Posted: Jan. 27, 2025, 2:25 p.m. EST
Please see attached SF 30 Amendment document.
Posted: Nov. 26, 2024, 9:30 a.m. EST
Posted: Nov. 15, 2024, 8:14 a.m. EST
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number 36C25725Q0086 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-06. The NAICS Code for this request for quotes is 492110 (1,500 Employees). A total Service Disable Veteran-Owned Small Business (SDVOSB) set-aside is used for this solicitation. The items being requested are as follows, where X represents each base and option period: Line Items Description Quantity Unit of Measure X001 Lab Courier Service: FWOPC to Dallas VA Medical Center 264 TRP X002 Lab Courier Service: Garland to Dallas VA Medical Center 264 TRP X003 Lab Courier Service: Grand Prairie to Dallas VA Medical Center 264 TRP X004 Lab Courier Service: Plano to Dallas VA Medical Center 264 TRP X005 Lab Courier Service: Polk Street to Dallas VA Medical Center 264 TRP X006 Lab Courier Service: Routine Daily UTSW Drop Off from Dallas VA Medical Center 265 TRP X007 Lab Courier Service: Sam Rayburn to Dallas or Vice Versa 24 TRP X008 Lab Courier Service: Dallas to UTSW (Intermittent) 24 TRP X009 Lab Courier Service: FWOPC to Dallas or Vice Versa (Intermittent) 24 TRP The items being requested are for courier services for the VA North Texas Healthcare System (VANTHCS). Services are to be provided for multiple locations within the VANTHCS. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The evaluation criteria are technical acceptability, past performance, and price. See attached RFQ document for details. Offerors are to provide a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. There are no addenda to this clause. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses cited in this clause are applicable: FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) FAR 52.204 23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (DEC 2023) FAR 52.204 25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (NOV 2021) FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) FAR 52.233-3, Protest After Award (Aug 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (NOV 2021) FAR 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023) FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontractor Awards (JUN 2020) FAR 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) FAR 52.219-8, Utilization of Small Business Concerns (SEP 2023) FAR 52.219-14, Limitations on Subcontracting (OCT 2022) FAR 52.219 27, Notice of Set-Aside for, or Sole-Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (FEB 2024) FAR 52.219-28, Post Award Small Business Program Rerepresentation (MAR 2020) FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015) FAR 52.222 26, Equal Opportunity (SEP 2016) FAR 52.222-35, Equal Opportunity for Veterans (JUN 2020) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-37, Employment Records on Veterans (JUN 2020) FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) FAR 52.222-50, Combating Trafficking in Persons (NOV 2021) FAR 52.223-23, Sustainable Products and Services (MAY 2024) FAR 52.224-5, Privacy Training (JAN 2017) FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) FAR 52.226 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) FAR 52.229-12, Tax on Certain Foreign Procurements (FEB 2021) FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) FAR 52.222-41, Service Contract Labor Standards (AUG 2018) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) FAR 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022) FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) Additional Terms and Conditions: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016) FAR 52.217-8, Option to Extend Services (NOV 1999) FAR 52.237-3, Continuity of Services (JAN 1991) VAAR 852.201-70, Contracting Officer s Representative (DEC 2022) VAAR 852.203 70, Commercial Advertising (MAY 2018) VAAR 852.219-73, VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023)(DEVIATION) VAAR 852.219-75, VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023)(DEVIATION) VAAR 852.232 72, Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) Additional Provisions: FAR 52.201-1, Acquisition 360: Voluntary Survey (SEP 2023) FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24 Representation Regarding Telecommunications and Video Surveillance Services or Equipment (AUG 2019) FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders Representation and Disclosures (DEC 2023) FAR 52.229-11, Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) FAR 52.233-2, Service of Protest (SEP 2006) VAAR 852.215-72, Notice of Intent to Re-Solicit (OCT 2019) VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71, Alternate Protest Procedures (OCT 2018) VAAR 852.273-70, Late Offers See attached RFQ document for more information. Late quotes or documentation may be accepted if advantageous to the Government. All comments or inquiries are to be submitted in writing via email to the Point of Contact, referenced in this notice on or before November 25, 2024, 11:30 AM Eastern Time. Vendors interested in providing the required supplies will need to submit all required documentation, detailed in the attached RFQ document, by email to Delphia Schoenfeld at delphia.schoenfeld@va.gov, no later than December 13, 2024, 3 PM Eastern Time (2 PM Central Time).
Background
The Department of Veterans Affairs (VA) North Texas Healthcare System (VANTHCS) is seeking to award a contract for laboratory courier services. This solicitation, numbered 36C25725Q0086, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The goal of the contract is to provide reliable and efficient courier services for transporting laboratory specimens and supplies between various locations within the VANTHCS.
Work Details
The contractor shall provide regularly scheduled pick-ups of laboratory specimens and supplies from multiple locations and deliver them to the Pathology & Laboratory Medicine Service (P&LMS) at the Dallas VA Medical Center. Specific tasks include:
- Providing lab courier services for specified routes including FWOPC to Dallas VA Medical Center, Garland to Dallas VA Medical Center, Grand Prairie to Dallas VA Medical Center, Plano to Dallas VA Medical Center, Polk Street to Dallas VA Medical Center, Routine Daily UTSW Drop Off from Dallas VA Medical Center, Sam Rayburn to Dallas or vice versa, Dallas to UTSW (intermittent), and FWOPC to Dallas or vice versa (intermittent).
- Ensuring all couriers have valid driver’s licenses and necessary vehicle insurance.
- Maintaining communication through two-way radios or cell phones.
- Certifying that all personnel involved in transporting clinical specimens are trained according to 49 CFR Part 172 regulations.
- Providing proof of training for biohazardous material transport.
- Ensuring vehicles are equipped with spill kits for biohazard cleanup.
- Keeping records of pick-ups and deliveries and notifying the assigned Contracting Officer Representative (COR) of any unusual events during transport.
Period of Performance
The contract period will include a base year from April 1, 2025, to March 31, 2026, with four one-year options extending through March 31, 2030.
Place of Performance
Services will be performed at various locations within the VA North Texas Healthcare System, primarily at the Dallas VA Medical Center located at 4500 S. Lancaster Rd., Dallas, TX 75216.