Search Contract Opportunities

Courier Services Spokane MGVA   2

ID: 36C26020Q0332 • Type: Synopsis Solicitation

Description

36C26018Q0332 Page 2 of 20 This is a combined synopsis/solicitation for Courier Services, as prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. A firm-fixed price BPA is anticipated. FAR 13, Simplified Acquisition Procedures will be used. The solicitation number is 36C26020Q0332 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and the associated NAICS 492210 code has a small business size standard of $30 Million. The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages (VIP) database, (https://www.vip.vetbiz.gov). The Government is seeking a contract to acquire Courier Services. This solicitation is seeking to fulfill the statement of work. In the spirit of the Federal Acquisition Streamlining Act, the Department of Veterans Affairs (VA) and hereby enter into a cooperative agreement, otherwise referred to as a Blanket Purchase Agreement (BPA), to further reduce the administrative costs of acquiring supplies/services. The agreement details all items with accompanying prices and descriptions, which may be ordered under this BPA. All orders placed against this BPA are subject to the terms and conditions of all the clauses and provisions in full text or incorporated by reference in this document. The Contractor agrees to the following terms of a Blanket Purchase Agreement (BPA) EXCLUSIVELY WITH the Department of Veterans Affairs. The Government estimates, but does not guarantee, that individual BPA Orders placed against this Agreement may reach $10,000.00/per Order. The Government is obligated only to the extent of authorized purchases actually made under the BPA. This Order Limit may be increased by mutual agreement of the parties as necessary, in whole or part. The authorized Ceiling Limit of the Agreement is set at $500,000.00 over the period covered by the Agreement; this ceiling is also not a guarantee. The Ceiling Limit may also be raised in association with Order Limit increases or other conditions which, by mutual agreement of the parties, maybe considered necessary. Authorization for individual orders above the stated order and/or Ceiling Limits must be coordinated through the Contracting Officer before larger valued orders can be issued and prior to commencement of work. All unauthorized work, regardless of amount, will be processed through the ratification process. This BPA does not obligate any funds. The Government is obligated only to the extent of authorized orders actually issued under the BPA by the Contracting Officer. Orders will be placed against this BPA via e-mail, Electronic Data Interchange (EDI), FAX, or in hardcopy format. A list of personnel authorized to place orders will be provided by the Contracting Officer. Each individual BPA Order will describe the tasks, services and deliverables required. A summary invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period, identifying the delivery tickets covered therein, stating their total dollar value, and supported by receipt copies of the delivery tickets. The Government may extend the term of this BPA by written notice to the Contractor at any time prior to the expiration of the BPA, provided that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 10 days before the BPA expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended BPA shall be considered to include this option provision. PRICE/COST SCHEDULE ITEM UNIT NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT PRICE AMOUNT 0001 Courier Services for biological specimens, laundry, Estimated EA _ medical and office supplies to/from the Wenatchee, 264.00 WA CBOC and the Spokane, WA VAMC. The vendor shall invoice only for trips completed in accordance with the Statement of Work. Period of Performance: 5/1/2020 4/30/2021 0002 Courier Services for biological specimens, medical Estimated EA _ and office supplies to/from the Libby, MT RHC and 264.00 the Spokane, WA VAMC. The vendor shall invoice only for trips completed in accordance with the Statement of Work. Period of Performance: 5/1/2020 4/30/2021 0003 Courier Services for biological specimens, medical Estimated EA _ and office supplies to/from the Sandpoint, ID RHC 264.00 and the Spokane, WA VAMC. The vendor shall invoice only for trips completed in accordance with the Statement of Work. Period of Performance: 5/1/2020 4/30/2021 0004 Courier Services for biological specimens, medical and office supplies to/from the Coeur d'Alene, ID CBOC and the Spokane, WA VAMC. The vendor shall invoice only for trips completed in accordance with the Statement of Work. Period of Performance: 5/1/2020 4/30/2021 Estimated 264.00 EA _ 0005 ON CALL ONLY - STAT In accordance with the Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 15-mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Period of Performance: 5/1/2020 4/30/2021 Estimated 75.00 EA _ 0006 ON CALL ONLY - URGENT In accordance with the Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 15-mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Period of Performance: 5/1/2020 4/30/2021 Estimated 1.00 EA _ _ 0007 ON CALL ONLY - Routine In accordance with the Statement of Work, Courier Estimated 144.00 EA _ Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 15-mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Period of Performance: 5/1/2020 4/30/2021 0008 ON CALL ONLY - STAT In accordance with the Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 40-mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Period of Performance: 5/1/2020 4/30/2021 Estimated 45.00 EA _ _ 0009 ON CALL ONLY - URGENT In accordance with the Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 40-mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Period of Performance: 5/1/2020 4/30/2021 Estimated 1.00 EA _ 0010 ON CALL ONLY - Routine In accordance with the Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 40-mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Period of Performance: 5/1/2020 4/30/2021 Estimated 56.00 EA _ 0011 In accordance with the Statement of Work, Courier Services for mail, medical records and office supplies to/from the Mayfair Building and the Spokane, WA VAMC per facility listed in 5.1,Task 2 Location's and 5.2 Task 1Timetable/Deliverables. Period of Performance: 5/1/2020 4/30/2021 Estimated 264.00 EA _ 0012 ON CALL ONLY - Pharmacy In accordance with the Statement of Work, Courier Service Pharmacy pickup to/from facilities listed in 5.1 Task 4 and Spokane VAMC which are within a 15- mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Period of Performance: 5/1/2020 4/30/2021 Estimated 20.00 EA _ 1001 Courier Services for biological specimens, laundry, medical and office supplies to/from the Wenatchee, WA CBOC and the Spokane, WA VAMC. The vendor Estimated 264.00 EA _ shall invoice only for trips completed in accordance with the Statement of Work. Contract Period: Option 1 5/1/2021 4/30/2022 1002 Courier Services for biological specimens, medical and office supplies to/from the Libby, MT RHC and the Spokane, WA VAMC. The vendor shall invoice only for trips completed in accordance with the Statement of Work. Contract Period: Option 1 5/1/2021 4/30/2022 Estimated 264.00 EA _ 1003 Courier Services for biological specimens, medical and office supplies to/from the Sandpoint, ID RHC and the Spokane, WA VAMC. The vendor shall invoice only for trips completed in accordance with the Statement of Work. Contract Period: Option 1 5/1/2021 4/30/2022 Estimated 264.00 EA _ 1004 Courier Services for biological specimens, medical and office supplies to/from the Coeur d'Alene, ID CBOC and the Spokane, WA VAMC. The vendor shall invoice only for trips completed in accordance with the Statement of Work. Contract Period: Option 1 5/1/2021 4/30/2022 Estimated 264.00 EA _ 1005 ON CALL ONLY - STAT In accordance with the Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 15-mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Contract Period: Option 1 5/1/2021 4/30/2022 Estimated 75.00 EA _ 1006 ON CALL ONLY - URGENT In accordance with the Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 15-mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Contract Period: Option 1 5/1/2021 4/30/2022 Estimated 1.00 EA _ 1007 ON CALL ONLY - Routine In accordance with the Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 15-mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Contract Period: Option 1 5/1/2021 4/30/2022 Estimated 144.00 EA _ 1008 ON CALL ONLY - STAT In accordance with the Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 40-mile radius of Spokane VAMC. (NOTE: The location list is subject Estimated 45.00 EA _ to change with additions and deletions). Contract Period: Option 1 5/1/2021 4/30/2022 1009 ON CALL ONLY - URGENT In accordance with the Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 40-mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Contract Period: Option 1 5/1/2021 4/30/2022 Estimated 1.00 EA _ 1010 ON CALL ONLY - Routine In accordance with the Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 40-mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Contract Period: Option 1 5/1/2021 4/30/2022 Estimated 56.00 EA _ 1011 In accordance with the Statement of Work, Courier Services for mail, medical records and office supplies to/from the Mayfair Building and the Spokane, WA VAMC per facility listed in 5.1,Task 2 Location's and 5.2 Task 1Timetable/Deliverables. Contract Period: Option 1 5/1/2021 4/30/2022 Estimated 264.00 EA _ 1012 ON CALL ONLY - Pharmacy In accordance with the Statement of Work, Courier Service Pharmacy pickup to/from facilities listed in 5.1 Task 4 and Spokane VAMC which are within a 15- mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Contract Period: Option 1 5/1/2021 4/30/2022 Estimated 20.00 EA _ 2001 Courier Services for biological specimens, laundry, medical and office supplies to/from the Wenatchee, WA CBOC and the Spokane, WA VAMC. The vendor shall invoice only for trips completed in accordance with the Statement of Work. Contract Period: Option 2 5/1/2022 4/30/2023 Estimated 264.00 EA _ 2002 Courier Services for biological specimens, medical and office supplies to/from the Libby, MT RHC and the Spokane, WA VAMC. The vendor shall invoice only for trips completed in accordance with the Statement of Work. Contract Period: Option 2 5/1/2022 4/30/2023 Estimated 264.00 EA _ 2003 Courier Services for biological specimens, medical and office supplies to/from the Sandpoint, ID RHC and the Spokane, WA VAMC. The vendor shall invoice only for trips completed in accordance with the Statement of Work. Contract Period: Option 2 5/1/2022 4/30/2023 Estimated 264.00 EA _ 2004 Courier Services for biological specimens, medical Estimated EA _ and office supplies to/from the Coeur d'Alene, ID CBOC and the Spokane, WA VAMC. The vendor shall invoice only for trips completed in accordance with the Statement of Work. Contract Period: Option 2 5/1/2022 4/30/2023 264.00 2005 ON CALL ONLY - STAT In accordance with the Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 15-mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Contract Period: Option 2 5/1/2022 4/30/2023 Estimated 75.00 EA _ 2006 ON CALL ONLY - URGENT In accordance with the Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 15-mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Contract Period: Option 2 5/1/2022 4/30/2023 Estimated 1.00 EA _ 2007 ON CALL ONLY - Routine In accordance with the Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 15-mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Contract Period: Option 2 5/1/2022 4/30/2023 Estimated 144.00 EA _ 2008 ON CALL ONLY - STAT In accordance with the Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 40-mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Contract Period: Option 2 5/1/2022 4/30/2023 Estimated 45.00 EA _ 2009 ON CALL ONLY - URGENT In accordance with the Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 40-mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Contract Period: Option 2 5/1/2022 4/30/2023 Estimated 1.00 EA _ 2010 ON CALL ONLY - Routine In accordance with the Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 40-mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Estimated 56.00 EA _ Contract Period: Option 2 5/1/2022 4/30/2023 2011 In accordance with the Statement of Work, Courier Services for mail, medical records and office supplies to/from the Mayfair Building and the Spokane, WA VAMC per facility listed in 5.1,Task 2 Location's and 5.2 Task 1Timetable/Deliverables. Contract Period: Option 2 5/1/2022 4/30/2023 Estimated 264.00 EA _ 2012 ON CALL ONLY - Pharmacy In accordance with the Statement of Work, Courier Service Pharmacy pickup to/from facilities listed in 5.1 Task 4 and Spokane VAMC which are within a 15- mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Contract Period: Option 2 5/1/2022 4/30/2023 Estimated 20.00 EA _ 3001 Courier Services for biological specimens, laundry, medical and office supplies to/from the Wenatchee, WA CBOC and the Spokane, WA VAMC. The vendor shall invoice only for trips completed in accordance with the Statement of Work. Contract Period: Option 3 5/1/2023 4/30/2024 Estimated 264.00 EA _ 3002 Courier Services for biological specimens, medical and office supplies to/from the Libby, MT RHC and the Spokane, WA VAMC. The vendor shall invoice only for trips completed in accordance with the Statement of Work. Contract Period: Option 3 5/1/2023 4/30/2024 Estimated 264.00 EA _ 3003 Courier Services for biological specimens, medical and office supplies to/from the Sandpoint, ID RHC and the Spokane, WA VAMC. The vendor shall invoice only for trips completed in accordance with the Statement of Work. Contract Period: Option 3 5/1/2023 4/30/2024 Estimated 264.00 EA _ 3004 Courier Services for biological specimens, medical and office supplies to/from the Coeur d'Alene, ID CBOC and the Spokane, WA VAMC. The vendor shall invoice only for trips completed in accordance with the Statement of Work. Contract Period: Option 3 5/1/2023 4/30/2024 Estimated 264.00 EA _ _ 3005 ON CALL ONLY - STAT In accordance with the Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 15-mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Contract Period: Option 3 5/1/2023 4/30/2024 Estimated 75.00 EA _ 3006 ON CALL ONLY - URGENT In accordance with the Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities Estimated 1.00 EA _ _ listed in 5.1 Task 3 Locations within 15-mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Contract Period: Option 3 5/1/2023 4/30/2024 3007 ON CALL ONLY - Routine In accordance with the Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 15-mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Contract Period: Option 3 5/1/2023 4/30/2024 Estimated 144.00 EA _ 3008 ON CALL ONLY - STAT In accordance with the Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 40-mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Contract Period: Option 3 5/1/2023 4/30/2024 Estimated 45.00 EA _ 3009 ON CALL ONLY - URGENT In accordance with the Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 40-mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Contract Period: Option 3 5/1/2023 4/30/2024 Estimated 1.00 EA _ 3010 ON CALL ONLY - Routine In accordance with the Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 40-mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Contract Period: Option 3 5/1/2023 4/30/2024 Estimated 56.00 EA _ 3011 In accordance with the Statement of Work, Courier Services for mail, medical records and office supplies to/from the Mayfair Building and the Spokane, WA VAMC per facility listed in 5.1,Task 2 Location's and 5.2 Task 1Timetable/Deliverables. Contract Period: Option 3 5/1/2023 4/30/2024 Estimated 264.00 EA _ 3012 ON CALL ONLY - Pharmacy In accordance with the Statement of Work, Courier Service Pharmacy pickup to/from facilities listed in 5.1 Task 4 and Spokane VAMC which are within a 15- mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Contract Period: Option 3 5/1/2023 4/30/2024 Estimated 20.00 EA _ 4001 Courier Services for biological specimens, laundry, medical and office supplies to/from the Wenatchee, Estimated 264.00 EA _ WA CBOC and the Spokane, WA VAMC. The vendor shall invoice only for trips completed in accordance with the Statement of Work. Contract Period: Option 4 5/1/2024 4/30/2025 4002 Courier Services for biological specimens, medical and office supplies to/from the Libby, MT RHC and the Spokane, WA VAMC. The vendor shall invoice only for trips completed in accordance with the Statement of Work. Contract Period: Option 4 5/1/2024 4/30/2025 Estimated 264.00 EA _ 4003 Courier Services for biological specimens, medical and office supplies to/from the Sandpoint, ID RHC and the Spokane, WA VAMC. The vendor shall invoice only for trips completed in accordance with the Statement of Work. Contract Period: Option 4 5/1/2024 4/30/2025 Estimated 264.00 EA _ 4004 Courier Services for biological specimens, medical and office supplies to/from the Coeur d'Alene, ID CBOC and the Spokane, WA VAMC. The vendor shall invoice only for trips completed in accordance with the Statement of Work. Contract Period: Option 4 5/1/2024 4/30/2025 Estimated 264.00 EA _ 4005 ON CALL ONLY - STAT In accordance with the Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 15-mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Contract Period: Option 4 5/1/2024 4/30/2025 Estimated 75.00 EA _ 4006 ON CALL ONLY - URGENT In accordance with the Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 15-mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Contract Period: Option 4 5/1/2024 4/30/2025 Estimated 1.00 EA _ 4007 ON CALL ONLY - Routine In accordance with Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 15-mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Contract Period: Option 4 5/1/2024 4/30/2025 Estimated 144.00 EA _ 4008 ON CALL ONLY - STAT In accordance with the Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 40-mile radius of Estimated 45.00 EA _ Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Contract Period: Option 4 5/1/2024 4/30/2025 4009 ON CALL ONLY - URGENT In accordance with the Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 40-mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Contract Period: Option 4 5/1/2024 4/30/2025 Estimated 1.00 EA _ 4010 ON CALL ONLY - Routine In accordance with the Statement of Work, Courier Service radiology pickup from Radiology Reception, 2nd Floor, Building 1 of Spokane VAMC to facilities listed in 5.1 Task 3 Locations within 40-mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Contract Period: Option 4 5/1/2024 4/30/2025 Estimated 56.00 EA _ 4011 In accordance with the Statement of Work, Courier Services for mail, medical records and office supplies to/from the Mayfair Building and the Spokane, WA VAMC per facility listed in 5.1,Task 2 Location's and 5.2 Task 1Timetable/Deliverables. Contract Period: Option 4 5/1/2024 4/30/2025 Estimated 264.00 EA _ 4012 ON CALL ONLY - Pharmacy In accordance with the Statement of Work, Courier Service Pharmacy pickup to/from facilities listed in 5.1 Task 4 and Spokane VAMC which are within a 15- mile radius of Spokane VAMC. (NOTE: The location list is subject to change with additions and deletions). Contract Period: Option 4 5/1/2024 4/30/2025 Estimated 20.00 EA _ GRAND TOTAL STATEMENT OF WORK Contract Title. Courier Service to provide pickup and delivery between VA Rural Health Clinics (RHC), Community Based Outpatient Clinics (CBOC), Mayfair Building, various local area medical facilities and the Mann-Grandstaff VA Medical Center. Background. Service is required to ensure the timely delivery of clinical specimens, office records and small packages between outlying locations and Mann-Grandstaff VA Medical Center. Scope. The contracted service will pick up laboratory specimens from specific clinic laboratories and deliver them by the most expeditious means to the parent laboratory in the Mann-Grandstaff VA Medical Center. Additionally, the service will transport distribution items, medical records and mail between the locations listed in Tasks. Services to be furnished under this contract shall be in accordance with the standards, clauses and provisions of this document. The initial contract period shall be from the date of contract award with Base Year, May 1, 2020 through April 30, 2021 and four (4) one-year options for renewal through April 30, 2025. Specific Tasks. Task 1 Locations Deliverables: The contractor will provide the necessary number of vehicles and drivers to conduct laboratory specimen pick-up and delivery operations for the following (current and subject to change) locations: Mann-Grandstaff VA Bldg. 1, Rm. 200 & B014 & Warehouse Bldg. 14 4815 N Assembly Spokane WA 99205 509-434-7000 Wenatchee CBOC 2530 Chester-Kimm Rd. Wenatchee WA 98801 509-663-7615 Libby RHC 211 E. 2nd St. Libby, MT 59923 406-293-8711 Sandpoint RHC Coeur d Alene CBOC Kaniksu Health