The RFP Database
New business relationships start here

Courier Services


New York, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

COMBINED SYNOPSIS/SOLICITATION

COURIER SERVICES AT THE NEW JERSEY HEALTHCARE SYSTEM (NJHCS), EAST ORANGE AND LYONS CAMPUS RADIATION ONCOLOGY DEPARTMENT.

(i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR part 13 - Simplified Acquisition Procedures , 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.
(ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24219Q1060.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05.
(iv) This procurement is being issued as 100% Service-Disabled Veteran Owned Small Business Set Aside Open Market Competition. The North American Industry Classification System (NAICS) code is 492210, Local Messenger and Local Delivery, with a small business size standard of $27.5 Million.
(v) The Contractor shall provide all resources necessary to accomplish the deliverables of services of a courier to pick up and deliver patient specimens, blood and blood products, and laboratory products on an on-call basis to and from the East Orange and Lyons, NJ laboratory to Department of Veteran Affairs (VA) New Jersey Health Care System (NJHCS). This service is needed twenty-four hours a day, seven days a week, including holidays. The Sterile Processing Services requires the services of a courier to pick up and deliver soiled and sterilized reusable medical equipment (RME) Monday thru Friday described herein. See attached Statement of Work and Cost Schedule for detailed description of services required.

The guaranteed minimum award amount for this contract is $5,000.00 per year. The maximum aggregate value of orders that can be placed under this contract is $600,000.00 per year. The Government does not guarantee that it will place any orders under this contract in excess of the guaranteed minimum award amount.
Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from October 1,2019 through September 30, 2020.
Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor s and Government s rights and obligations with respect to that order to the same extent as if the order were completed during the contract s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after September 30, 2020.

(vi) Description of requirement (See attached Statement of Work to include Wage determination information): The contractor shall provide all parts and labor identified in the SOW.

(vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance.

Place of Performance:
New Jersey Healthcare System
East Orange Campus
385 Tremont Avenue
East Orange NJ 07018-1095

New Jersey Healthcare System
Lyons Campus
151 Knollcroft, Rd.,
Lyons, NJ 07939

(viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. All offers must reference:
Solicitation number for this requirement as 36C24219Q1060
Point of Contact, Company name, address, telephone and email address
Technical description of services to be performed in accordance with the Statement of Work
One redacted technical quote and one unredacted technical quote
Price
Past Performance History/References
Acknowledgement of any solicitation amendments
A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation.

Offeror that fails to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration.

The following provisions are included as addenda to FAR 52.212-1:
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
52.204-16 Commercial and Government Entity Code Reporting. (Jul 2016)
52.204-22 Alternative Line Item Proposal (Jan 2017)
52.217-5 Evaluation of Options
52.233-2 Service of Protest (SEPT 2006)
852.233-70 Protest Content/Alternative Dispute Resolution (Oct 2008)
852.233-71 Alternate Protest Procedure (OCT 2018)
852.270-1 Representatives of Contracting Officers (Jan 2008)

(ix) In accordance with 52.212-2 award shall be made to the quoter whose quotation offers the lowest price technically acceptable (LPTA) to the government, considering technical capability, past performance, and price.

Proposals will be determined by lowest price technically acceptable (LPTA). The government shall evaluate information based on the following evaluation criteria:

Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. Technical Capability will be determined on the basis of the qualifications of the offeror s proposal, and demonstration of the following sub-factors.

Performance Capability The offeror s performance capability document shall include a detailed statement of contractor s capability to perform the duties of this requirement. Please provide a maximum of 10 pages capability statement.

Technical Experience (Past Performance) Contractor must provide a list of 3 to 5 past or current contracts where they performed a requirement of similar scope and complexity. The contractors Past Performance shall also be reviewed in CPARs.

Management, Certification & Training:

Contractor shall provide a written quality control plan which includes procedures for mitigating deficiencies in service and proposed mechanisms for correcting for issues that may arise, per the attached Quality Control Surveillance Plan.
Contractor shall provide documentation of any and all driver field training, HIPPAA & OSHA Training and Certification in the safe transport of infectious/diagnostic specimens.

