United States - V--Shuttle Transportation Services for the VA Maryland Health Care System

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
25 June 2019
Opportunity publication date
11 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jun 10, 2019 12:49 pm

1. Introduction:

A. 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; offers are being requested and a written solicitation will not be issued.

B. This solicitation is a Total Small Business Set-Aside. The applicable NAICS code is 485999 and the Small Business Size Standard is $15,000,000.

C. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-02. The full text of the provisions and clauses can be obtained from the following websites: http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/.

2. Responding to this solicitation. Offeror must submit its offer via Email to James.Whisner@va.gov. Offeror must provide the following information with its offer:

A. Legal entity name, address, DUNS of your company;

B. Information that demonstrates your company s technical capability and experience:

(1) Large Scale Shuttle Transportation Experience: proof of experience as the sole contractor for at least 3 separate and concurrent routes on a single contract. Included in these routes, specific criteria need to be submitted as proof of experience:

i. Proof of operating at least one shuttle on a continuous basis along a designated route.

ii. Proof of operating at least one shuttle on a 24-hour basis.

iii. Proof of operating at least two concurrent shuttle routes having a minimum passenger capacity of 14 or greater.

iv. Proof of operating at least one shuttle with handicap or non-ambulatory access equipment.

v. Provide vehicle GWVR, passenger capacity, length of route, stops along the route, and licensure class of motor vehicle used.

Provided that a minimum of 3 separate concurrent routes are submitted for review, a single route may meet the criteria of more than one of the criteria listed above, i.e. a single continuous 24-hour route would meet two of the criteria listed above.

(2) Operational Stability/Management: Shuttle services transport Veteran patients to and from important medical procedures that are often scheduled weeks in advance. The offeror shall demonstrate management stability and reliability to maintain operations in the event of employee illness or mechanical failure:

i. Provide company policy/plan for replacement personnel in the event of illness or other incapacitation to ensure continuous operations of shuttles.

ii. Provide contingency plan for mechanical failures, availability of supplemental vehicles, and for replacement/continuation of shuttle services experiencing mechanical failure while actively shuttling patients.

(3) Company Safety Record & Safety Program: provide information proving a robust and comprehensive safety program as it pertains to staff and equipment related to the shuttling of passengers on a commercial basis.

i. Submit confirmation of a company policy requiring random drug and alcohol screening.

ii. Submit company safety policy regarding rules and procedures for safe operations of vehicles. Include in particular policies for transportation of passengers after dark, and for disruptive or aggressive passengers.

iii. Submit vehicle maintenance procedures for reliable and safe operation of all contractor provided shuttle vehicles.

(4) Compliance with Limitations on Subcontracting: Describe any relationship to the offeror of any personnel who will be providing services under the contract that are not directly employed by the offeror. Provide a copy of offeror s written teaming arrangement or subcontracting plan that explains each party s specific responsibilities/activities regarding the performance of the contract, as well as the duration and terms of the arrangement.

C. Completed Price Schedule for CLINs 0001 through 5003 (see the Price Schedule Attachment for CLIN descriptions);

D. Completed Immigration & Indemnity Certification (see Solicitation Attachment);

E. Offeror must send the Past Performance Questionnaire (PPQ) that s attached to this notice to its references and ensure that the references submit a completed PPQ to James.Whisner@va.gov by the closing date and time of the solicitation. The first 3 completed PPQs received will be used for evaluation purposes and all other additional questionnaires received for the same offeror will be discarded without consideration; likewise, questionnaires received after the solicitation closing date will be discarded without consideration.

3. Date & time offers are due: June 25, 2019 at 11:00 AM EDT.

4. Evaluation-Commercial Items. A single award will be made to the responsible offeror who submits an acceptable offer, as determined by a technical evaluation, and has lowest price for satisfactory completion of all contract requirements. Technical will be rated as Acceptable/Unacceptable . The acceptable offer with the lowest overall price (including option prices) will be deemed the most advantageous to the Government. Past Performance will be rated as Acceptable/Neutral/Unacceptable . Past performance information will be obtained from various data sources (e.g., Past Performance Questionnaires from offeror s references, PPIRS, offeror-provided information). The apparent successful offeror s past performance will be evaluated as part of the Contractor Responsibility Determination to ensure the presence of an acceptable performance record in accordance with FAR 9.104-1. If offeror has no relevant past performance, it will not be evaluated favorably or unfavorably on past performance. No adjectival ratings will be used to evaluate price. Proposed prices will be evaluated for fair and reasonableness using the price analysis techniques listed in FAR 13.106-3. The Government will evaluate offers for award purposes by adding the total price for all options 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).

