The RFP Database
New business relationships start here

Grand Junction VAMC - CBOC Courier Base Plus 4


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

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C25919Q0064
Posted Date:
June 11, 2019
Current Response Date:
August 1, 2019
Product or Service Code:
R602 Courier and Messenger Services
Set Aside:
Small Business
NAICS Code:
492110 Couriers and Express Delivery Services
Contracting Office Address
SAO West, Network Contracting Office 19 (NCO 19)
Rocky Mountain Acquisition Center
Department of Veterans Affairs
6162 South Willow Drive, Suite 300
Greenwood Village, CO 80111

Places of Performance
Grand Junction VA Medical Center (GJVAMC)
Primary Care Telehealth Clinic in Moab, UT
Primary Care Telehealth Clinic in Glenwood Springs, CO
Primary Care Telehealth Clinic in Craig, CO
Primary Care Telehealth Clinic in Montrose, CO

Performance Period
The period of performance for the Courier Services Firm Fixed-Price Contract will be for a one-year (12 months) base period with four (4) one-year (12 months) option periods.

Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-02 05/06/2019.

The associated North American Industrial Classification System (NAICS) code for this procurement is 492110- Couriers and Express Delivery Services, with a small business size standard of 1,500 Employees.

The Network Contracting Office 19 (NCO 19) is seeking to purchase Courier Services. The purpose of this acquisition is to provide the Grand Junction VA Medical Center supported clinics with the services listed in the Statement of Work.

To receive credit as a Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB), a firm must be registered in VetBiz.gov Vendor Information Pages (http://www.VetBiz.gov).

All vendors, regardless of size, must have a current registration in the System for Award Management (SAM) www.SAM.gov

All interested companies shall provide quotation for the following:



COURIER SERVICES
Base Year- October 1, 2019 through September 30, 2020

CLIN

DESCRIPTION

QUANTITY

UNIT

UNIT COST

TOTAL COST
0001
Courier Services between the GJVAMC and the VA clinics in Glenwood Springs, CO, Craig, CO, Montrose, CO, and Moab, UT, in accordance with the Statement of Work
12
Month
$
$
COURIER SERVICES
Option Year 1 - October 1, 2020 through September 30, 2021

CLIN

DESCRIPTION

QUANTITY

UNIT

UNIT COST

TOTAL COST
1001
Courier Services between the GJVAMC and the VA clinics in Glenwood Springs, CO, Craig, CO, Montrose, CO, and Moab, UT, in accordance with the Statement of Work
12
Month
$
$
COURIER SERVICES
Option Year 2 - October 1, 2021 through September 30, 2022

CLIN

DESCRIPTION

QUANTITY

UNIT

UNIT COST

TOTAL COST
2001
Courier Services between the GJVAMC and the VA clinics in Glenwood Springs, CO, Craig, CO, Montrose, CO, and Moab, UT, in accordance with the Statement of Work
12
Month
$
$

COURIER SERVICES
Option Year 3 - October 1, 2022 through September 30, 2023

CLIN

DESCRIPTION

QUANTITY

UNIT

UNIT COST

TOTAL COST
3001
Courier Services between the GJVAMC and the VA clinics in Glenwood Springs, CO, Craig, CO, Montrose, CO, and Moab, UT, in accordance with the Statement of Work
12
Month
$
$

COURIER SERVICES
Option Year 4 - October 1, 2023 through September 30, 2024

CLIN

DESCRIPTION

QUANTITY

UNIT

UNIT COST

TOTAL COST
4001
Courier Services between the GJVAMC and the VA clinics in Glenwood Springs, CO, Craig, CO, Montrose, CO, and Moab, UT, in accordance with the Statement of Work
12
Month
$
$
TOTAL OF BASE YEAR AND ALL OPTION YEARS
$


Statement of Work

The Grand Junction Veterans Health Care System (GJVHCS) is in need of daily courier services. The contractor shall provide daily, regularly scheduled pickups of laboratory specimens and other small medical supplies/packages from the established locations listed below and deliver them to the Grand Junction VA Medical Center (GJVAMC), 2121 North Ave, Grand Junction Colorado. The deliveries shall be once daily Monday through Friday to all clinics except MOAB (Mon-Thurs) and except for the following federal holidays:
New Year s Day
Martin Luther King Day
President s Day
Memorial Day
Independence Day
Labor Day
Columbus Day
Veterans Day
Thanksgiving Day
Christmas Day
In addition, daily Mon-Thurs, the contractor shall stop first at the GJVAMC to pick up, at a central location, any supplies/packages (cargo) bound for the individual clinics they are picking up from that day.
Service: Contractor shall furnish all vehicles, labor, tools, materials, equipment and supervision (except as specified) necessary to provide same day courier services to and from the following VA Facilities:
785 Russell Street, Suite 400, Craig CO 81625 phone: 970-824-6721
154 Colorado Ave., Suite 100, Montrose, CO 81401 970-242-0731
2425 S. Grand Avenue, Glenwood Springs CO 81601 phone: 970-945-1007
702 S. Main St, Suite 5B, Moab UT 84532 phone: 435-719-4144 (no service on Friday)
Some samples may contain dry ice, frozen packs, and biohazard specimens for laboratory testing packaged and labeled in accordance with DOT/OSHA standards.
The delivery drop-off for all laboratory specimens is the GJVAMC, 2121 North Ave, Grand Junction CO 81501, Building One, second floor, Lab, room 2212.
At the time of daily delivery of laboratory samples, the contractor shall pick up any empty laboratory containers and return them to their respective clinics the following day when pickups are made.
Cargo for delivery to one specific clinic per day (see delivery schedule section) shall be picked up from building 1, 4th floor, room 4210, Distribution. In addition to laboratory specimens, the contractor shall transport other cargo to the deliver drop-off location.
Cargo: Items to be transported will include but not limited to:
Envelopes,
Small boxes containing mail
Supplies
Packaged laboratory specimens
Laboratory containers (Empty and Packed (partial to full))

Contractor Responsibilities:
Contractor shall be a courier company with a state license and carry a minimum of $500,000 liability insurance. All couriers transporting specimens under this contract shall possess a valid driver s license, vehicle insurance, and registration and have two-way radios, cell phones, or pagers for communication purposes. The Contractor shall provide proof that all drivers have had training in the transportation of hazardous materials.

The Contractor shall provide all vehicles and couriers needed to perform this effort. Each vehicle shall be adequately stocked with at least one up-to-date complete SPILL KIT for a bio-hazard cleanup in case of leakage or accidental discharge.

Each vehicle should be of sufficient size to carry a minimum of four 2 x2 x2 boxes or coolers and meet all state and local safety requirements. Under no circumstances are any packages/boxes/coolers to be transported in the open bed of a pick-up truck.

Contractor shall ensure the confidentiality of all patient information and records being transported and will be held liable in the event of a breach of confidentiality. The Contractor shall comply with the provisions of Federal Privacy Act of 1974 (Public Law 93-579).

The Service Contract Labor Standards apply to this requirement and the appropriate SCA Wage Determination is attached. All applicable employees performing under this contract shall be paid in accordance with SCA.

The cargo may contain bio-hazardous material and dangerous goods. The Contractor shall certify that all individuals involved in shipping clinical specimens have been trained and tested as specified in the training requirements of 49 CFR Part 172, Subpart H.

The Contractor shall maintain proper temperature in vehicles to preserve medical supplies or specimens. Vehicles shall not be left in extreme heat or cold while specimens are being transported. Dry ice is most often used to transport certain specimens and is not expected on a routine basis.

Each courier must be neat, clean and have a professional appearance, carry identification at all times and trained in Category A and Category B infectious substances.

Pickup/delivery schedule:

Pick up and deliveries shall occur during regular business hours on weekdays (Monday-Friday) except on Federal Holidays (as observed). There shall be no pick up or deliveries on Saturday or Sunday. Daily pick up at clinics shall be made after 1:00 P.M. MT and delivered to the GJVAMC by 6:30 P.M. MT on the same day.
Contractor shall deliver cargo picked up at the GJVAMC daily as follows: Monday to Moab, Tuesday to Craig, Wednesday to Montrose, Thursday to Glenwood Springs. Friday is open or as needed. Centralized pickup and delivery will be at the GJVAMC on the 4th floor, room 4210, Distribution.

The Contractor shall give prior notification to each clinic at the phone numbers indicated below if the scheduled pick-up time cannot be met for any reason.

