any reference documents and/or materials within fifteen (15) business days upon receipt of a written request. Daily Courier Service Daily Courier services between Truman VA and the CBOCs, except for Kirksville VA Clinic, shall be provided Monday through Friday, except for federal holidays or any day specifically declared by the President of the United States to be a federal holiday. The ten federal holidays observed by the Federal Government are: New Year s Day; Martin Luther King, Jr. s Birthday; Washington s Birthday; Memorial Day; Independence Day; Labor Day; Columbus Day; Veterans Day; Thanksgiving Day; Christmas Day, and any other day specifically declared by the President of the United States to be a federal holiday. Courier services will not be required on the following holidays for the contract CBOC in Kirksville, MO: New Year s Day, Martin Luther King Jr., President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving, Christmas Eve, Christmas Day. This clinic remains operational on Columbus Day and Veteran s Day. Delivery Requirements Courier services include but are not limited to: the transportation of pharmaceuticals, medical supplies, diagnostic specimens, prostheses equipment, office supplies, mail, sterile and contaminated instruments, all laboratory specimens (blood/body fluids), equipment including crutches, canes and walkers, documents, medical records, x-rays, other hand carried materials, and other items as required. Items will be secured (locked) at-all-times while in the possession of the Contractor. Shipment shall have a mechanism for tracking deliveries. If items are not delivered to the CBOC, and there is documentation of pickup through contractor s employee signature, the contractor shall be required to return for items not delivered with no additional charge to the VA. Contractor shall make all reasonable provisions to protect items being transported against loss. Should an item be lost or stolen while in the contractor s possession, the contractor shall reimburse Truman VA for the cost of the package and its contents. Delivery to Truman VA will occur daily, Monday through Friday, to the Laboratory Department, Room D115, and one other location within the facility to be determined, no later than 9:00 p.m. At the time of delivery to Truman VA, contractor will pick-up items designated for the CBOCs to be delivered the next business day. Pick up from the CBOCs will occur Monday through Friday no earlier than 4:30 pm; a manifest of items will be signed by clinic staff and Contractor employees. Items will be delivered to Truman VA no later than 9:00 p.m. the same day. Items to be transported: Laboratory specimens in a climate-controlled environment throughout transportation. The temperature control environment should have the availability for <0 °C for frozen specimens, 2-8 °C for refrigerated samples, and 15-30 °C for room temperature samples. Office supplies in envelopes and blue mail bags approximately 8 x 11, 10 x 14, and boxes approximately 10 x 10 x 10 to 12 x 12 x 24. Occasionally, containers may be larger. Laboratory specimens, i.e. body fluids, will be properly packaged by the VA personnel for transportation and will be placed in container that meets all regulatory requirements for category B biological specimens provided by the contractor. Sterile/clean and soiled medical instruments will be properly packaged by the VA personnel for transportation. Transport containers will be approximately 24 x 20 x 14 weighing up to 40 pounds and will be supplied by the government. Clean and soiled linen, specifically sheets, towels, and pillowcases. Each delivery of clean linen will consist of up to 2 bundles of pillowcases approximately 19 x8 x8 weighing 8 pounds each, 2 bundles of towels approximately 18 x12 x10 weighing 5 pounds each, and 6 sheets approximately 4 x10 each weighing 5 pounds total. Soiled linen will be transported in laundry bags approximately 30 x20 x10 weighing up to 30 pounds. Medical/office supplies in containers approximately 28 x21 x19 and weighing up to 50 pounds. Containers to be supplied by the government. Equipment requirement: Carriers for laboratory specimens must be able to maintain temperatures as specified, must be labeled in accordance with DOT and IATA guidelines, and must be able to be locked using zip-type locks. Carriers must be able to maintain internal temperature environment of 0o C to 30o C. Temperature monitoring system to be provided by the government. Carriers to be provided by contractor, locks to be provided by the government. Items for pickup from the CBOCs will be placed in the courier closet. The courier closet is accessed from the outside of the building with a key. The key will be furnished by the government. Transport containers and locks for medical instruments to be supplied by the government. Linen and laundry bags to be supplied by the government. Daily maximum transport requirements for each CBOC are: Lab minimum one (1) specimen carrier per CBOC Logistics up to three (3) totes per CBOC SPS up to two (2) totes per CBOC Miscellaneous boxes, bags, and small equipment two (2) per CBOC Delivery Schedule: Description To HSTMVH Location To CBOC Blue Mail Bag same day NLT 9pm Lab, D115 next business day Lab Specimens same day NLT 9pm Lab, D115 Sterile Instruments SPS next business day Soiled Instruments same day NLT 9pm TBD Clean Linen TBD within 3 business days Soiled Linen same