Services 915 West Emma 30410 Highway 200 Coeur d Alene, ID 83815 Ponderay ID 83852 208-665-1700 208-263-0450 The contractor will provide transport of distribution items, medical records and mail from Mann-Grandstaff VAMC to: Mayfair Building 6002 N. Mayfair Spokane WA 99207 Wall Location 8524 N Wall St Spokane WA 99208 The contractor will provide (when requested) radiology pickup from Radiology Reception, 2nd Floor, Building 1, Mann-Grandstaff VAMC to the following (not inclusive and subject to change) local (40-mile radius) facilities: Inland Imaging - SHMC 105 W 8th Ave. #100C ATTN: Chris Duclose Spokane, WA 99204 Inland Imaging Spokane Valley Center 12420 E. Mission Ave. Spokane Valley, WA 99216 Inland Imaging - HFH 5715 N Lidgerwood St. Spokane, WA 99208 Spokane Valley Hospital 12606 E. Mission Ave. Spokane Valley, WA 99216 Kootenai Medical 700 W Ironwood Dr. Coeur d Alene, ID 83814 Spokane Critical Care 12615 E. Mission Spokane Valley, WA 99216 Cancer Care Northwest 602 S. Sherman Spokane, WA 99202 Cancer Care Northwest 605 E. Holland #100 Spokane, WA 99218 Cancer Care Northwest 910 W 5th Ave #102 Spokane, WA 99204 Rockwood Neurosurgery Rockwood Main Clinic Rockwood Pulmonary 801 W. 5th Ave, Suite 525 ATTN: Chris Weeks 910 W. 5th Ave, Suite 1001 Spokane, WA 99204 400 E. 5th AVE Spokane, WA 99204 Spokane, WA 99202 Providence Orthopedics Providence Orthopedics Providence Orthopedics 212 E Central Ave. #245 820 S McClellan St. #300 16528 E. Desmet Ct Spokane, WA 99208 Spokane, WA 99204 Suite A2200 Spokane Valley, WA 99216 Alpine Orthopedics & Inland Neurosurgery and Spine Spine 212 E. Central Ave. #365 105 W 8th Ave Ste 200 Spokane, WA 99208 Spokane, WA Outside normal business hours the pickup and return location is: Mann-Grandstaff VA Medical Center Bldg. 1, 1st Floor, Rm D122 -- ATTN: Administrative Officer of the Day (AOD) 4815 N. Assembly Rd. Spokane, WA 99205 The contractor will provide (when requested) from the AOD pickup and delivery to the Mann-Grandstaff VA of pharmacy items from the below locations outside normal business hours: Holy Family Hospital Deaconess Medical Center Sacred Heart Medical Center Attn: Pharmacy Attn: Pharmacy Inpatient Pharmacy Main 5633 N. Lidgerwood St. 800 W. 5th Ave. Bldg. -L3 Spokane, WA. 99208 Spokane, WA 99204 Attn: Lacey (509) 482-2261 (509) 458-5800 101 W. 8th Ave. Spokane, WA 99204 (509) 474-3131 Task 2 Timetable Deliverables: Clinical specimen pickup (B200) will be Monday thru Friday, excluding Federal Holidays, at minimum, but not limited to, once per day for each clinic. Estimated 20-23 pickup times per month, depending on Federal Holiday dates. Pick up times from Mann-Grandstaff VA Laboratory and Warehouse Bldg. 14 is to occur before departing to each above listed location in 5.1 Task 1. Pick up times from each of the above RHC and CBOC locations are to occur no earlier than 1530 (3:30pm) each day. Facilities close at 1630 (4:30pm). Delivery to the Mann-Grandstaff VA Medical Center Laboratory, Building A Room 200 (2nd floor) 4815 N Assembly St. Spokane WA 99205 is to occur no later than 2030 (8:30pm) each day. Medical supply pickup (Warehouse Bldg. 14) will be Monday thru Friday, excluding Federal Holidays, once per day for each clinic. Estimated 20-23 pickup times per month, depending on Federal Holiday dates. Pick up times from Warehouse Bldg. 14 is to occur before departing to each above listed location in 5.1 Task 1. Delivery to the Mann-Grandstaff VA Medical Center Laboratory, Building A Room 200 (2nd floor) 4815 N Assembly St. Spokane WA 99205 is to occur no later than 2030 (8:30pm) each day. Contractor shall provide courier service for medical records, mail/distribution from the Mayfair Building to Wall Location, listed in 5.1 Task 2 and return, Monday-Friday, excluding Federal Holidays. The contractor shall pickup items for the Mayfair Building at the Mailroom (B014) at the Mann-Grandstaff VA for delivery to the Mayfair Building each morning. Pickup/Drop off times from Mayfair Building shall be between 9:00am and 11:00am and continue on to the Wall location. Contractor shall provide courier service for medical records, mail/distribution from the Wall Location to Mann-Grandstaff VA, listed in 5.1 Task 2 and return, Monday-Friday, excluding Federal Holidays. The contractor shall pickup items for the Wall Location at the Mailroom (B014) included in the Mayfair mail bag at the Mann-Grandstaff VA for delivery to the Mayfair Building then on to Wall Location each morning and return with items from the Wall Location to drop off at the Mailroom (B014). Pickup/Drop off times from Wall Location to the Mann-Grandstaff VA is to be no later than 12:00pm. Contractor shall provide (when requested) courier service for radiology records from Mann-Grandstaff VA Radiology Department to locations listed in 5.1 Task 2 and return to Mann-Grandstaff Monday thru Friday each week during the hours of 7:30am to 5:30pm, excluding federal holidays. Up to (but not limited to) 120 STAT requests 120 ROUTINE requests to and/or from locations listed. The contractor shall maintain service availability during these service hours at 98% uptime. Discs will be delivered/received in addressed, sealed packaging and remain sealed at all times during transport. Each request will start/finish