Points of Contact: (will be addressed at time of award)

Any delays in deliveries shall be reported to Clinic Point of Contact

Limitations:

The drivers shall not transport illegal or controlled substances.

Each driver shall not be under the influence of alcohol or illegal drugs and shall follow all posted traffic signs and other traffic regulations and shall be licensed in the state of Colorado.

If a driver is involved in an accident or has mechanical problems, he/she shall immediately call the Clinic POC and or GJVAMC to determine an alternative method for delivering the items in transport.

The driver shall turn off and lock the vehicle when leaving it unattended.

The driver shall contact the Clinic and or GJVAMC immediately if pick up or delivery is delayed in accordance with FAR 52.212-4 (Excusable Delays). The Clinic or GJVAMC will determine a course of action for specimens or other items being transported.

The contractor shall be legally and financially responsible for any breach of confidentiality.

The Clinic or GJVAMC will:
Package and label specimens in accordance with DOT/OSHA standards.
Provide all boxes, coolers, dry ice and ice packs.
Place medical records in envelope and mark confidential.
Have items ready for pick up by 1:00 P.M.
Deliveries accepted at the GJVAMC bldg. 1, front desk until 11:45 P.M.
Billing:
The contractor shall submit all invoices through the VA s electronic invoicing/payment system, Tungsten.
The POC will verify documentation is complete prior to authorizing payment. If documentation is incomplete the contractor must fax the missing documentation to the POC. Payment will not be authorized until completed documentation has been received.

This procurement is being conducted pursuant to FAR Part 13 procedures. This requirement is a total small business set-aside. The Government intends to award a contract resulting from this solicitation to the responsible small business offeror whose quote, conforming to the solicitation, quotes the lowest price, whose quoted price does not exceed the amount of funding available for the procurement, and whose quoted price is found to be fair and reasonable. Price alone is the sole evaluation factor after verification of the general and special responsibility standards in 52.212-2 are met.

PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://acquisition.gov/far/ & http://www.va.gov/OAL/library/vaar/index.asp ):
The provision at 52.212-1 Instructions to offerors- Commercial applies to this acquisition with following addendum:
FAR 52.212-1 Instructions to Offerors Commercial Items Addendum

Special Standards of Responsibility To assist the contracting officer in determining if the special standards of responsibility applicable to this procurement are met, offerors are asked to provide the following information with their quotes. Failure to include this information could result in a contracting officer s determination that an otherwise successful offeror is not eligible for contract award.

SP1: Special Licensure. Offeror shall provide evidence that personnel performing work under the contract hold a valid driver s license issued by the state of Colorado.
SP2: Special Insurance Offeror shall provide evidence that they are a licensed courier company covered by a minimum of $500,000 in liability insurance.
SP3: Special Insurance Offeror shall provide evidence that all personnel and vehicles to perform work under the contract have valid auto registration and are covered by legally required auto insurance for the state of Colorado.
SP4: Special Vehicle Requirements Offeror shall provide evidence/confirmation that all vehicles to perform work under the contract are equipped with at least one up-to-date complete SPILL KIT for bio-hazard cleanup in case of leakage or accidental discharge as well as either two-way radios, cell phones, or pagers for communication purposes.
SP5: Special Vehicle Requirements Offeror shall provide evidence/confirmation that all vehicles to perform work under the contract are of sufficient size to carry a minimum of four 2 x2 x2 boxes or coolers.
SP6: Special Training Requirements Offeror shall provide evidence that all personnel to perform work under the contract have had training in (or the plan to provide the training prior to working) the transportation of hazardous materials, to include type A and B infectious substances.
SP7: Specialized Experience. Offeror shall provide a narrative that describes its specialized experience providing daily courier service to include time and temperature sensitive packages. If Offeror intends to satisfy a part of this requirement through use of a proposed subcontractor(s), Offeror must provide this information for each proposed subcontractor and Offeror must identify what work will be performed by each proposed subcontractor and what work will be performed by Offeror.
Offerors shall also provide a completely filled out copy of the pricing structure on pages 3-4.
(End of provision)
The following FAR/VAAR provisions apply to this solicitation and are incorporated in full text:
FAR 52.216-1 TYPE OF CONTRACT (APR 1984)
The Government contemplates award of a Firm-Fixed-Price contract containing a base year and 4 Government option years resulting from this solicitation.
(End of Provision)
VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (JUL 2016)(DEVIATION)
(a) In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation, VA shall evaluate offerors based on their service-disabled veteran-owned or veteran-owned small business status and their proposed use of eligible service-disabled veteran-owned small businesses and veteran-owned small businesses as subcontractors.
(b) Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database (https://www.vip.vetbiz.gov).
(c) Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (https://www.vip.vetbiz.gov).
(End of Provision)


