Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2020 SAM #6938
SOLICITATION NOTICE

V -- Passenger Shuttle Services for the Washington DC VAMC

Notice Date
11/25/2020 12:29:15 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
485999 — All Other Transit and Ground Passenger Transportation
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24520Q0664
 
Response Due
9/8/2020 8:00:00 AM
 
Archive Date
01/25/2021
 
Point of Contact
James A Whisner, Contracting Officer, Phone: (304) 326-7984
 
E-Mail Address
james.whisner@va.gov
(james.whisner@va.gov)
 
Awardee
null
 
Description
1. Introduction: A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. B. This solicitation is not restricted to any particular business size requirement (i.e., it is full and open competition). The applicable NAICS code is 485999 all other transit and ground passenger transportation. C. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2020-08. The full text of the provisions and clauses can be obtained from the following websites: http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/. 2. Responding to this solicitation. Offeror must submit its offer via Email to James.Whisner@va.gov. Offeror must provide the following information with its offer: A. Legal entity name, address, DUNS of your company; B. Information that demonstrates your company s: (1) Experience performing passenger shuttle services for VA Medical Centers or other similar healthcare facilities. (2) Technical approach to maintaining the 15-minute departure intervals from each shuttle stop location, as specified in Section 1 of the work statement. (3) Quality Control Program that addresses the elements in Section 2.11 of the work statement. (4) Past performance (e.g., safety ratings, customer satisfaction ratings, BBB ratings, or other similar). C. Completed Price Schedule for CLINs 0001 through 4001 (see Solicitation Attachments). Enter the unit prices and amounts (Amount = Quantity X Unit Price) for each CLIN and the Grand Total; D. Completed Immigration & Indemnity Certification (see Solicitation Attachments); E. Subcontracting Plan. If your company is not registered in the SAM database as small business under NAICS 485999 and it is the apparent successful offeror, then it will be required to submit an acceptable subcontracting plan upon request by the Contracting Officer. At such a time, a subcontracting plan template will be provided. 3. Date & time offers are due: September 8, 2020 at 11 AM. 4. Evaluation-Commercial Items. The Government intends to perform a comparative evaluation of offers in accordance with FAR 13.106-2(b)(3) to determine which offer provides the best benefit to the Government. The Government reserves the right to select a response that provides benefit to the Government that exceeds the minimum but is not required to select a response that exceeds the minimum if it provides no value or benefit to the Government. The Government will evaluate quotes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 5. Description of Work: A. The Washington DC Veterans Affairs Medical Center (DCVAMC) needs passenger shuttle services for Veterans seeking medical care at and employees at the DCVAMC. Contractor shall provide all resources necessary to perform the passenger shuttle services for the DCVAMC. Shuttles must operate on a continuous loop from the Brookland Metro Station (Red Line) and the Columbia Heights Metro Station (Green Line) from 5:30 AM to 10:00 PM, Monday through Friday (except holidays observed by the Federal government), with departures from each location about every 15 minutes. The Brookland Metro Station is about 1.5 miles east of the DC VAMC. The Columbia Heights Metro Station is about 1.5 miles west of the DC VAMC. (See the attached Work Statement for more details.) B. Contract Line Item Numbers, quantities, unit of measure: (see the Price Schedule attachment). 6. The provision at 52.212-1, Instructions to Offerors Commercial (JUN 2020), applies to this acquisition, including the following addenda: A. 52.204-7, System for Award Management (OCT 2018); B. 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020); C. 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020); D. 52.209-7, Information Regarding Responsibility Matters (OCT 2018); E. 52.216-1, Type of Contract (APR 1984). Fill-in information: firm-fixed price; F. 52.233-2, Service of Protest (SEPT 2006); 7. Offeror Representations and Certifications. Offeror must include a completed copy of the provision at 52.212-3. The offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision. 8. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition, including the following addenda: A. 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020); B. 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011); C. 52.204-13, System for Award Management Maintenance (OCT 2018); D. 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020); E. 52.217-9, Option to Extend the Term of the Contract (MAR 2000). Paragraph (a) fill-in information: 30 days of contract expiration; 60 days. Paragraph (c) fill-in information: 5 years; F. 52.232-18, Availability of Funds (APR 1984); G. 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); H. 52.237-3, Continuity of Services (JAN 1991); I. 852.203-70, Commercial Advertising (MAY 2018); J. 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (OCT 2019); K. 852.215-71, Evaluation Factor Commitments (OCT 2019); L. 852.219-9, VA Small Business Subcontracting Plan Minimum Requirements (DEC 2009); M. 852.232-72, Electronic Submission of Payment Requests (NOV 2018); N. 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018); O. 852.233-71, Alternate Protest Procedure (OCT 2018); P. 852.270-1 Representatives of Contracting Officers (JAN 2008); and Q. 852.219-76, Subcontracting Plans Monitoring and Compliance (JUL 2018) (DEVIATION). 9. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (AUG 2020), applies to this acquisition, including the additional FAR clauses cited in the clause: A. 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020); B. 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020); C. 52.204-14, Service Contract Reporting Requirements (OCT 2016); D. 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020); E. 52.209-9, 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018); F. 52.219-8, Utilization of Small Business Concerns (OCT 2018); G. 52.219-9, Small Business Subcontracting Plan (JUN 2020); H. 52.219-16, Liquidated Damages Subcontracting Plan (JAN 1999); I. 52.219-28, Post Award Small Business Program Rerepresentation (MAY 2020); J. 52.222-3, Convict Labor (JUNE 2003); K. 52.222-21, Prohibition of Segregated Facilities (APR 2015); L. 52.222-26, Equal Opportunity (SEPT 2016); M. 52.222-35, Equal Opportunity for Veterans (JUN 2020); N. 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020); O. 52.222-37, Employment Reports on Veterans (JUN 2020); P. 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); Q. 52.222-50, Combating Trafficking in Persons (JAN 2019); R. 52.222-54, Employment Eligibility Verification (OCT 2015); S. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020); T. 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008); and U. 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018); V. 52.242-5, Payments to Small Business Subcontractors (JAN 2017); W. 52.222-41, Service Contract Labor Standards (AUG 2018); X. 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014); Shuttle Bus Driver: WG-6; Y. 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (AUG 2018); Z. 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015); and ZZ. 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017). 10. The Service Contract Labor Standards apply to this contract and the Department of Labor s Wage Determination is provided as an attachment to this notice; it specifies the minimum wages and fringe benefits for service employees performing on or in connection with the contract.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/997d86e404454b5793af6f5e44e8de26/view)
 
Place of Performance
Address: Washington, DC
 
Record
SN05861178-F 20201127/201125230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.