Www.vendorportal.ecms.va.gov



Why has the contract been re-solicited on FBO? Response- This is a new contract in order to bill under each respected department.?Projected needs and costs have changed since prior contract.Have there been any changes to the current contract??Response- Additional services identified with courier service lines at the KC VAMC.How many drivers are currently being used? Response- Projected by vendor. One driver may service multiple CBOC facilities in a single route.Will the VA supply coolers and ice packs?Response- Yes. The KC VAMC will provide coolers and ice packs for refrigerated items.If it is the contractor’s responsibility, what size coolers are recommended and how many per CBOC? Response- Lab supplies the large courier bags on wheels 2 per CBOC site.Will dry ice need to be supplied by the contractor? Response- NoWhat size vehicle is required? Response- Standard passenger vehicle should work, no freight or pallets.How long is the process to receive a PIV badge? Response- The selected Vendor will work with the COR at time of award for to secure all necessary security requirements necessary to perform the required services. Temporary badges or accommodations will utilized to ensure continuity of service while permanent badges are being processed. In regard to the clinical supplies and administrative materials:What is the expected quantity for pick up? Response-Up to 10 ream paper box size, 1-2 courier bags per CBOC, misc. items for clinic needs. Are the items bulky/in large boxes? Response- Occasionally 1-2 items point of care reagent items. Misc. boxed items and/or coolers 12x16x24 or smaller. What is the expected weight of supplies?Response- From .5 lb. up to 25 lbs.Will there be any need to transport SPS? Response- NoPage 14 #2 states Non-Scheduled Services. Can the price sheet be updated to reflect those CLINS?Response- CLINS are identified by type of service, pricing is provided by vendor in their proposal (cost per mile/trip/etc.)How many non-scheduled/stat runs are anticipated daily/weekly? Response- 3-5/week (Mon-Fri)How many stats are expected during after-hours and weekends? Response- 1 to 10 per week as identified (estimated).How many pickups are expected to originate at KCVAMC and how many are expected to originate at other locations?Response- Courier bags from each CBOC sites picked up from KCVAMC in the? morning and courier backs returned to KCVAMC in the afternoon from each CBOC sites. 99% of Pharm pickups originate at the KC VAMC, occasional return trips are requested from the delivery location (rare).Page 15 #7, are there any specific licenses needed for what our couriers are transporting? Response- State Driver’s License. Will there be more of a specific set time materials will be picked up at KCVAMC for each CBOC? Response- No, varying times between 8am and 4 pm most activity. This was dependent on the Lab & PC pickup times based on the last scheduled patient of the day in past contracts.14. The statement of work section B, subchapter B(2) states: ?“Non-schedule Services (CLINs x009 through x012 in the Price Schedule): courier services will be furnished twenty-four hours a day, seven days a week (24/7) on an as needed basis and with little or no advance notice given.” Can you please give an estimate on the frequency of non-scheduled services per year?Response- 3-5/week (Mon-Fri) Approximately 260 time a year What was the cost of the final full option year of the previous contract?Response- The previous Contract number is VA25517C0205. Please use to assist in market research. How many drivers/vehicles are currently used to service the current contract?Response-This will be projected by vendor. One driver may service multiple CBOC facilities in a single route.What are the vehicle sizes required?Response- Standard passenger vehicle should work, no freight or pallets.18. Will dry ice be needed for specimen transport? Is it the responsibility of the contractor to provide dry ice? Response- The KC VAMC will provide coolers and ice packs for refrigerated items.Can you confirm if there will be any STAT runs required for this contract, and what is the estimated frequency and mile range for the runs and “to be determined” locations?Response- 3-5/week (Mon-Fri)KCVAMC, and the CBOCs located at:(A). 702 East Young Street, Warrensburg, MO 64093.(B). 209 Cunningham Industrial Parkway, Belton, MO 64012.(C). 501 South Hospital Drive, Paola, KS 66071.(D). 322 South Prewitt, Nevada, MO 64772.(E). 1111 Euclid, Cameron, MO 64429.(F). 197 South McCleary Road, Excelsior Springs, MO 64024.(G). 10500 Mastin Street, Overland Park, KS 66212.(H). 4251 Northern Avenue, Kansas City, MO 64133.(I). 6830 Anderson Street, Shawnee, Kansas 66226For exact mileage please utilize to determine all actual mileages when submitting quotes. Regarding specific personnel and vehicles to perform and their documentation: 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. Will you be accepting this documentation after the award? Response - It is the Vendor’s responsibility to determine the time and type of vehicle to be utilized after award. It is expected that Vendor will be prepared and ready to perform the requested services at time of award. Standard passenger vehicle should work, no freight or pallets.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? Response- Potential vendors must fill out all requested CLINs in section B.2 Price/Cost Schedule however vendor may submit additional information for clarity.Will this contract be SCA enforced? After reviewing the solicitation on FBO, it contains language and dollar values regarding the Service Contract Act. Can you verify that the minimum required? wage will be $14.58, $15.24, $14.29, and H&W of $4.22? Response- Yes, it is expected that the vendor adheres to all Service Contract Act determinations. Please see the Wage Determinations that were attached to the posted RFQ. SBA Final Rule regarding FAR Clause 52.219-14 Limitations on Subcontracting, dated June 30, 2016, reclassifies Independent Contractor drivers as Subcontractors — 13 CFR 125.6 “Work performed by an independent contractor shall be considered a subcontract.” Please inform us how the VA would like us to proceed upon award regarding this rule change given that it will affect our offer regarding pricing and performance.Response- The vendor is still responsible for performing 50% of the work and it is the vendors responsibility to determine this factor into their submission of this RFQ. ................
................

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

Google Online Preview   Download