Price, the government will evaluate offers for total price.

Options. 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).

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.

(x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE.

(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4:
52.203-16 Preventing Personal Conflicts of Interest (DEC 2011)
52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014)
52.203-18 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements (Feb 2015)
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011)
52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)
52.204-13 System for Award Management Maintenance (OCT 2018)
52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016)
52.216-18 Ordering (OCT 1995)
52.216-22 Indefinite Quantity (OCT 1995)
52.217-8 Option to Extend Services (Nov 1999)
52.217-9 Option to Extend The Term of The Contract (Mar 2000)
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)
52.237-3 Continuity of Services (Jan 1991)
852.203-70 Commercial Advertising (May 2018)
852.215-71 Evaluation Factor Commitments (Dec 2009)
852.219-10 VA Notice of total service-disabled veteran-owned small business set-aside (Dec 2009)
852.219-74B B B B B B Limitations on Subcontracting Monitoring and Compliance (Jul 2018)
852.232-72 Electronic Submission of Payment Requests (NOV 2018)
852.237-70 Contractor Responsibilities (APR 1984)
852.270-1 Representatives of Contracting Officers (JAN 2008)

(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition.

The following subparagraphs of FAR 52.212-5 are applicable:

52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995)
52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018)
52.204-14, Service Contract Reporting Requirements (OCT 2016)
52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
52.219-8, Utilization of Small Business Concerns (OCT 2018)
52.219-9, Small Business Subcontracting Plan (AUG 2018)
52.219-13, Notice of Set-Aside of Orders (NOV 2011)
52.219-28, Post Award Small Business Program Representation (Jul 2013)
52.222-3, Convict Labor (June 2003)
52.222-17 Nondisplacement of Qualified Workers. Basic (May 2014)
52.222-21, Prohibition of Segregated Facilities (APR 2015)
52.222-26, Equal Opportunity (SEP 2016)
52.222-35, Equal Opportunity for Veterans (OCT 2015)
52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-37, Employment Reports on Veterans (FEB 2016)
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
52.222-42 Statement of Equivalent Rates for Federal Hires. Basic (May 2014)
52.222-50, Combating Trafficking in Persons (JAN 2019)
52.222-54, Employment Eligibility Verification (OCT 2015).
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018)
52.222-41, Service Contract Labor Standards (AUG 2018)
52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (AUG 2018)
52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015)
52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017)

(xiii) The Service Contract Act of 1965 does apply to this procurement.

(xiv) N/A

(xv) This is a 100% Service-Disabled Veteran Owned Small Business Set-Aside open-market combined synopsis/solicitation to provide courier services to the Department of Veteran Affairs (VA) New Jersey Health Care System (NJHCS). The government intends to award a firm fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
The Quoter shall list exception(s) and rationale for the exception(s)
Submission shall be received not later than 4:00 PM EST, Monday, September 16, 2019. The government shall only accept electronic submissions via email, please send all quotations to Janice Brooks Campbell to Janice.Brooks@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
NOTE: The offeror is required to provide (1) unredacted copy and (1) redacted copy without the names (i.e., company, key personnel, etc.) proposal.

(xvi) Direct your questions to Janice Brooks Campbell, Contracting Specialist, Janice.Brooks@va.gov. The last day to submit questions is 4:00 PM EST, Tuesday, September 10, 2019.
LIST OF ATTACHMENTS:

SEE ATTACHED DOCUMENT: STATEMENT OF WORK NJ COURIER SERVICES
SEE ATTACHED DOCUMENT: NEW JERSEY COURIER SERVICE COST SCHEDULE
SEE ATTACHED DOCUMENT: QUALITY ASSURANCE PLAN FOR COURIER SERVICE
SEE ATTACHED DOCUMENT: BUSINESS ASSOCIATE AGREEMENT (BAA)
SEE ATTACHED DOCUMENT: SUSSEX UNION WAGE DETERMINATION
SEE ATTACHED DOCUMENT: SOMERSET WAGE DETERMINATION

Brooks Campbell, Janice
Janice.Brooks@va.gov

Janice.Brooks@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP