SECTION B - CONTINUATION OF SF 1449 BLOCKS - Veterans …



PAGE 1 OF1. REQUISITION NO. 2. CONTRACT NO.3. AWARD/EFFECTIVE DATE4. ORDER NO.5. SOLICITATION NUMBER6. SOLICITATION ISSUE DATEa. NAMEb. TELEPHONE NO. (No Collect Calls)8. OFFER DUE DATE/LOCALTIME9. ISSUED BYCODE10. THIS ACQUISITION IS UNRESTRICTED ORSET ASIDE: % FOR:SMALL BUSINESSHUBZONE SMALLBUSINESSSERVICE-DISABLEDVETERAN-OWNEDSMALL BUSINESSWOMEN-OWNED SMALL BUSINESS(WOSB) ELIGIBLE UNDER THE WOMEN-OWNEDSMALL BUSINESS PROGRAMEDWOSB8(A)NAICS:SIZE STANDARD:11. DELIVERY FOR FOB DESTINA-TION UNLESS BLOCK ISMARKEDSEE SCHEDULE12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDERDPAS (15 CFR 700)13b. RATING14. METHOD OF SOLICITATIONRFQIFBRFP15. DELIVER TO CODE16. ADMINISTERED BYCODE17a. CONTRACTOR/OFFERORCODEFACILITY CODE18a. PAYMENT WILL BE MADE BYCODETELEPHONE NO.DUNS:DUNS+4:PHONE:FAX:17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKEDSEE ADDENDUM19.20.21.22.23.24.ITEM NO.SCHEDULE OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT(Use Reverse and/or Attach Additional Sheets as Necessary)25. ACCOUNTING AND APPROPRIATION DATA26. TOTAL AWARD AMOUNT (For Govt. Use Only)27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDAAREARE NOT ATTACHED.27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDAAREARE NOT ATTACHED28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________ 29. AWARD OF CONTRACT: REF. ___________________________________ OFFERCOPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED ________________________________. YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIEDSET FORTH HEREIN IS ACCEPTED AS TO ITEMS:30a. SIGNATURE OF OFFEROR/CONTRACTOR31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT)30c. DATE SIGNED31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT)31c. DATE SIGNEDAUTHORIZED FOR LOCAL REPRODUCTION(REV. 2/2012)PREVIOUS EDITION IS NOT USABLEPrescribed by GSA - FAR (48 CFR) 53.2127. FOR SOLICITATIONINFORMATION CALL:STANDARD FORM 1449OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS15552-18-3-5059-001136C25018Q074806-29-2018Jennifer Bowden jennifer.bowden@ 937-268-6511 x304107-13-201814:00 EST36C250Department of Veterans AffairsNCO 103140 Governor’s Place Blvd., Suite 210Kettering OH 45409-1337X100X561210$38.5 MillionXN/AX36C552Department of Veterans AffairsDayton VA Medical Center4100 West Third StreetDayton OH 45428-900036C250Department of Veterans AffairsNCO 103140 Governor’s Place Blvd., Suite 210Kettering OH 45409-1337 3600Department of Veterans AffairsFMS-VA-2(101)Financial Services CenterPO Box 149971Austin TX 78714-9971See CONTINUATION Page RFQ for Valet Parking @ Dayton VA Medical Center See PWS & Schedule for details100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SET-ASIDEQuotes are due no later than Friday Jul 13, 2018 @ 14:00 ESTSee CONTINUATION PageXXTable of Contents TOC \o "1-4" \f \h \z \u \x SECTION A PAGEREF _Toc256000000 \h 1A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS PAGEREF _Toc256000001 \h 1SECTION B - CONTINUATION OF SF 1449 BLOCKS PAGEREF _Toc256000002 \h 3B.1 CONTRACT ADMINISTRATION DATA PAGEREF _Toc256000003 \h 3B.2 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) PAGEREF _Toc256000004 \h 4B.3 SUBCONTRACTING COMMITMENTS--MONITORING AND COMPLIANCE (JUN 2011) PAGEREF _Toc256000005 \h 4B.4 PRICE/COST SCHEDULE PAGEREF _Toc256000006 \h 10ITEM INFORMATION PAGEREF _Toc256000007 \h 10SECTION C - CONTRACT CLAUSES PAGEREF _Toc256000008 \h 12C.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) PAGEREF _Toc256000009 \h 12C.2 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) PAGEREF _Toc256000010 \h 12C.3 VAAR 852.237-7 INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE (JAN 2008) PAGEREF _Toc256000011 \h 12C.4 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) PAGEREF _Toc256000012 \h 13SECTION E - SOLICITATION PROVISIONS PAGEREF _Toc256000013 \h 15E.1 52.212-2 EVALUATION—COMMERCIAL ITEMS (OCT 2014) PAGEREF _Toc256000014 \h 15E.2 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) PAGEREF _Toc256000015 \h 15SECTION B - CONTINUATION OF SF 1449 BLOCKSB.1 CONTRACT ADMINISTRATION DATA 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR:TBD b. GOVERNMENT: Adam Weber, Contracting Officer and Jennifer Bowden, Contract SpecialistDepartment of Veterans Affairs – NCO 103140 Governor’s Place Blvd., Suite 210Kettering, OH 45409-1337 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with 52.232-33, Payment by Electronic Funds Transfer—System for Award Management 3. INVOICES: Invoices shall be submitted in arrears per burial. 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests.Tungsten Network Client Services877-489-6135 va.registration@tungsten- B.2 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes FAR 52.219-14 Limitations on Subcontracting. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an “Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement” to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.B.3 SUBCONTRACTING COMMITMENTS--MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an “Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement” to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments.PERFORMANCE WORK STATEMENT (PWS)Contract Title: Valet Parking Services at Dayton VAMCBackground:To increase patient satisfaction with our Medical Center – Valet Parking Services are provided to assist the elderly and the frail with obtaining entrance to their healthcare as well as provide comfortable parking for their family members and visitors to hereby increase overall satisfactionScope:This solicitation is intended to result in the award of a firm-fixed price performance-based contract award. Any contract awarded from this solicitation will be evaluated on a “Best Value” basis. Best Value is defined as most advantageous to the Government, price and other factors considered. Offerors must submit information in addition to pricing data, including separate full technical proposal. This information is required to receive consideration for award. Additional guidelines for evaluation of proposals received n response to this solicitation are specified in FAR 52.212-2. All services shall be performed in accordance with industry standards, all terms, conditions, schedules, provisions and requirements of this solicitation and any resultant contract.The Department of Veterans Affairs Medical Center (Dayton, OH) has a requirement for Valet Parking to alleviate the parking problems experienced by Veteran patients and patient visitors at the facility. This is due to distance of available parking in relation to the hospital Main entrance. The contractor shall be completely liable and responsible for ticketing, securing keys, parking, delivery, and directing certain valet vehicles to and from the valet greeting areal, for the period specified in accordance with all terms, conditions, schedules, provisions, and requirements of this solicitation and any resultant contract. The contractor will be required to assess the current VA parking situation, and take into consideration all provided government space and equipment as described herein.The contractor shall operate from the hospital Main entrance driveway where contractor employees shall offer valet parking to Veteran patients who show patient identification and for patient visitors. The parking lot located west of Building 330 and 315 will be used for valet parking. There is an estimated 400 spaces and all parking areas are ground level there is no tiered parking. This area is used for some self-parked vehicles (including employees) on a first-come first-serve basis. A designated area for approximately 100 plus spaces will be identified for use exclusively for Valet. The contractor is needed to park and/or aid in parking to Veteran patients and patient visitors, five days per week between the ours of 07:00 to 17:00 EST.Upon award, the contractor shall be required to implement their proposed plan and carry it out on a day-to- day basis for the duration of the contract. The contractor shall have thirty (30) calendar days after this contract is awarded in which to set up operations, finalize staff requirements (including Government-administered background investigations), etc. At the end of this thirty (30) day period, at the latest, full operations are to begin.Specific Tasks:The contractor shall valet park vehicles for patients with appointments and patient visitors, except for those vehicles that the contractor deems appropriate for self-parking or vehicles whose patients/patients; caretakers request self-parking. Vehicles requiring Valet Parking shall be stopped by the contractor’s employee designated as a greeter, who will ask the drive for patient identification (VA Patient Data Card with photo) and the estimated time of departure. A claim check will be given to the driver. All vehicles parked by the contractor’s parking attendants shall be locked and secured. Drivers’ keys shall be secured at the valet booth. It is the contractor’s responsibility to refuse valet parking to VA employees, VA volunteers, contractors and /or vendors.The contractor is responsible for parking control and monitoring in the designated parking lots assigned to the operation by responding to alerts or emergencies, by aiding injured or stranded persons in emergency activity to the VA Police immediately. It is understood that the number of vehicles indicated herein are estimated quantities and may fluctuate during the contract period. Contractor shall provide enough staff to meet the needs of the VA. The contractor shall have management control of vehicles entering the designated valet parking area(s) to maximize space available and facilitate smooth operations.Patients driving buses or large vans shall be permitted to park their own vehicles in the area deemed to be most convenient and practical to the parking operations, as determined by the contractor’s parking attendant. The contractor shall be notified in advance of any dedicated events which might cause parking problems due to many visitors to the Medical CenterPerformance Monitoring:The contractor shall staff the valet parking operation with an appropriate number of employees as required demonstrating an efficient and safe operation. An efficient operation is defined as valet parking the vehicle within 10 minutes and retrieving the vehicle within 10 minutes 95% of the time. The contracting Officer’s Representative (COR) will audit the turnaround time to assure contractor compliance. The contractor’s ability to manage the traffic flow will be periodically audited to assure the contractor is putting the Veteran first and is providing a safe and efficient operation.Reports:The contractor shall submit monthly reports directly to the COR within five (5) days of the month’s end. Reports to the COR shall be hand delivered or emailed. The reports will include but not be limited to the followingSummary of the number of vehicles valet parked, by date and sorted by morning and afternoon. The report shall identify the peak hours during the day and how many cars were parked during those peak hours.A final summary sheet which will include the total number of vehicles from the lots utilized.The report will include a total number of VA patients who identified themselves as first time patients and therefore were not able to provide the required patient Identification.The report will indicate by date, any unusual events of the day. The contractor will include any incidents of accidents or special situations with patients, visitors, VA employees or VA volunteers.Report or incidents in which the assistance of the VA Police was requested.The reports must be legible and easy to understand. Reports should be signed by the Supervisor and/or authorized representative of the Contractor. Contractor may provide for approval a sample of the types of report forms used on similar projects.Security Requirements:Any claims or damages or missing/stolen property involving customers vehicles will be the responsibility of the contractor. The VA assumes no responsibility for any damage to the patron’s vehicles caused during the performance of the Contractor’s services or for any such claims. All contract employees must be covered by fidelity bonding. Contractor shall be held completely responsible for lost keys and any costs associated with the same. All customer claims shall be directed to and handled by the supervising contractor who will immediately notify the COR Corrective actions to resolve all claims shall commence immediately. All claims shall be settled within fourteen (14) working days, unless extenuating circumstances warrant additional time and is authorized by the Contracting Officer may withhold ernment-Furnished Equipment (GFE)/Government-Furnished Information (GFI):The Government will work with the contractor to establish the designated area for the contractor- provided booth for the valet parking operation at the Main hospital entrance of the medical center and to determine the specific wording of any signs uses as part of the valet parking operation.The Government will provide electrical power to the valet booth for contractor’s use.The Government will provide mandatory facility orientation training to all contracted employees assigned to this contract, to include HIPPA, health, fire and safety, and emergency procedures at the medical center.The Government will provide the contractor the use of VA Escort Service to be the main person responsible for making sure wheelchairs are available in the front lobby area for patient use. The valet parking staff should only minimally help the patients in and out of their vehicles. The valet parking staff should not transfer patients into chairs or take them to appointment destinations. The Government will provide suitable storage near the Main Hospital Entrance area for signs, wheelchair, etc., to meet daily operational needs.Training/Licenses:The VA Medical center will provide orientation training on VA policies and procedures. All parking attendants shall be required to attend a facility orientation program on fire and safety, health, HIPPA, Disaster procedures, reporting, contractor appearance and emergency procedures on a mutually agreed date. The initial training will be scheduled at a post award meeting to be conducted on a mutually agreeable date. Training for valet attendants hired thereafter will conduct within 30 days following issuance of the VA Medical Center identification badge. (Note: The 30day rules apply to all Valet Attendants hired after initial program implementation.)All contracted parking attendants must possess and maintain a valid State of Ohio driver’s license, and speak fluent English.The contractor is responsible for ensuring Contractor employees providing work under this procurement are fully trained and completely competent to perform the work. The Contractor must provide the Cor with copies of all training documents which establishes the attendant’s competence to perform the required duties at the VA Medical Center.The VA will monitor the contractor employees’ work to ensure contract compliance.Notwithstanding other contract requirements, upon request of the Contracting Officer, the Contractor will remove any contractor employee who does not comply with the requirements of this procurement, including orientation requirements and/or meeting competency requirements for the work being performed. The contractor is required to provide customer service training to contractor employees providing services under this procurement. Other Pertinent Information or Special Considerations:Background Screenings: In accordance with VHA Directive 0710 all contractor personnel providing services under this contract shall be the subject of a background screening and must receive favorable adjudication from the VA prior to contract performance. The level of screening for this contract is: SAC (Special Agency Check). Any employee whose background investigation yields unfavorable results is required to be removed from performance of this contract immediately.The parties agree that Contractor personnel shall not be considered VA employees or agents for any purpose and shall be considered employees of the Contractor.The contractor shall understand fully and relay to all employees performing services under this contract that nay crime or other legal infraction taking place on VA property is subject to prosecution at a Federal level.Contractor shall include specifics of a background investigation process in their proposal. At a minimum, this process shall mandate a check of the employee’s driving record, drug screen, and a check of the employee’s criminal record. The results of these screening should be made available to the Contracting Officer or COR upon request. NO CONTRACTOR EMPLOEES WILL BE EXEMPT FROM THIS REQUIREMENT. Any proposal that do not include this information will be ineligible for award. The contractor is to detail the complete background investigation process. But will not be required to submit any individual results with their proposal (though all employees hired by the contractor must be screened after award.)HHS/OIGTo ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act regarding federal healthcare programs, the contractor is required to check the Health and Human Services-Office of Inspector General (HSS/OIG), List of Excluded Individuals/Entities on the OIG Website (oig) for each person providing services under this contract. Further the Contractor is required to certify in its proposal that all persons listed in the contractor’s proposal have been compared against the OIG list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities.PolicyAll parking attendants shall be trained in providing excellent customer service demonstrating courtesy, kindness, and caring. Contractor’s employees shall be well groomed, neat and clean in appearance. The Medical Center reserves the right to deny any attendants inappropriately attired, etc., to work on VA property. The VA Medical Center is a drug free workplace. There will be NO SMOKING in VA Medical Center buildings, near entrances, the Valet vehicle drop off area or in vehicles being driven and parked by Valet attendants. Failure to comply with the VA “No Smoking” policy by attendants could result in a monetary fine of $250.00 for each offense and/or termination of the attendant’s eligibility to perform services under this contact on VA Medical Center properties. And to repeat, a “NO TIPPING” sign shall be furnished and installed by the contractor. No tipping shall be strictly enforced. Contractor’s employees are restricted from accepting tips of any kind.Proposed hours of operation are 07:00 to 17:00, EST Monday through Friday, excluding Federal Holidays and any other day specifically declared by the President of the United States to be a Federal Holiday. At 17:00, the contractor’s parking attendant shall turn over any keys of any vehicles still on the premises after valet parking hours to the VA Police. Owners of these vehicles will pick up their keys at the VA Police Dispatch Office located in Building 330, Room 1D-144, off the main lobby areaRisk Control:Contractor shall be required to provide and maintain insurance on all services and employees who will be providing services under this procurement. Insurance shall include but not be limited to the minimum amounts sated in this solicitation in accordance with the FGAR regulations including FAR 52.228-5, Insurance-Work on a Government installation, and VAAR 852.228-71, Indemnification and Insurance. Supplemental insurance requirements are as follows: Workers’ compensation and employer’s liability: Contractors are required to comply with applicable Federal and State worker’s compensation and occupational disease statutes. Anticipated amount is $100,000 Workers Compensation Each Accident and Each Employee/Valet and $500, 000 Workers Compensation Disease- Policy Limit or maximum allowed for the services being performed by law. Employer’s liability coverage of at least &100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers’ compensation to be written by private carriers.General Liability: $500,000 per occurrences.Automobile Liability: $200,000 per person; $500,000 per occurrences for bodily injury and $20,000 per occurrence for property damage.The contractor must provide the Contracting Officer insurance certificate(s) evidencing the required minimum coverage’s prior to commencing work under this contract. The Department of Veterans Affairs shall also be named as an additional insured on the above and the insurance must be maintained during the entire performance of the contract. The policy to provide that the VAMC will be notified at least thirty (3) days prior to any cancellation or reduction of coverage. As noted herein, the Contractor shall be held responsible for all claims or damages caused during the performance of the Contractor’s services.Place of Performance:Dayton VA Medical Center | 4100 W. Third St. | Dayton, OH 45428Period of Performance:Base Period: August 1, 2018 thru July 31, 2019Option 1: August 1, 2019 thru July 31, 2020Option 2: August 1, 2020 thru July 31, 2021Option 3: August 1, 2021 thru July 31, 2022Option 4: August 1, 2022 thru July 31, 2023B.4 PRICE/COST SCHEDULEITEM INFORMATIONITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQTYUNITUNIT PRICETOTAL PRICE0001Valet Parking Services Contract Period: BasePOP Begin: 08-01-2018POP End: 07-31-201912MO______________________1001Valet Parking Services Contract Period: Option 1POP Begin: 08-01-2019POP End: 07-31-202012MO______________________2001Valet Parking Services Contract Period: Option 2POP Begin: 08-01-2020POP End: 07-31-202112MO______________________3001Valet Parking Services Contract Period: Option 3POP Begin: 08-01-2021POP End: 07-31-202212MO______________________4001Valet Parking Services Contract Period: Option 4POP Begin: 08-01-2022POP End: 07-31-202312MO______________________GRAND TOTAL_____________SECTION C - CONTRACT CLAUSESC.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR NumberTitleDate52.212-1INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMSJAN 201752.212-3OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMSNOV 201752.212-4CONTRACT TERMS AND CONDITIONS—COMMERCIAL ITEMSJAN 201752.212-5CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMSJAN 201852.217-8OPTION TO EXTEND SERVICESNOV 1999C.2 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within thirty (30) days prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least thirty (30) days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years and six (6) months.C.3 VAAR 852.237-7 INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE (JAN 2008) (a) It is expressly agreed and understood that this is a non- personal services contract, as defined in Federal Acquisition Regulation (FAR) 37.101, under which the professional services rendered by the Contractor or its health-care providers are rendered in its capacity as an independent contractor. The Government may evaluate the quality of professional and administrative services provided but retains no control over professional aspects of the services rendered, including by example, the Contractor's or its health-care providers' professional medical judgment, diagnosis, or specific medical treatments. The Contractor and its health-care providers shall be liable for their liability-producing acts or omissions. The Contractor shall maintain or require all health-care providers performing under this contract to maintain, during the term of this contract, professional liability insurance issued by a responsible insurance carrier of not less than the following amount(s) per specialty per occurrence: state minimum. However, if the Contractor is an entity or a subdivision of a State that either provides for self-insurance or limits the liability or the amount of insurance purchased by State entities, then the insurance requirement of this contract shall be fulfilled by incorporating the provisions of the applicable State law. (b) An apparently successful offeror, upon request of the Contracting Officer, shall, prior to contract award, furnish evidence of the insurability of the offeror and/or of all health- care providers who will perform under this contract. The submission shall provide evidence of insurability concerning the medical liability insurance required by paragraph (a) of this clause or the provisions of State law as to self-insurance, or limitations on liability or insurance. (c) The Contractor shall, prior to commencement of services under the contract, provide to the Contracting Officer Certificates of Insurance or insurance policies evidencing the required insurance coverage and an endorsement stating that any cancellation or material change adversely affecting the Government's interest shall not be effective until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer. Certificates or policies shall be provided for the Contractor and/or each health- care provider who will perform under this contract. (d) The Contractor shall notify the Contracting Officer if it, or any of the health-care providers performing under this contract, change insurance providers during the performance period of this contract. The notification shall provide evidence that the Contractor and/or health-care providers will meet all the requirements of this clause, including those concerning liability insurance and endorsements. These requirements may be met either under the new policy, or a combination of old and new policies, if applicable. (e) The Contractor shall insert the substance of this clause, including this paragraph (e), in all subcontracts for health-care services under this contract. The Contractor shall be responsible for compliance by any subcontractor or lower-tier subcontractor with the provisions set forth in paragraph (a) of this clause.C.4 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Ohio. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.SECTION E - SOLICITATION PROVISIONSE.1 52.212-2 EVALUATION—COMMERCIAL ITEMS (OCT 2014)I.BASIS FOR AWARDThe Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. ?The following non-price factors, listed in descending order of importance, will be used to evaluate quotes: Quality Assurance Approach, Past Performance and Socioeconomic Consideration.? The non-price factors when combined are significantly more important than the Price Factor. It should be noted that award can be made to other than the lowest priced offeror, if the Government determines that a price premium is warranted due to merits of one (1) or more of the non-price factors. Price alone will not be the primary determining factor, and the eventual award will not be based on low price alone.II.FACTORS TO BE EVALUATEDNon-price Factors (in descending order of importance):Quality AssurancePast PerformanceSocioeconomic ConsiderationPrice FactorPriceQUALITY ASSURANCE EVALUATION APPROACHThe Quality Assurance approach will be based on the Contractor personnel promoting strong working relationships with the Government; adequately address and make efforts to resolve issues/problems concerning site employees; does the contractor show initiative; personnel courteous and responsive; contractor interface effectively with your staff. The following are the salient requirement characteristics:Describe the vehicles equipment to include safety restraining equipment; adequate first aid supplies; fire suppression equipment appropriate road emergency warning equipment; communication devices; written emergency procedure that are immediately accessible, concise and understandable to the persons operating the vehicles.Describe the Contractor’s on-going continuing education program to ensure drivers are provided the most current instructions in performing CPR, basic first-aid and perform universal precautions; the organization’s emergency procedures; the handling of accidents, road emergencies and use of road emergency equipment; proper techniques for handling physical limitations, cognitive issues and behavioral issues.Describe the Contractor’s ability to develop, manage and implement a record keeping system with ability to extract information when needed and develop reports and documents for dissemination to proper officials.Describe the Contractor’s continuous quality improvement program.PAST PERFORMANCE EVALUATION APPROACHThe Past Performance Approach will be evaluated based on the narrative, Past Performance Questionnaires (PPQs), and other Government sources for quality, timeliness, and relevance (i.e., experience in providing services similar in size, scope, and complexity as described in the PWS. The Government will make determination of relevance. ?SOCIOECONOMIC CONSIDERATIONSThe order of preference will be:Service-Disabled Veteran-Owned Small Business (SDVOSB)Veteran-Owned Small Business (VOSB)Non-Veteran Owned Small Business Offerors who are subcontracting with SDVOSB(s) or VOSB(s)Small Businesses (SB)Substantiating documents such as teaming agreements, Mentor Protégé agreements, and the like must be submitted with the offer. To receive credit as an SDVOSB or VOSB, an Offeror must be registered and verified in the Vendor Information Pages (VIP) database at at the time of award, in accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.215-70, and registered in System for Award Management (SAM) as required by 48 CFR Subpart 4.11, to be eligible to participate in VA VOSB prime contracting and subcontracting opportunities programs to receive new contract awards prior to December 31, 2014.Non-Veteran Owned Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts.? In addition, the proposed subcontractors must be registered and verified in the VIP database at in accordance with VAAR 852.215-70 and registered in CCR as required by 48 CFR Subpart 4.11, to be eligible to participate in VA VOSB prime contracting and subcontracting opportunities programs to receive new contract awards prior to December 31, 2011.To the maximum extent feasible, the contractor and any subcontractors shall comply with VA’s VOSB, SDVOSB, socioeconomic, and other small business goals, including, but not limited to, 38 U.S.C. §8127.The Offeror shall agree, if awarded a contract, to use the SDVOSB or VOSBs proposed as subcontractors or to substitute one or more SDVOSBs or VOSBs for subcontract work of the same or similar value.The VA will assign FULL evaluation credit for an Offeror (prime contractor) that is an SDVOSB or PARTIAL credit for a VOSB.? Non-Veteran owned firms that subcontract 7% or more of the contract value to a SDVOSB or 10% or more of the contract value to VOSB will also receive SOME evaluation credit.PRICE EVALUATION APPROACHThe Government will evaluate offers by adding the total of all line item prices, including all years. Price will not be evaluated adjectivally or assigned a score. The Government will evaluate price to determine if it is considered fair and reasonable. FAR 52.217-8 Option to Extend Services (Nov 1999). The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but for no more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8.b.Non-price factors when combined are significantly more important than price.c.A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), if there are negotiations after its receipt, unless a written notice of withdrawal is received before award.E.2 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984)Funds are not presently available for performance under this contract beyond July 31, 2023. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond July 31, 2023, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. ................
................

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

Google Online Preview   Download