Www.vendorportal.ecms.va.gov



FedBizOppsSources Sought Notice*******CLASSIFICATION CODESUBJECTCONTRACTING OFFICE'S ZIP-CODESOLICITATION NUMBERRESPONSE DATE (MM-DD-YYYY)ARCHIVE DAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODECONTRACTING OFFICE ADDRESSPOINT OF CONTACT(POC Information Automatically Filled from User Profile Unless Entered)DESCRIPTIONSee AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION ADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE* = Required FieldFedBizOpps Sources Sought NoticeRev. March 2010RVA Providence, RI Courier Services02908VA241-16-Q-052306-21-201690N2492110Department of Veterans AffairsVAMC Providence830 Chalkstone AvenueProvidence RI 02908Department of Veterans AffairsVeterans Health AdministrationSources Sought Notice – Local Courier Delivery Services - VA Medical Center (VAMC) Providence, RIThis is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance VHA’s understanding of your company’s offered services and capabilities. The Government will not pay any costs for responses submitted in response to this Sources Sought. This Sources Sought notice provides an opportunity for respondents to submit their notice of ability, and their available products in response to the requirement described below. Vendors are being invited to submit information relative to their potential of fulfilling the requirement below, in the form of a capability response that addresses the specific requirement identified in this Sources Sought Notice. The Veterans Health Administration (VHA) is seeking a vendor to provide local courier and delivery services for various locations in Rhode Island and Massachusetts to commence on or about 10/1/2016 on behalf of the VAMC Providence, RI. Refer to the General Requirements section below for the requested service description. This Sources Sought is to facilitate the Contracting Officer’s review of the market base, for acquisition planning, size determination, and procurement strategy.GENERAL REQUIREMENTS 1. The Contractor shall provide all supervision, labor, equipment, transportation, fuel and tolls necessary to perform courier services to and from Providence VAMC (PVAMC) located at 830 Chalkstone Avenue to the Community Based Outpatient Clinics (CBOC’s), affiliated specimen or blood collection sites in Middletown & Aquidneck RI, New Bedford and Hyannis MA. Contractor shall also pick up from other VA and non-VA facilities and deliver to various locations on an emergency basis. The Contractor shall pick up and deliver items such as blood and blood components, laboratory specimens, laboratory transport containers and other laboratory operating supplies as well as miscellaneous items from the pharmacy, mail room and warehouse as requested.2.Contractor shall provide all labor, equipment (including PPE and temperature controlled coolers), dry ice, hand trucks, transportation, gasoline, insurance, and anything else needed to provide courier service for the PVAMC. Pricing shall be inclusive of state tolls. The Government will not reimburse toll charges separately.3.This will be a firm-fixed priced award. 4.Period of Performance: Base 12 month period of performance with 4 annual option years; exercised at the discretion of the Government, based on previous year’s performance.5.Insurance Requirements: Contractor shall meet all Federal, State and City codes regarding operation of this type of business and furnish the required Insurance Certificates required to work on a Government installation. These requirements will be described in the Special Contract Requirements Section.6.Inclement Weather: Contractor shall contact the COR, or if the COR is not available, the Laboratory Manager or Laboratory Administrative Officer should weather conditions delay or cause cancellation of services. Due to the nature of this business, it is necessary for the Contractor to furnish vehicles that operate safely in difficult weather conditions. Cancellations shall only occur as a last resort or due to acts of God.7.Federal Holidays: Federal Holidays are as follows and include any other days specifically declared by the President of the United States to be a national holiday: New Year’s Day, Martin Luther King’s Birthday, President’s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans’ Day, Thanksgiving, and Christmas.8. Courier Services Scope of Work Includes:a. Drivers: All drivers shall be of legal age, possess valid licenses and maintain a neat, clean and professional appearance. Drivers need to wear distinctive clothing items to identify them as employees of the courier company. Drivers shall be able to speak, understand and write English. Drivers shall possess government furnished identification showing Contractor name and job title. Contractor is responsible for the actions and conduct of its employees and shall assure that they are consistently compliant with all VA building and parking regulations, policies and guidelines while conducting business on Government property and for the VA. Drivers shall not make any personal stops in performance of duties under this contract nor shall any unauthorized passenger accompany the driver during contract work. Drivers shall observe the smoking policy of the VA and only smoke in designated areas. Drivers transporting laboratory specimens must be trained in Universal Precautions for handling of biohazard materials and include use of proper procedures in case of biohazard spills or accidents. This training shall also include mandatory Hazardous Materials training and knowledge and understanding for the handling of dry ice. Written statements documenting Hazardous Materials training and other training that meets the laws and regulations of the US Department of Transportation and the Centers for Disease Control governing the transport of clinical specimens shall be provided to the COR annually or at the beginning of a new Driver’s employment. b. Vehicles: All vehicles used in performance of this contract shall be registered, licensed and meet the minimum vehicle requirements as mandated by the Department of Transportation. The Government reserves the right to inspect the vehicles and investigate the responsibility of bidder to perform the work outlined in this contract and reject any offer should contractor be lacking.c. Confidentially Of Records: Contractor shall assure the confidentiality of all patient information and records being transported and shall be held liable in the event of any breach of confidentiality. The contractor shall comply with provision of the Federal Privacy Act of 1974 (Public Law 93-579).d. Reportable Incidents: Contractor shall furnish a written report should any delivery incident occur. This report shall be delivered to the COR and/or the Contracting Officer within 24 hours of the incident. Incidents/actions involving blood components or laboratory specimens shall be reported immediately to the COR or if the COR is not available to the Laboratory Manager or Laboratory Administrative Officer. Incidents/actions involving breach of patient records or patient identifiable information shall be reported immediately to the COR or if the COR is not available then either the PVAMC Information Security Officer or the Privacy Officer.e. Evidence of Responsibility: Contractor must have a minimum of five years of experience, be financially responsible, and possess all the necessary equipment, licenses, and manpower necessary to perform the work specified in this contract.f. Quality Assurance Surveillance Plan (QASP) shall be applicable to this procurement. The plan shall include the following items in a matrix format: 1. Service Requirement; 2. Measurement; 3. Method of Surveillance; 4. Frequency; 5. Target Quality Levels; 6. Incentives/Disincentives. The intent is for the Contracting Officer’s Representative (COR) or designee to use this plan to ensure the contractor is adhering to the Performance Work State (PWS). g. Personnel Policy: Employees working for the Contractor shall not be considered Government employees. The Contractor shall provide Workers Compensation, Professional Liability insurance, health examinations, Income Tax Withholding and Social Security Payments.h. Packaging and Transportation: All Laboratory specimens shall be properly packaged and labeled to indicate the general nature of the material being transported. Vendor shall transport specimens in appropriate containers secured in the vehicle body to prevent movement. Laboratory specimens shall be transported in accordance with specified temperature requirements. Room temperature specimens shall be transported inside a cooler and remain at temperature between 20-25°Centigrade (68°-77° Fahrenheit). Refrigerated specimens must be transported in a cooler with regular ice or cold packs and remain at temperature between 2-10° Centigrade (36°-50° Fahrenheit). Frozen specimens shall be transported in a cooler packed with dry ice to remain at temperatures of -18° Centigrade (0° Fahrenheit) or colder. Contractor must provide necessary ice, cold packs or dry ice to maintain temperatures required for specimen stability.i. Contractor shall provide and deliver dry ice, in an approved container for dry ice transport, to the PVAMC Pathology Laboratory and outlying sites upon request. The POC at the VA Laboratory location in conjunction with the COR and the Contractor shall agree upon time of delivery and appropriate amount (measured in pounds) of dry ice to be provided. This dry ice is used for temporary storage of frozen medical specimens during transport.j. Vendor must have the capability of tracking specimens and other items from pickup location to delivery location. Documentation of tracking must be presented to COR or COR designee upon request. All documentation for billing shall include date, time and person requesting the pickup.k. Contractor shall develop and maintain a quality control program to assure the packaging and transport requirements are consistently met. Contractor must demonstrate ability to immediately remedy any violations of the above requirements. VA reserves the right to perform periodic inspections to ensure compliance. l. Contractor is also expected to pick up specimens and other miscellaneous materials from other VA or non-VA sites and transport under STAT or Routine conditions, if necessary. The receiving sites may/may not be VA sites as indicated in the specified routes. m. Vendor shall meet as necessary, no less then quarterly, with the Contracting Officer (CO) and/or the COR, to discuss immediate administrative and problem areas.n. VA, and/or the sending/receiving facility shall request driver signatures as written documentation of pick-up and delivery by use of specimen/package track logs or other similar mechanism.o. The Contractor shall make a “routine” pick up run from Providence VAMC to CBOC Middletown, East Side Lab - Aquidneck RRL, CBOC New Bedford, Quest – North Dartmouth, CBOC Hyannis and Quest – Hyannis. These runs will take place Monday through Friday, except for Government holidays. 9. Routine Pickup Schedule: Pickups and deliveries of lab specimens and miscellaneous administrative items shall be scheduled five days per week, Monday through Friday, except on Federal Holidays. Contractor shall deliver test specimens to the main VA Laboratory, 2nd floor, Room D206. Test specimens must be received at the main laboratory by 6:00pm on the same day of pickup. Contractor shall pickup and deliver the administrative and medical supplies at the PVAMC Mail room, Pharmacy and building #8 warehouse. a. Pick-up from Providence VAMC shall be scheduled for approximately 8:30 am, Monday through Friday except for Federal Holidays.b. Pick-up and delivery at the three CBOC’s shall be scheduled in the morning approximately 1 hour apart.c. Pick-up from Quest Diagnostics, Hyannis MA shall be scheduled between Noon and 1:00 pm.d. Pick-up from Quest Diagnostics, North Dartmouth, MA approximately 1 hour from Hyannis pick-up. e. Pick-up from East Side Clinical Laboratory, Aquidneck, RI approximately 1 hour after North Dartmouth, MA pick-up. f. Deliver to the VA Medical Center, Providence, RI no later than 6:00pm.10. BLOOD SAMPLE LABORATORIES & CBOC LOCATIONS:East Side Clinical Laboratory – Aquidneck RIQuest Diagnostics – North Dartmouth MAQuest Diagnostics – Hyannis MAPequot Building, Suite 202Main Street Medical Bldg.50 Memorial Blvd49 State Rd.51 Main St.Newport, RI 02840North Dartmouth, MA 02747Hyannis, MA 02601Phone: (401) 380-2290Phone: (508) 993-2601Phone: (508) 778-4100CBOC – MiddletownCBOCCBOC - New BedfordCBOC - HyannisOne Corporate Place175 Elm Street233 Stevens StreetMiddletown, RI 02842New Bedford, MA 02740Hyannis, MA 02610401-847-7325508-994-4041508-771-1433 RESPONSE COMMITMENTNOTES:All questions, comments or concerns shall be directed to Valerie.DeAngelis@.Submittals furnished will not be returned to the sender. No debriefs will be conducted. Eligibility in participating in a future acquisition does not depend upon a response to this notice.Proprietary information is neither requested nor desired. If such information is submitted, it must clearly be marked "proprietary" on every sheet containing such information, and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit). TIMELINE : This request will close on stated date within the FBO site. Requested information:Interested parties shall provide the following information in addition to your capability response:Format:MS Word or pdf format (please ensure email is under 5 mb)Page limit – 2-4 pages (please make the response as brief and concise as possible)Company name and Sources Sought number listed on each page Specifics: In your response, please provide the following information based on the requirement.Your company’s capability of fulfilling this requirement as it is described.Please also provide name of company, company address, a contact person’s name, telephone number, fax number and email address. DUNS number, and indicate if actively registered on System for award management (SAM) Contractual vehicles the company holds, such as NAC or GSA schedules.Socio-economic Status & NAICS Code: State the size of your company [e.g., 8(a) (including graduation date), HUBZone-certified small business, Service-Disabled Veteran-Owned small business, small business, large business, etc.]. Notes:1. This Sources Sought is for planning purposes only, and does not constitute a commitment, implied or otherwise, that a procurement action will follow. The Department of Veterans Affairs will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, The Department of Veterans Affairs reserves the right to contact any respondent to this notice for the sole purpose of enhancing The Department of Veteran Affairs understanding of the notice submission. 2. The content of any responses to this notice may be reflected in any subsequent solicitation, except for content marked or designated as business confidential or proprietary which will be fully protected from release outside the government.The Department of Veteran Affairs Contracting Office Point of Contact:Valerie DeAngelisContract SpecialistEmail: Valerie.DeAngelis@ ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download