day NLT 9pm TBD Medical/Office Supplies within 3 business days Additional Courier Requirements The Contractor shall deliver/pick-up empty containers for each location and deliver/pick-up a fully packed container for the return trip. Laboratory specimens, i.e. body fluids, will be properly packaged by the VA personnel for transportation. All specimens must be transported in accordance with all Department of Transportation (DOT) and OSHA Codes of Federal Regulations (CFR) 49 and 29. Intermittently, there may be a requirement for items exceeding fifty pounds. The assigned Contracting Officer s Representative (COR) will provide the Contractor with a twenty-four (24) hour advanced notice to determine if special handling is required. Some containers/packages may require special handling and will be marked Fragile or This Side Up. The Contractor shall comply with all special handling instructions marked on containers/packages. Environmental Controls Items must be kept out of contact with environmental hazards such as dust, snow, and rain. The Contractor personnel drivers shall not leave vehicles in extreme heat or cold while specimens, sterile supplies, and pharmaceuticals are being transported. The Contractor shall be responsible for failures by the Contractor to ensure established environmental controls are maintained, of which results in damage or deterioration of laboratory specimens, supplies, or pharmaceuticals. Should specimens and/or transported items be lost, broken, or otherwise damaged, the Contractor shall be required to submit a preliminary summary incident report to the COR within 24 hours of the incident. The Contractor shall provide a written incident report explaining the details of the incident; specifically, what caused the incident (who, what, where, when, and how) within seventy-two hours of the incident. Bloodborne Pathogens The Contractor and the Contractor personnel shall comply with the effective VA Medical Center Policy (and Occupational Health requirements in accordance with OSHA Blood Borne Pathogens (BBP) Law and the OSHA Tuberculosis Compliance Directive, enforceable under OSHA s General Duty Clause) governing healthcare workers infected with a blood borne pathogen. If the Contractor obtains information that a person providing services under this contract may be infected with a blood borne pathogen, the Contractor shall immediately advise the COR. HIPAA Compliance The Contractor must adhere to the provisions of Public Law 104-191, Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the National Standards to Protect the Privacy and Security of Protected Health Information (PHI). In addition, all VA security policies and applicable confidentiality statues such as 38 U.S.C. §5701 (VA Claims Confidentiality), 38 U.S.C. §5705 (Confidentiality of Healthcare Quality Assurance Review Records), 38 U.S.C. §7332 (Confidentiality of certain medical records), as well as 45 C.F.R. Parts 160, 162, and 164 (Health Insurance Portability and Accountability Act) should be followed. As required by HIPAA, HHS has promulgated rules governing the use and disclosure of protected health information by covered entities. The covered entity component of VA is the Veterans Health Administration (VHA). In accordance with HIPAA, the Contractor shall be required to enter into a Business Associate Agreement (BAA) with VA upon award. Contingency Plan Inclement weather. The Contractor shall develop a contingency plan within five (5) business days after award to address possible inclement weather conditions. The plan shall provide all Community Based Outpatient Clinics, VA laboratory staff, and the COR with notifications early enough to provide the appropriate staff time to notify veteran patients that laboratory services need to be rescheduled. The Contractor shall immediately notify the COR and VA lab personnel via phone and email communications of emergent road closures authorized by the Missouri DOT. The Contractor shall develop a contingency plan within five (5) business days to ensure uninterrupted daily scheduled courier services for VA. This plan shall be reviewed annually by the Contractor, the COR, and other designated VA lab personnel. Contractor Vehicles Within five (5) business days after award, the contractor shall provide the following: Number of vehicles, including make, model, and license plates Contractor vehicles and storage areas used in the performance of this contract must be licensed and meet the minimum requirements as mandated by the State of Missouri. Vehicles shall have the company name/logo prominently displayed. Each vehicle used in the performance of this contract shall be adequately stocked with at least one current/up-to-date complete Spill Kit for a bio-hazard clean-up in case of leakage or accidental discharge from container. The Contractor shall provide comprehensive automobile liability insurance required by the State of Missouri. Upon request, the Contractor shall provide certified proof of automobile liability insurance for all vehicles used by the Contractor in the performance of this contract. Contractor vehicles must be maintained in a sanitary clean condition, absent of foreign debris and contaminants. All vehicles must be in good working condition with all doors and trunks able to fully close and lock. Unattended vehicles with VA contents shall be locked at all times. The following types of vehicles are prohibited from use