5. Description of Work:

A. The Contractor will provide all resources necessary to perform shuttle transportation services for the VA Maryland Health Care System (VAMHCS). The shuttle transportation services will consist of shuttling Veterans and VHA employees to and from various VA Maryland Health Care facilities and mass transit stations via designated pick-up/drop-off locations and routes. (See the Work Statement attachment for more details regarding the requirements.)

B. Contract Line Item Numbers, quantities, unit of measure: (see the Price Schedule attachment).

6. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition, including the following addenda:

A. 52.204-7, System for Award Management (OCT 2018);

B. 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016);

C. 52.209-7, Information Regarding Responsibility Matters (OCT 2018);

D. 52.233-2, Service of Protest (SEPT 2006);

E. 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018); and

F. 852.233-71, Alternate Protest Procedure (OCT 2018).

7. Offeror Representations and Certifications. Offeror must include a completed copy of the provision at 52.212-3. The offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision.

8. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition, including the following addenda:

A. 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of

Whistleblower Rights (APR 2014);

B. 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011);

C. 52.204-13, System for Award Management Maintenance (OCT 2018);

D. 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016);

E. 52.217-9, Option to Extend the Term of the Contract (MAR 2000). Paragraph (a) fill-in information: 30 days of contract expiration; 60 days. Paragraph (c) fill-in information: 55 months;

F. 52.228-5, Insurance-Work on a Government Installation (JAN 1997): includes Supplemental Insurance Requirements (CL-120);

G. 52.232-18, Availability of Funds (APR 1984);

H. 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013);

I. 52.237-3, Continuity of Services (JAN 1991);

J. 852.203-70, Commercial Advertising (MAY 2008);

K. 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018);

L. 852.219-75, Subcontracting Commitments Monitoring and Compliance (JUL 2018);

M. 852.228-71, Indemnification and Insurance (MAR 2018);

N. 852.232-72, Electronic Submission of Payment Requests (NOV 2018);

O. 852.237-70, Contractor Responsibilities (APR 1984). Paragraph (a) fill-in information: Maryland; and

P. 852.270-1 Representatives of Contracting Officers (JAN 2008).

9. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition, including the additional FAR clauses cited in the clause:

A. 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006);

B. 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018);

C. 52.204-14, Service Contract Reporting Requirements (OCT 2016);

D. 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015);

E. 52.209-9, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015);

F. 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011);

G. 52.219-8, Utilization of Small Business Concerns (OCT 2018);

H. 52.219-14, Limitations on Subcontracting (Jan 2017);

I. 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013);

J. 52.222-3, Convict Labor (JUNE 2003);

K. 52.222-21, Prohibition of Segregated Facilities (APR 2015);

L. 52.222-26, Equal Opportunity (SEPT 2016);

M. 52.222-35, Equal Opportunity for Veterans (OCT 2015);

N. 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014);

O. 52.222-37, Employment Reports on Veterans (FEB 2016);

P. 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010);

Q. 52.222-50, Combating Trafficking in Persons (MAR 2015);

R. 52.222-54, Employment Eligibility Verification (OCT 2015);

S. 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008);

T. 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018);

U. 52.222-17, Nondisplacement of Qualified Workers (MAY 2014);

V. 52.222-41, Service Contract Labor Standards (AUG 2018);

W. 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014); Dispatcher, Motor Vehicle: $22.03/hour; Shuttle Bus Driver: $21.03/hour; Clerk: $15.89/hour;

X. 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (AUG 2018);

Y. 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015); and

Z. 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017).

10. The Service Contract Labor Standards apply to this contract and the Department of Labor s Wage Determination is provided as an attachment to this notice; it specifies the minimum wages and fringe benefits for workers performing on or in connection with the contract.

Opportunity closing date
25 June 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs Department of Veterans Affairs Medical Center United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?