|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 18,1997 PSA#1933Department of Veterans Affairs, James A. Haley Veterans Hospital, AMMS
(90C), 13000 Bruce B. Downs Blvd., Tampa, FL 33612 V -- HIRED CAR PATIENT TRANSPORT SOL RFP 673-42-98 DUE 101797 POC
Debra A. Dodson (813) 972-7588 This is a combined synopsis/solicitation
for commercial items prepared in accordance with the subparts in
Federal Acquisition Regulation 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; proposals are being requested and a written
solicitation will not be issued. This is issued as a Request for
Proposal (RFP 673-42-98). This solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Regulation 97-01. This solicitation is issued as a 100% small business
set-aside; Standard Industrial Classification Code is 4119 and the
business size standard is $5 million. Contractor shall provide Hired
Car Services for beneficiaries of the Department of Veterans Affairs
Outpatient Clinic, Professional Building, 2nd floor, Suite #235, Palm
Bay Community Hospital, 1421 Malabar Road NE, Palm Bay, Brevard County,
Florida 32907. This proposal if accepted shall be effective for the
period November 1, 1997 through September 30, 1998, with one (1)
additional option year (October 1, 1998 through September 30, 1999). 1.
DELIVERY: (a) Transportation services shall be furnished on an "as
needed" basis. Coverage is required eight (8) hours per day, five (5)
days per week. Hired car drivers shall pick-up and deliver patients to
designated locations. The locations shall be designated when telephone
contact is made by authorized VA personnel. (b) The hired car driver
shall report and sign in at the Scheduling Section of the VA Outpatient
Clinic, (Brevard County), before picking up patients for each
transportation request. (c) Transport of baggage with Veterans may be
required occasionally. (d) Two vehicles are to be made available for
the hours of 8:00 AM to 4:30 PM, Monday through Friday, excluding
Government holidays. 2. QUALIFICATIONS: Proposal will be considered
only from offerors who are regularly established in the business called
for and are financially responsible and have the necessary equipment
and personnel to furnish service in the volume required for all the
items under this contract. Successful offeror shall meet all
requirements of Federal, State, County, or City Codes regarding
operations of this type of service. 3. PATIENTS: Various types of
patients require transportation including psychiatric patients. This
shall include ambulatory patients and patients which are able to
transfer from wheelchair to vehicle and back. 4. NUMBER OF PATIENTS: It
is agreed and understood that only ONE patient shall be transported on
a trip unless specifically authorized by the Dept. of Veterans
Affairs. When more than one patient is transported on a trip,
reimbursement shall be made at the rate not exceeding the per trip rate
plus per patient rate for multiple pickup. Contractor shall insure that
the pick-ups and drop-offs are scheduled so that the total distance
traveled will result in the most economical charge to the Government.
5. VEHICLES: (a) The contractor shall have a minimum of two (2) Hired
Cars to be utilized for this service. (b) The vehicles under the terms
of this contract shall be licensed and shall meet the minimum vehicle
requirements as mandated by the State of Florida. 6. WAITING TIME: For
time lost in waiting at either end or both ends of a trip due to causes
beyond the contractor's control, contractor shall be reimbursed at the
rate of one-forth the hourly rate in his offer for each quarter hour
from the time he reports to the designated person. 7. ADDITIONAL
PASSENGERS: Patient family members or others may NOT ride with a
patient, unless such person is trained and qualified to serve as a
required attendant for the patient and prior authorization has been
granted by the Dept. of Veterans Affairs. 8. ATTENDANTS: (a) Contractor
shall ensure that each person employed under this contract is trained,
qualified and certified to perform the duties required. (b) Record of
each employee as to character and physical capabilities of performing
the duties of a driver shall be maintained and made available for
inspection upon request. 9. EVIDENCE OF COVERAGE: Within five (5) days
from notice of intent to award contract, Contractor shall furnish to
the Contracting Officer a Certificate of Insurance which shall contain
an endorsement to the effect of the cancellation of, or any material
change in the policies which materially affect the interest of the
Government in such insurance, shall not be effective unless a 30 day
written notice of cancellation or change is furnished to the
Contracting Officer. 10. ORDERS: (a) Request for services shall be made
by telephone by the Chief, Medical Administration Service or his
designee. (b) The Department of Veterans Affairs maintains the right to
use station vehicles prior to using those of the Contractor. (c) The
Contractor on scheduled trips, will be present to receive the patient
at the specified time. If the contractor is unable to provide services
on unscheduled trips within a reasonable time (1 hour) after receiving
a request or any order, the Department of Veterans Affairs reserves the
right to obtain the services from another source and to charge the
Contractor with any excess cost which may result therefrom. Transport
arrangements made in advanced are to be picked up at the time
specified. The Department of Veterans Affairs shall be the sole judge
in determining when to order service from another source. However, in
no instance shall the Contractor be required to furnish more than two
vehicles at one time. Vehicles other than those specifically listed on
the Certificates of Insurance furnished to the Contracting Officer and
approved for use, shall not be used in the performance of the contract.
