V--Rideshare Transportation Services

expired opportunity(Expired)
From: Federal Government(Federal)
36C24720Q0097

Basic Details

started - 26 Nov, 2019 (about 4 years ago)

Start Date

26 Nov, 2019 (about 4 years ago)
due - 10 Dec, 2019 (about 4 years ago)

Due Date

10 Dec, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
36C24720Q0097

Identifier

36C24720Q0097
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103372)VETERANS AFFAIRS, DEPARTMENT OF (103372)247-NETWORK CONTRACT OFFICE 7 (36C247) (2945)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

COMBINED SYNOPSIS SOLICITATION GENERAL This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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 government anticipates award of a single firm fixed price contract. Solicitation number 36C24720Q0097 is issued as a request for quotation (RFQ) Combined Synopsis/Solicitation. The acquisition procedures at FAR Part 13 are being utilized. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2019-01 (01-22-2019). Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full
text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR). This combined/synopsis solicitation must include all required provisions/clauses for each tier of prioritized awards, but not all provisions/clauses will apply to each tier. The combined synopsis/solicitation is 100% Set Aside for Small Business (SB). All offerors must be registered in System for Award Management (SAM) at http://www.beta.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. The North American Industry Classification System (NAICS) Code associated with this procurement is 561599, All Other Travel Arrangement and Reservation Services.; the size standard is 1,000 employees. ITEM DESCRIPTION The Ralph H. Johnson VA Medical Center, 109 Bee Street, Charleston, SC 29401, is seeking to procure services for patient access to local transportation on demand 24 hours/day, 7 days/week, for patients who are not eligible for Beneficiary Travel, but require assistance determined by the VA staff. The Statement of Work (SOW) includes the associated requirements for the scope of work to be performed, place of performance, period of performance, schedule of deliveries, and acceptance procedures. Please see Attachment A Statement of Work (SOW) for details INSTRUCTIONS FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2018), applies to this solicitation. The following provisions are added as addenda: 52.204-7 System for Award Management (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.217-5 Evaluation of Options (JUL 1990) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 852.270-1 Representatives of Contracting Officers (JAN 2008) FAR 52.212-2, Evaluation Commercial Items (OCT 2014), applies to this solicitation. Offers will be evaluated as follows: Criteria: The Government intends to award a Firm Fixed Price contract to the responsible Offeror whose proposal, conforming to the solicitation, is the lowest price technically acceptable based on the factors Price, Experience/Qualification, and Past Performance. To be considered as technically acceptable, the offeror must contain both, the Experience/Qualifications and Past Performance requirements as described below. The Government will evaluate quotes for award purposes based on the lowest price technically acceptable. All quote considerations are based on the total price and a fair and reasonableness determination. Pricing should be considered FOB Destination and be good for 30 calendar days after close of the solicitation. The Government may determine that the quote is unacceptable if the option prices are significantly unbalanced. Past Performance. Offerors shall provide at least two references that correspond with the relevant experience provided and demonstrate an acceptable past performance record. References must include contact name, number, email address, a brief description of the services provided, and the contract number (if applicable). References may be checked by the Contracting Office to ensure offeror can perform the required services as outlined in the SOW. (See Attachment C). Basis for Award. The Government shall make award to the quote that is found to be the lowest price and meets both the experience/qualifications and past performance requirements as stated above. SUBMISSION OF QUESTIONS AND OFFERS Offers are due no later than December 09, 2019 by 2:00 PM EST. Offers shall be submitted electronically to maia.rylandlesesene@va.gov. The email subject line must contain the following Quote in Response to 36C24719Q0097, Service for Transportation Services, Charleston SC VAMC . Offers shall include the following information in their quotes to receive full consideration for award: Pricing. A completed price schedule in the format as provided in Attachment B. Evidence of Past Performance. Identify a minimum of two references that correspond with the relevant experience provided and demonstrates an acceptable past performance record. Include the following information for each