SOLICITATION NOTICE
R -- VHI Lab Courier Services
- Notice Date
- 7/28/2022 1:53:00 PM
- Notice Type
- Solicitation
- NAICS
- 492110
— Couriers and Express Delivery Services
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25022Q0592
- Response Due
- 8/5/2022 10:00:00 AM
- Archive Date
- 09/04/2022
- Point of Contact
- Tracy L Granger, TCF Contract Specailist
- E-Mail Address
-
Tracy.Granger@va.gov
(Tracy.Granger@va.gov)
- Awardee
- null
- Description
- 36C25022Q0592 0001 RFQ 36C25022Q0592 QUESTIONS AND ANSWERS 1. Question: Who was the previous company that was awarded this contract or is this a new requirement? Answer: The incumbent is Innovative Federal Operations Group, Inc. 2. Question: Who is the incumbent contractor? Answer: See answer to Question 1. 3. Question: What is the current contract number? Answer: 36C25018D0184 4. Question: Any changes from the current contract scope of work? Answer: There are no known changes from the current contracts statement of work. 5. Question: What was the previous award amount? Answer: The award amount for base, plus (4), option year (1) was $1,010,459.60. 6. Question: Is this a new requirement or any changes to the past contract? Answer: It is a follow on contract. 7. Question: Will Stat s be a roundtrip due to cooler rotation? Answer: It depends on the situation and the location of the stat need. 8. Question: Will we be transporting any narcotics? Answer: Yes 9. Question: Do the drivers need to originate from the VA for supplies or can they go directly to CBOC? Answer: For routines on a daily basis, they come to VA, pick up coolers and supplies, then to CBOC, then return to VA. 10. Question: What kind of vehicles are being used? Answer: No specific requirements exists for the type of vehicles used. However, the vehicles need to be capable of transporting the cooler being used to transport specimens and should be capable of functioning in all weather conditions that may be encountered in Indiana (i.e. Rain, Snow, Heat, Cold, Sleet, Wind, Etc.). 11. Question: Are the times flexible? Answer: +/- 30 minutes from the times stated 12. Question: Will we be providing the coolers, and if so how many, and what sizes will be needed, and will they need to be lockable? Answer: VA provides coolers, they are lockable. 13. Question: For line items 11 and 15 Unscheduled and STAT deliveries over 50 miles, is there a max distance that the courier would be expected to provide deliveries? Answer: We cannot guarantee any maximum distance. 14. Question: Will the VA supply coolers and cold packs for the CBOC pickups? Answer: Yes 15. Question: Must all routes originate at the RLRVAMC? Answer: All scheduled routes. Stat pickups may vary. 16. Question: Will all scheduled line items and/or locations be effective and need service at the start of this contract? Answer: Yes 17. Question: Are any of the line items scheduled to be discontinued or relocated during the life of the contract? Answer: No 18. Question: What was the cost of the final full option year of the previous contract? Answer: The Government can only disclose the aggregate amount of the old contract see answer to question #5. 19. Question: How many drivers/vehicles are currently used to service the current contract? Answer: The number of drivers cannot be released as it is propitiatory information of the incumbent. 20. Question: What is the vehicle size currently servicing this location? Answer: See answer to question #10. 21. Question: What are the approximate number of trips/approximate yearly total for all on-call trips between all facilities (STAT runs)? Answer: Estimates are in the price schedule. 22. Question: Will the Government provide Designated WDs? Answer: Yes 23. Question: Do you accept CPARs evaluations as additional Past Performance information? Answer: Yes 24. Question: Regarding specific employees information: It is common practice for small businesses that the drivers, cars and other equipment used for a contract are not sourced until after an award has been made, for cost effectiveness and to reduce loss. However, we will be forwarding our standard Training Certificates-Procedures for your reference, is this information acceptable? Answer: Information shall be submitted as required by the solicitation. 25. Question: Regarding evaluation factors for the price Volume: we usually like to provide a Pricing realism cost break-down, to include SCA minimum per year, the number of drivers, hours and miles that are estimated to be required for performance, and other costs. Is it acceptable that we forward this Pricing Realism chart with our Price response? . Answer: See evaluation factors at 52.212-2. Price realism is not considered in this procurement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f93d45645d2247e29efa55555edce417/view)
- Record
- SN06405502-F 20220730/220728230112 (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 |