Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOURCES SOUGHT

R -- Small Package Shipping and Delivery Services Chillicothe, Cincinnati, Dayton OH VA Medical Centers & Chalmers P. Wylie VA Ambulatory Care Center Columbus OH

Notice Date
4/19/2023 10:26:31 AM
 
Notice Type
Sources Sought
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25023Q0606
 
Response Due
5/5/2023 10:30:00 AM
 
Archive Date
07/04/2023
 
Point of Contact
Josh Kovar, Contract Specialist
 
E-Mail Address
Joshua.Kovar@VA.gov
(Joshua.Kovar@VA.gov)
 
Awardee
null
 
Description
The Network Contracting Office (NCO-10) is seeking to identify Services Disabled Veteran Owner Small Businesses (SDVOSB) and/or Veteran Owned Owner Small Businesses (VOSB) vendors to perform the following services, Small Package Shipping and Delivery Services for the VA Medical Centers (MCs) in Cincinnati OH, Chillicothe OH, Dayton OH, and the Ambulatory Care Center (ACC) in Columbus OH, as well as all the Community Based Outpatient Clinics (CBOCs) the MCs and ACC support. This is a Request for Information (RFI) to seek capable sources and request industry feedback ONLY. This notice does not constitute a commitment by the Government. Interested parties are asked to submit capability statement that clearly and convincingly identifies their ability to fulfill the requirements. Industry feedback to the information below is requested to ensure the VA has not created a defacto sole source requirement. The Government may use the responses to this RFI for information and planning purposes. The VAMCs in Cincinnati, Chillicothe, Dayton, and the ACC in Columbus, and all supported CBOCs use small package delivery services for timely shipments of prescriptions, patient aids, testing services, and other logistical concerns. Services include picking up packages from the MCs, ACC and CBOCs every weekday with delivery to any address within the United States and its territories daily ((Monday-Friday and Saturday (if required)). Items may need to be delivered Next Day Air, Next Day Air AM Delivery, 2 Day Air, or Ground Service and as is decided by the shipping coordinator at the MCs/ACC. Vendor to provide commitment of 100% success rate for all identified expedited services (Next Day Air AM Delivery and Next Day Air Saver). Currently the combined medical facilities ship over 100,000 packages per year (please see table breakdown below) depending on patient needs, facility needs, and other requirements.     Total Packages Per MO Per WK Per DY 6 Months 10/1/22 - 3/31/23 51,327 8,554.5 1,984.0 420.7 25 Weeks 6 Days   Ground 29,319 4,886.5 1,133.3 240.3 122 Workdays   Expedited 22,008 3,668.0 850.7 180.4     Commercial 8,006 1,334.3 309.5 65.6     Residential 43,321 7,220.2 1,674.5 355.1                   Number of Unique Zip Codes within 50 miles of DAY, CIN, CHI, COL MC s 513   Total Number of Packages with destination within 50 miles of MC 44,392.00 86% Total Number of Packages with destination outside 50 Miles of MC 6,935.00 14%                 Total Percentage of Commercial Shipments 16%   Total Percentage of Residential Shipments 84%   Total Percentage of Ground Shipments 57%   Total Percentage of Expedited Shipments 43%   In addition to answering the below questions 1-4, respondents are also requested to provide their capability statement, including company name, address, and point of contact information. Capabilities statement shall provide a detailed overview, experience, and qualifications to perform the requirement. Question #1: Response, are you interested in providing a quote for this requirement? Yes / No (choose one) Question #2: Can your firm provide 3 customer references for requirements of a similar scope and size over the past 4 years. If so, please provide contract number, Point of Contact from the Government or Private Sector company. Also, please indicate if Prime or Subcontractor, and the scope of performance. Lack of references of a similar scope and size will not preclude a vendor from consideration of set aside as provided that the capabilities statement contains sufficient information to show how performance standards will be met. Question #3: Response: If your firm is a SVOSB and/or VOSB? If so, please provide a copy of VETCERT certification. Please provide current scope of operations and locations of service/capability: Where is your business located and where is your main scope of operations? Please provide any additional certifications regarding the socio-economic status of your company including, WOSB, EDWOSB, HUB, 8a, Small Disadvantage Business, Small Business, etc. Question #4: Response: Does your company have the ability to perform this contract while complying with the Limitations on Subcontracting rules per FAR 52.219-14, 13 CFR 125.6 and VAAR 852.219-75. If so, please briefly explain how your firm will accomplish this, include any potential teaming arrangements or subcontractors. To Note: The CO shall conduct periodic checks with the vendor to ensure that Limitations on Subcontracting compliance is maintained during the period of performance if this requirement is set-aside for any small business entities. In accordance with 13 CFR § 125.6(g), Whoever violates the requirements set forth in paragraph (a) of this section shall be subject to the penalties prescribed in 15 U.S.C. 645(d), except that the fine shall be treated as the greater of $500,000 or the dollar amount spent, in excess of permitted levels, by the entity on subcontractors. A party's failure to comply with the spirit and intent of a subcontract with a similarly situated entity may be considered a basis for debarment on the grounds, including but not limited to, that the parties have violated the terms of a government contract or subcontract pursuant to far 9.406-2(b)(1)(i) (48 CFR 9.406-2(b)(1)(i)). The applicable NAICS code for this requirement is NAICS 492110 Couriers and Express Delivery Services with a Small Business Size Standard of 1,500 Employees. The Product Service Code is R604 Support Administrative: Mailing/Distribution. For informational purposes only, the following Wage Determinations apply to this requirement: No 1996-0460 Rev 46 No 2011-0217 Rev 31 All businesses are encouraged to respond; however, each respondent must clearly identify their business size and socio-economic category(s) in their capabilities statement. This Request for Information (RFI) is only for the purpose of identifying potential sources as part of market research. No Request for Proposal (RFP), Quote (RFQ), or Invitation for Bid (IFB) exists. Responses to this Request for Information (RFI) are not quotes, proposals, or bids on which the VA can issue any contract. This Notice is issued for information and planning purposes only and does not itself constitute an RFP, RFQ or IFB. The Government does not intend to award a contract based only on responses to this RFI. Responses to the notice will not be returned. Responders are solely responsible for all expenses associated with responding to this Request for Information (RFI). The VA will not pay for information received in response to this Request for Information. Do not submit pricing information in response to this Request for Information. Detailed capabilities statements and answers to questions 1-4 must be submitted by email to Contract Specialist Josh Kovar at Joshua.Kovar@VA.gov in an electronic format, no later than 1:30 PM EST on May 5, 2023. As part of market research, this Request for Information / Sources Sought is to determine if there exists an adequate number of qualified interested contractors capable of providing services for this requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/11ad191e1e214b10ba04428bf20bb1bc/view)
 
Place of Performance
Address: Multiple locations in South, Central & Western OH
 
Record
SN06656402-F 20230421/230419230119 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.