reference: Company Name and Address; Contract number (if applicable); Types of services performed; Name, telephone number or e-mail address of responsible individuals who have firsthand knowledge of performance relative to the same type of services; and Dates of performance. Offerors shall submit this information using the Attachment C. ADDITIONAL INFORMATION FAR 52.212-3, Offeror Representations and Certifications Commercial Items (DEC 2016) applies to this solicitation. The offeror has completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______ (fill in). FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) applies to this solicitation. The following provisions clauses are added as addenda: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 852.203-70 Commercial Advertising (MAY 2018) 852.211-72 Technical Industry Standards (NOV 2018) 852.219-74 Limitations on Subcontracting. Subcontracting Commitments (JUL 2016) (DEVIATION) VAR 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 GEORGIA and South Carolina. 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. (End of clause) Subcontracting Commitments - Monitoring and Compliance 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. Federal Acquisition Regulations require that federal contractors register in the System for Award Management (SAM) database at www.beta.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. 852.232-72 Electronic Submission of Payment Requests (Nov 2018) (End of Addendum to 52.212-4) 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items (JAN 2019), applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph a clauses applicable: (1) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (2) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) (3) 52.233-3 Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) Paragraph b clauses applicable: (22) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) (25) 52.222-3 Convict Labor (June 2003) (26) 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2018) (27) 52.222-21 Prohibition of Segregated Facilities (APR 2015) (28) 52.222-26 Equal Opportunity (SEP 2016) (30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (33)(i) 52.222-50 Combating Trafficking in Persons (JAN 2019) (44) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (51) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) WAGE DETERMINATIONS NOTICE. Descriptions for the occupations for this requirement and determine the appropriate wage determinations are the responsibility of the contractor, and offeror are encouraged to coordinate with Department of Labor in order to determine the appropriate job classifications for this requirement. The Agency assumes no responsibility or liability for a contractor's determination of the appropriate classification. See Attachment D-Wage Determination. INVOICES All invoices should be submitted in arrears and must contain the appropriate purchase order number. NOTE: If invoice is submitted improperly (too early, incorrect purchase order number, incorrect billing, etc), invoice will be returned to contractor for correction. Vendor Electronic Invoice Submission Methods Facsimile, e-mail, and scanned documents are not acceptable forms of submission for payment requests. Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods below: VA s Electronic Invoice Presentment and Payment System The FSC uses a third-party contractor, Tungsten Network (Formerly OB10), to transition vendors from paper to electronic invoice submission. Please go to this website http://www.tungsten-network.com/us/en/veterans-affairs-us/ to begin submitting electronic invoices, free of charge. A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org). Vendor e-Invoice Set-Up Information: Please contact OB10 at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center for payment processing, free of charge. If you have question about the e-invoicing program or OB10, please contact the FSC at the phone number or email address listed below: OB10 e-Invoice Setup Information: 1-877-489-6135 OB10 e-Invoice email: VA.Registration@ob10.com FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-invoice email: vafsccshd@va.gov See attached document: ATTACHMENT A - SOW (May 28). See attached document: ATTACHMENT B - QUALIFICATIONS TEMPLATE. See attached document: ATTACHMENT C - WAGE DETERMINATION 2015-4428.

RALPH H. JOHNSON VA MEDICAL CENTER;109 BEE ST.;CHARLESTON, SC    29401  USALocation

Place Of Performance : RALPH H. JOHNSON VA MEDICAL CENTER;109 BEE ST.;CHARLESTON, SC

Country : United States

You may also like

Evacuation Transportation Services

Due: 02 May, 2024 (in 5 days)Agency: County of Galveston

Student Transportation

Due: 30 Jun, 2024 (in 2 months)Agency: State of Connecticut

CUSD Transportation Services to Provide Daily Student Transportation

Due: 06 May, 2024 (in 9 days)Agency: Chester Upland School District

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 561599All Other Travel Arrangement and Reservation Services
pscCode VCivilian Personnel Recruitment