under the contract: Bicycles Motorcycles Vehicles without a secure cargo area, such as convertibles Pickup trucks without fully enclosed and lockable bed cover, unless cargo is secured in the driver s cab. Contractor Drivers/Personnel Within five (5) business days after award, the contractor shall provide the following to the COR: Number of drivers, including names and states of licensure The Contractor shall review the HHS OIG List of Excluded Individuals/Entities on the HHS OIG web site at http://oig.hhs.gov/exclusions/index.asp to ensure all proposed Contractor employee(s) are not listed. By signing the contract, the contractor certifies that the HHS OIG List of Excluded Individuals/Entities has been reviewed and that proposed contractor employee(s) are not listed as of the date the BPA was signed. Contractor drivers must maintain a valid driver s license for the type of vehicle operated as required by the State of Missouri. The Contractor shall be licensed by the state and/or local health authority in those localities where licenses are required. Contractor personnel, while performing the services of this contract, shall conduct themselves in a professional business-like manner. The Contracting Officer, upon discussion with the COR, reserves the right to exclude contractor staff members from providing services under the contract or task order based upon breaches of conduct, including conduct that jeopardizes patient care or interferes with the regular and ordinary operation of the facility. Breaches of conduct include intoxication or debilitation resulting from drug use, theft, patient abuse, dereliction or negligence in performing tasks, or other conduct resulting in formal complaints by Veterans or other staff members to designated government representatives. The contractor and COR shall address issues raised concerning contractor personnel conduct. The Contracting Officer shall be the final decision on questions of acceptability and in validating complaints. Smoking is permitted only in designated areas when Contractor personnel are at Truman VA or CBOC facilities. Smoking is not allowed within vehicles when carrying and transporting delivery items. The contractor s drivers shall observe and abide by all signage, speed limits, pedestrian right-of-way, emergency vehicle right-of-way, and designated roadways. The contractor shall supply his/her employees with uniforms that shall be worn at all times while performing the services of the contract and while contractor employees are on government property and in government buildings. These uniforms shall contain the contractor s company name upon the shirt. Consistency is necessary for identification purposes when the contractor or contractor s personnel are on site at Truman VA or CBOC facilities. VA will supply personal identification verification (PIV) badges to qualifying Contractor personnel and are to be worn while on VA premises. These will be provided upon successful conclusion of background checks as called for in this contract. The contractor s drivers, shall be required to maintain a record log of courier pick-ups and deliveries, indicating times and dates of pick-ups and deliveries, number of containers/totes and/or loose items. The contractor s drivers are required to notify the assigned COR during normal business hours of any unusual events that impede him/her in making delivery as required by the contract. Under no circumstances shall any animal or person other than the driver ride in the vehicle or handle items being transported. The Contractor shall provide and maintain training for its employees in appropriate safety and packaging procedures suitable to specimen type and distances transported. This should include issues such as adherence to regulations for transport of biohazards, use of rigid containers where appropriate, temperature control, notification procedures in case of accident or spills, etc. Upon request by the COR, the Contractor shall provide documentation certifying that training has been provided to Contractor s personnel. Reference 49 CFR §173.199 Diagnostic Specimens and Used Health Care Products and § 172.700, Subpart H, Training and International Air Transportation Association (IATA) Section 1.5.02. The Government reserves the right to refuse acceptance of any Contractor personnel at any time after performance begins, if personal or professional conduct jeopardizes patient care or interferes with the regular and ordinary operation of the facility. Breaches of conduct include intoxication or debilitation resulting from drug use, theft, patient abuse, dereliction or negligence in performing directed tasks, or other conduct resulting in formal complaints by patient or VA staff members to designated Government representatives. Standards for conduct shall mirror those prescribed by current federal personnel regulations. The CO and COR shall deal with issues raised concerning contractor employee(s) conduct. The final arbiter on questions of acceptability is the CO. Privacy and Information Security The contractor employees require a favorably screened Special Agreement Check (SAC) for fingerprint only and be issued a non-PIV badge. The contractor shall bear the expense of obtaining SAC/non-PIV badge. COR will supply contractor with required forms. Forms must be completed and returned to the COR within 14 days of contract award. Fingerprints must be completed/transmitted