on the same day. At no time shall the contractor pick up a disc and deliver it the next day or later. Any service outages greater than 1 day shall be reported VA Radiology Point of Contact via email/phone. Additionally, contractor shall provide service (when requested) on a STAT basis, Monday to Friday from 5:30pm to 7:30am and including 24-hour availability on all weekends and Holidays. The Contractor shall provide courier service for Pharmacy, not to exceed 20 times per year, to borrow items from locations listed in 5.1 Task 4. Contractor shall pick up a VA owned lockable mailbag from the AOD located at Mann Grandstaff VA, Building 1, Room D122. Contractor will then return the locked mailbag and a carbon copy sign off delivery receipt to the AOD at the same location. If the contractor fails to furnish the required services within the time frames established, the Department of Veterans Affairs reserves the right to obtain the service from another source and to charge the contractor with any excess cost which may result thereof. Inclement Weather Provision - The Contractor shall contact the Mann-Grandstaff point of contact or designee when the Contractor feels that weather indicates adjustment of scheduled pick up/deliveries. Task 3 Conditions Deliverables: Contractor must be a courier company with a state license and carry a minimum of $1,000,000 liability insurance. Copy of proof of insurance must be provided to the contracting officer within 10 days of contract award. Contractor must provide a list of names and contact phone numbers of all personnel performing services under this contract to the contracting officer within 10 days of contract award and will update within 5 days during the contract period of any changes in this list. All personnel providing services under this contract must have two-way radios, cellular phones or pagers for communication purposes. Contractor shall assure the contract officer, drivers and alternates are able to read, write, speak and understand English. Contractor personnel shall present a neat appearance and wear identification badge Contractor must assure personnel are trained on how to clean up a biological hazard spill and have Personal Protective Equipment and spill kit in the vehicles, as required by the Department of Transportation (DOT) for carriers that transports patient, clinical or diagnostic specimens (referred to as Biological Substances, Category B since 2007 DOT). Contractor must provide evidence that personnel (drivers) valid Driver s License, privacy training, and documentation of training on handling Biological Substances, Category B to the contracting officer within 10 days of award of the contract. And within 5 days of hiring for personnel hired during the term of the contract. All items must be transported in accordance with all local, state and federal regulations, including any specified regulations for bio-hazardous materials. The Contractor shall furnish all supervision, labor, materials (i.e. Dry ice), equipment (i.e. lockable cooler), vehicles, meals, and other related items necessary to perform clinical specimen courier services as described herein. Laboratory Specimens are bodily fluids such as blood, urine and stool will be properly packaged by Government personnel for transportation and will be placed in the transport container. These are hazardous materials must be secured by the contractor so as to not move in the vehicle. Specimen integrity must be preserved and accommodations to transport room temperature, refrigerated and frozen specimens must be maintained, thus no sample transport containers are to be left unattended or unlocked while specimens are present. All vehicles shall have heating and air conditioning to maintain a temperature between 65 and 85 degrees Fahrenheit. The containers are engineered for safe storage within this range for a short period of time. Vehicles shall not be left in extreme heat or cold while specimens are being transported. Contractor vehicles must be maintained in a sanitary clean condition, absent of foreign debris and contaminants. The vehicles must be in excellent working condition with all doors and trunks able to fully close and lock. Contractor shall assure that all items are delivered without spoilage/damage from temperature conditions, rough handling and /or negligence. Contractor will not be paid for transports that result in damaged specimens and will be charged for actual cost of loss to the Government. Delivery items shall not be kept in the possession of the contractor overnight. In case of failure to arrive at the destination, the courier shall deliver all items to the AOD. The contractor shall be required to maintain a record log of courier pickups and deliveries, indicating time and date of pickups, number and description of items from each location along with signatures. This information will be duplicated on the contractor s invoice. The contractor shall provide this information to the contracting officer or Mann Grandstaff VA Point of Contact upon request. Medical and office supplies will be in cardboard boxes/paper bags weighing no more than 30 lbs each and no more than 10 boxes per day. Medical records, mail/distribution will be in VA owned lockable bags. Radiology STAT requests require a less than or equal to 2-hour response time. Radiology ROUTINE requests should be actioned the same day of the request. Each delivery location shall be priced on a fixed-price, per-trip basis independent of another. Points of Contact Laboratory: Audrey.Garbe-Ruddach@va.gov, phone: (509)434-7563 Wendy.Frankel@va.gov, phone: (509)434-7565 Robert.Corcoran@va.gov, phone: (509)434-6430 Mayfair: Jan.Pennock@va.gov, phone: (509)484-7968 Wall: Amiee.Swanson@va.gov, phone: (509)434-7516 Radiology: Deborah.Patterson2@va.gov, phone: (509)434-7038 Randall.Barkley@va.gov, phone: (509)434-7356 AOD: a. Phone: (509)434-7010 Performance Monitoring All complaints will be investigated. TASK REQUIRED SERVICE (Performance Requirements) Substandard (Performance Standards) ACCEPTABLE QUALITY LEVEL (AQL) METHOD OF SURVEILLANCE (Quality Assurance) PERCENTAGE REDUCTION IF EXCEED AQL 1 Monthly billing correct rates, dates and descriptions Incorrect billing statements 0% - No deviation allowable VA POC Monitoring NA bill will be rejected 2 Material/ Specimen pickup service delayed (not weather related) Arriving at the facility locations after stated closing time 0% - No deviation allowable VA Laboratory POC Monitoring 5% of Daily rate (Daily rate will be calculated based on the monthly rate divided by the number of operational days) per site. 3 Radiology service availability 98% during requested hours Service not available 98% of time requested 0% - No deviation allowable VA Radiology POC Monitoring 5% of Daily rate (Daily rate will be calculated based on the monthly rate divided by the number of operational days) per site. Security Requirements The contractor shall ensure the confidentiality of all patient information associated with medical specimens/records being transported and will be held liable in the event of a breach of confidentiality. The contractor shall comply with the provisions of the Federal Privacy Act of 1974 (Public Law 93-579). Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). Lockable mail bags. Risk Control All clinical specimens should be treated as infectious and will be located in locked storage boxes, prepared by the RHC and CBOC staff. Medical records/office mail will be transported in lockable mail bags. FAR Clauses & Provisions The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 2018) FAR 52.212-2 Evaluation-Commercial Items (Oct 2014) The Government will award a BPA resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest price. The following factors shall be used to evaluate offers: Price; General Standards of Responsibility Past Performance. Options. The Government will evaluate offers for award purposes by adding the total price for all options (to include the price for an additional 6 months of the final year) to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, 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), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ADDENDUM TO 52.212-2: BASIS OF AWARD COURIER SERVICES for the DEPARTMENT OF VETERANS AFFAIRS, MANN-GRANDSTAFF VA MEDICAL CENTER Quotes Are Due: No Later Than 24 April 2020 at 1:00 PM Mountain Time. PREPARATION OF OFFERS FOR EVALUATION Contract Type: This BPA will be firm fixed price. The Government intends to select one offeror to award a BPA for this solicitation. Please note the following changes, clarifications, or additions to the terms in various provisions and clauses included in this solicitation. Responsive and Responsible: This is a best value negotiated acquisition based on Price-Only. A single offeror will be selected who is deemed responsive and responsible in accordance with the Federal Acquisition Regulation (FAR) 9.104-1, whose offer conforms to the Request for Quote (RFQ) requirements and who has acceptable or neutral past performance. Options: This requirement includes option years, e.g., which may or may not be exercised by the Government. If exercised, the contractor will perform all services in accordance with their proposal plan and price. The Government makes no guarantee that any or all of the option items will be exercised after completion of the initial phase of this requirement, represented by CLIN 0001 through 0012. Firm Fixed-Price Contract: A written notice of award or acceptance of an offer, emailed or otherwise furnished to the successful offeror within the time for acceptance specified in the solicitation, shall result in a 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), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. SAM Registration: Offeror must be registered in the System for Award Management (SAM). No contract will be entered into with an unregistered contractor. Internet access allows you to register by completing an electronic on-line registration application at the following website: https://www.sam.gov. On-line Representations and Certifications (ORCA) may also be filled out at this website. Quote Preparation Instructions: Specific Instructions: All offers shall be legible and prepared in the following general format to be properly evaluated. A cover sheet with the company s name, address and telephone number, RFQ number, title of the RFQ and the original date of submittal. Format Part I - Price: Insert quoted pricing in the table located on pages 