11. RESPONSE TIME: In all cases patients shall be picked up within one
hour from time of request. Transport arrangements made in advanced are
to be picked up at the specified time. 12.TREATMENT AND/OR MISTREATMENT
OF PATIENTS IN ROUTE: ANY SUBSTANTIATED MISTREATMENT OF PATIENTS IN THE
PERFORMANCE OF THIS CONTRACT WILL BE CAUSE FOR IMMEDIATE CANCELLATION.
DRIVERS SHALL BE COURTEOUS AND CONSIDERATE OF ALL PATIENTS THEY ARE
TRANSPORTING. 13. PRICING: Submission of price per trip and price for
total trips (based on estimates provided) are required for paragraphs
a, b, and c below for base year and option year. All pricing shall be
separated and totaled for base year (10/1/97 -- 9/30/98) and option
year. (a) Rate for pick-up from VA Outpatient Clinic, Brevard, Palm
Bay, Florida to James A. Haley VA Hospital, Tampa, Florida. (Estimates:
130 miles, 75 trips). (b) Rate for pick-up from VA Outpatient Clinic,
Brevard, Palm Bay, Florida to VA Medical Center, West Palm Beach,
Florida. (Estimates: 123 miles, 50 trips). (c) Rate for pick-up from VA
Outpatient Clinic, Brevard, Palm Bay, Florida to VA Outpatient Clinic,
Orlando, Florida. (Estimates: 67 miles, 50 trips). (d) Per Patient
rate for multiple pick-up from same location to in-line destination for
each of the above locations. (e) Hourly rate for waiting time when
required and verified. (f) Per trip rate for furnishing an attendant to
ride with patient when required. The Government intends to make a
single award to the responsible offeror whose offer is the most
advantageous to the government considering price and price related
factors. Invoices shall be submitted monthly in arrears. 14.
EVALUATION: Provision 52.212-2 Evaluation Commercial Items applies.
Offeror shall submit adequate information for evaluation purposes on
the following evaluation criteria. Each area shall be specifically
labeled and indentifiably separate from other areas. (a) Company
Background/ Past Performance, to include but not limited to the method
of receiving, placing, and maintaining orders for transportation
requests. Provide past similar contract information with points of
contact and phone numbers. (b) Personnel experience and training.
Provide information on personnel experience and company training
requirements for personnel. (c) Vehicles/equipment/safety device
information. Each offeror must submit with his proposal a letter fully
describing the number, make, and year of vehicles which he agrees to
furnish under this proposal including the location and telephone number
of his establishment where calls are received and vehicles are
immediately available for dispatch. Each offeror must provide
documentation that they meet all requirement of Federal, State, County,
or City Codes regarding operation of this type of service. (d) Price.
Technical and past performance, when combined are more important than
price. Offerors shall provide a completed set of provisions with
proposal found at 52.212-3, Offeror Representations and Certifications
-- Commercial Items. Provisions and clauses found at 52.212-1,
52.212-2, 52.212-3, 52.212-4, 52.212-5, 52.216-18, 52.216-19,
52.216-21, 52.217-8, 52.217-9, 52.224-1, 52.224-2, 52.232-19,
852.216-70, 852.237-71, 852.271-70 apply to this contract. US Dept. of
Labor Wage Determination #94-2125, Rev. 6 dated 6/1/97 applies to this
contract. Proposals are due no later than October 17, 1997, 4:30 PM
local time, and shall be submitted to Debra A. Dodson (90C), James A.
Haley Veterans Hospital, 13000 Bruce B. Downs, Tampa, FL 33612. The
Solicitation Number (RFP 673-42-98) shall be indicated on the outside
of the envelope. (0259) Loren Data Corp. http://www.ld.com (SYN# 0101 19970918\V-0002.SOL)
V - Transportation, Travel and Relocation Services Index Page
|
|