prior to or at the time forms are returned to COR. Indemnification The Contractor shall be liable for and shall indemnify and hold harmless the Government against all actions or claims for loss of or damage to property or the injury or death of persons, arising out of or resulting from the fault, negligence, or act or omission of the Contractor, its agents, or employees. Contractor Support for Employees This is not a personal services contract. The contractor shall be responsible for supervision of its employees under this contract. The Contractor shall be responsible for protecting contractor employee furnishing services. To carry out this responsibility, the contractor shall provide or certify that the following is provided for all their staff providing services under the resultant contract: Workers compensation Professional liability insurance Health examinations Income tax withholding Wages in compliance with Service Contract Labor Standards (see Solicitation Attachment 1_USDOL Wage Determinations) Social security payments. Problem Resolution The CO, upon discussion with COR and VA lab personnel, will resolve complaints concerning contractor relations with Government employees and/or patients. The CO is final authority on validating complaints. In the event the contractor is involved and named in a validated complaint, the Government reserves the right to refuse acceptance of the services being rendered. This does not preclude refusal in the event of incidents involving physical or verbal abuse by contractor personnel towards VA personnel, CBOC personnel, COR, and other contractor personnel while performing services as specified in this BPA. Reports and Deliverables The Contractor shall be responsible for complying with all reporting and deliverable requirements established by the contract. Contractor shall be responsible for assuring the accuracy and completeness of all reports and other documents as well as the timely submission of each. Contractor shall comply with contract requirements regarding the appropriate reporting formats, instructions, submission timetables, and technical assistance as required. All reports and deliverables are to be sent by electronic mail unless otherwise specified by the CO or COR. The following are brief descriptions of required documents that must be submitted by Contractor: What Submit as noted Submit To List of Contractor Vehicles, including number of vehicles, make/model, and license plates Within five (5) business days after award COR List of Contractor drivers, including names and states of licensure Within five (5) business days after award COR Provide contingency plan Within five (5) business days after award COR Provide delivery routes Within five (5) business days after award COR For Background Investigations and Special Agreement Checks, complete forms provided by CO Within fourteen (14) business days after award CO with cc to COR Insurance Certificate Within five (5) business days after award CO with cc to COR Quality Control Plan: Description and reporting reflecting the Contractor s plan for meeting of contract requirements and performance standards Within 10 business days after award CO with cc to COR Final list of proposed percentages and businesses to subcontract to Within 10 business days after award CO with cc to COR Proposed Updates to Delivery Routes Within five (5) business days of effective date of proposed change COR Completion of Required Training Within five (5) business days after receiving notice to proceed on cleared Contractor personnel from CO CO and COR Point of Contact: The Truman VA contact will be the COR, CBOC Manager, or designee Invoices/Billing: The contractor shall furnish a detailed invoice indicating work performed with an itemized listing of associated costs, monthly in arrears. Invoices shall be submitted to: Department of Veterans Affairs Financial Services Center P.O. Box 149971 Austin, TX 78714-8971 Payment will be withheld pending receipt of a properly prepared invoice. The invoice must contain, at a minimum, the following information: Period of Performance invoiced, contract number, and purchase order number. Quality Assurance Surveillance Plan (QASP) The Contractor will be evaluated in accordance with the QASP. The QASP provides a systematic method to evaluate performance for the stated contract. This QASP explains the following: What will be monitored? How monitoring will take place. Who will conduct the monitoring? How monitoring efforts and results will be documented. This QASP does not detail how the contractor accomplishes the work. Rather, the QASP is created with the premise that the contractor is responsible for management and quality control actions to meet the terms of the contract. It is the Government s responsibility to be objective, fair, and consistent in evaluating performance. This QASP is a living document and the Government may review and revise it on a regular basis. However, the Government shall coordinate changes with the contractor through contract modification. Copies of the original QASP and revisions shall be provided to the contractor and Government officials implementing surveillance activities. Government Roles and Responsibilities: The following personnel shall oversee and coordinate surveillance activities. Contracting Officer (CO) The CO shall ensure performance of all necessary actions for effective contracting, ensure compliance with