3 through 11. (Current Wage Determinations under the Service Contract Act will be used) Part II - General Standards of Responsibility: Responsibility will be determined by evaluation of the following factors: Factor 1 Vendor shall provide the estimated number of people to be employed and where the vendor Point of Contact will be located. Factor 2 - Vendor shall provide information on the travel routes the couriers will take to the various locations listed in the Statement of Work, Specific Tasks , 4.1 Task 1 Location Deliverables with estimated travel time and include alternate routes with estimated travel time to these locations due to weather and/or road conditions. Factor 3 - Vendor shall show how they will deal with primary vehicle not being able to start or complete courier route and what their alternative is to getting samples picked up and delivered to Spokane VA Medical Center. Factor 4 - Vendor shall show they have appropriate vehicles that are licensed to provide this courier service. Factor 5 - Vendor shall show how they will be able to transport up to 10 boxes, (weighing up to 30 pounds each) of supplies in their vehicle to the various locations listed in the Statement of Work, Specific Tasks , 4.1 Task 1 Location Deliverables. Factor 6 - Vendor shall show how they will keep dirty laundry from Wenatchee CBOC coming into contact with lab samples. (Note: dirty laundry will be in a large gray tub for transport) Factor 7 - Vendor shall provide a listing of any other equipment, tools, etc. that may be needed for this contract. All factors will be rated as PASS/FAIL . A rating of Fail will be cause for rejection of the offer. The Offeror must clearly demonstrate that it has the capabilities to perform this service. Part III - Past Performance: Offeror shall submit the name of the company, telephone number and point of contact for a minimum of three (3) recent and relevant contracts that show past performance information on the same type of contract as is proposed here. If the offeror has no past performance information on this type of contract, the offeror shall specifically state that it has no such past performance. The Government reserves the right to obtain past performance information from other sources. The past performance information shall include the following: Name of contracting activity(ies); Contract number(s); Contract type(s); Total contract value(s); Brief statement of contract work performed with contract performance period(s); Name, telephone and fax numbers, and email addresses of the subject contract(s) Contracting Officer(s), Contracting Officer s Representatives(s), and Program Manager(s). (End of Provision) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Dec 2019), applies to this acquisition and the following clauses and instructions are added as addenda: Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018), applies to this acquisition and the following clauses and instructions are added as addenda: CLAUSES 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52-217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.219-8 Utilization of Small Business Concerns (Oct 2018) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 852.203-70 Commercial Advertising (May 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jul 2019) VAAR 852.219-74 Limitations to Subcontracting-Monitoring and Compliance (Jul 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2018) VAAR 852.273-74 Award without Exchanges (Jan 2003) PROVISIONS 52.204-7 System for Award Management (Oct 2018) 52.204-16 Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Oct 2019). 11. PROPOSAL DUE DATE: Proposal must be emailed to c raig.wagstaff@va.gov and received no later than 1:00 p.m. Mountain Time on 24 April 2020. NO LATE QUOTATIONS WILL BE ACCEPTED.

Overview

Response Deadline
April 24, 2020, 12:00 a.m. EDT Past Due
Posted
April 14, 2020, 2:29 p.m. EDT
Set Aside
Service Disabled Veteran Owned Small Business (SDVOSBC)
Place of Performance
SPOKANE VA MEDICAL CENTER (SVAMC);4815 NORTH ASSEMBLY STREET;SPOKANE, WA 99205;&;OUTLING AREAS ASSOCIATED WITH SVAMC 99205 United States
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Vehicle Type
Blanket Purchase Agreement
On 4/14/20 VISN 20: Northwest Network issued Synopsis Solicitation 36C26020Q0332 for Courier Services Spokane MGVA due 4/24/20. The opportunity was issued with a Service Disabled Veteran Owned Small Business (SDVOSBC) set aside with NAICS 492210 (SBA Size Standard $34 Million) and PSC R602.
Primary Contact
Name
Craig Wagstaff craig.wagstaff@va.gov   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 36C26020Q0332

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 36C26020Q0332

Award Notifications

Agency published notification of awards for Synopsis Solicitation 36C26020Q0332

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation 36C26020Q0332

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 36C26020Q0332

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 36C26020Q0332

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 260-NETWORK CONTRACT OFFICE 20 (36C260)
FPDS Organization Code
3600-00260
Source Organization Code
100186526
Last Updated
May 8, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
May 8, 2020