the CONTRACT terms, and shall safeguard the interests of the United States in the contractual relationship. The CO shall also assure that the Contractor receives impartial, fair, and equitable treatment under this CONTRACT. The CO is ultimately responsible for the final determination of the adequacy of the Contractor s performance. Contracting Officer s Representative (COR) The COR is responsible for technical administration of the CONTRACT and shall assure proper Government surveillance of the Contractor s performance. The COR shall keep a quality assurance file. The COR is not empowered to make any contractual commitments or to authorize any contractual changes on the Government s behalf. Performance Standards: The Contractor is responsible for performance of ALL terms and conditions of the CONTRACT. CORs will provide progress reports quarterly to the CO reflecting performance on this plan and all other aspects of the resultant contract. The performance standards outlined in this QASP shall be used to determine the level of contractor performance in the elements defined. Performance standards define desired services. The Government performs surveillance to determine the level of contractor performance to these standards. Methods of QA Surveillance: Various methods exist to monitor performance. The COR shall use the surveillance methods listed below in the administration of this QASP. Direct observation: 100% surveillance Periodic inspections: inspections scheduled and reported quarterly per COR delegation or as needed. Validated user/customer complaints: data will be collected from actual patient complaints. Complaints will be investigated and verified. Random sampling: contractor log books will be reviewed by COR for compliance Verification and/or documentation provided by contractor: contractor provided information on services provided to COR. Performance Requirements: The Performance Requirements are listed below. The Government shall use these standards to determine contractor performance and shall compare contractor performance to the standard and assign a rating. At the end of the performance period, these ratings will be used, in part, to establish the past performance of the contractor on the CONTRACT and for purposes of providing the CO with information for inclusion on CPARS: Measures Performance Requirement Acceptable Quality Level Surveillance Method Delivery Monday-Friday to Truman VA NLT 9 pm Contractor to adhere to pick up and delivery times 90% Random sampling (review of Log Book) Contractor shall submit accurate invoices Contractor to submit accurate invoices 100% Direct observation (review of invoices) Deliveries per the Delivery Schedule Contractor to meet delivery timelines 95% Random sampling (Review of Log Book) User/Customer Complaints Contractor has a plan in place for handling complaints and all complaint responses are submitted to the COR or CO within two (2) business days of complaint 100% Verification provided by contractor/Validated user and customer complaints (response and documentation from contractor) If contractor performance does not meet the Acceptable Quality level, the CO shall inform the Contractor. This will normally be in writing unless circumstances necessitate verbal communication. In any case the CO shall document the discussion and place it in the contract file. When the COR and the CO determines formal written communication is required, the COR shall prepare a Contract Discrepancy Report (CDR), and present it to CO. The CO will in turn review and will present to the contractor's program manager for corrective action. The Contractor shall acknowledge receipt of the CDR in writing. The CDR will specify if the Contractor is required to prepare a corrective action plan to document how the Contractor shall correct the unacceptable performance and avoid a recurrence. The CDR will also state how long after receipt the Contractor has to present this corrective action plan to the CO. The Government shall review the Contractor's corrective action plan to determine acceptability. The CO is ultimately responsible for the final determination of the adequacy of the contractor s performance and the acceptability of the contractor s corrective action plan. Any CDRs may become a part of the supporting documentation for any contractual action deemed necessary by the CO or for purposes of reporting contractor past performance on CPARS. The North American Industry Classification System Code (NAICS Code) is 492110 Couriers and Express Delivery Services. Based on this information, please indicate whether your company would be a Large or Small Business and have a socio-economic designation as a small business, VOSB or SDVOSB. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this source 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 an acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Service Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open. Any response to this source selection from Interested parties must be received NLT 05/08/2019 Attention: Rachael L Bonds, Contracting Specialist. Email: rachael.bonds@va.gov Phone: 913-946-1990 Fax: 913-946-1996 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-APR-2019); 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/LeVAMC/VAMCKS/36C25519Q0400/listing.html)
- Record
- SN05288832-F 20190424/190422230021 (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 |