In accordance with FAR 52.252-1, the following FAR/VAAR provisions apply to this solicitation and are incorporated by reference:
FAR 52.204-7
FAR 52.204-16

FAR 52.232-38
SYSTEM FOR AWARD MANAGEMENT (OCT 2018)
COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016)

SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFER (JUL 2013)


52.212-2 Evaluation-Commercial Items (OCT 2014)
(a) Basis of Award. This procurement is being conducted pursuant to FAR Part 13 procedures. This requirement is a total small business set-aside. The Government intends to award a contract resulting from this solicitation to the responsible small business offeror whose quote, conforming to the solicitation, quotes the lowest price, whose quoted price does not exceed the amount of funding available for the procurement, and whose quoted price is found to be fair and reasonable. Price alone is the sole evaluation factor. In addition to the general standards of responsibility found at FAR B' 9.104-1, in accordance with FAR B' 9.104-2, the special standards of responsibility described below apply to this procurement. Offerors who fail to meet any general or special standard of responsibility will not be eligible to receive contract award.
Special Standards of Responsibility: The following special standards of responsibility apply to this procurement:
SP1: Special Licensure. All drivers shall hold a valid driver s license issued by the state of Colorado.
SP2: Special Insurance Offeror shall be a licensed courier company covered by a minimum of $500,000 in liability insurance.
SP3: Special Insurance All vehicles to perform work under the contract shall have valid auto registration and shall be covered by the legally required auto insurance levels for the state of Colorado.
SP4: Special Vehicle Requirements All vehicles to perform work under the contract shall be equipped with at least one up-to-date complete SPILL KIT for bio-hazard cleanup in case of leakage or accidental discharge as well as either two-way radios, cell phones, or pagers for communication purposes.
SP5: Special Vehicle Requirements All vehicles to perform work under the contract shall be of sufficient size to carry a minimum of four 2 x2 x2 boxes or coolers.
SP6: Special Training Requirements All personnel to perform work under the contract shall have had training in (or the plan to provide the training prior to working) the transportation of hazardous materials, to include type A and B infectious substances.
SP7: Specialized Experience. Offeror shall be able to describe its specialized experience providing daily courier service to include time and temperature sensitive packages.
(b) Evaluation Process. Quotes will be evaluated in the following manner. The lowest-priced quote will be identified. The lowest-priced quote will be evaluated to determine if the quoted price exceeds the amount of funding available for the procurement. If the quoted price does not exceed the amount of funding available for the procurement, the quoted price will be evaluated to determine if it is reasonable. If the quoted price is found to be reasonable, the offeror who submitted this quote will be identified as the successful offeror. The contracting officer will then determine if the successful offeror is responsible using the general standards of responsibility and the special standards of responsibility applicable to this procurement. If contract award cannot be made to the successful offeror, the contracting officer will evaluate the next lowest-priced quote following the procedures described above. This process will continue until a contract award can be made, or the contracting officer determines that no contract award can be made. The contracting officer may find all quotes not acceptable and cancel the solicitation if the lowest-priced quote exceeds the amount of funding available for the procurement. The contracting officer may likewise find a quote under evaluation, as well as all remaining quotes, not acceptable and cancel the solicitation if the quote currently under evaluation exceeds the amount of funding available for the procurement. The Government intends to evaluate quotes and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions at any time if determined by the contracting officer to be in the Government s interest.
If two or more offerors submit identical low prices, as long as all general and special responsibility standards are met, preference will be given to verified SDVOSBs, followed by verified VOSBs, then to all other types of small businesses.
(c) Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced or if the quoted price for the basic requirement or any option exceeds the amount of funding available for any of those requirements. Evaluation of options shall not obligate the Government to exercise the option(s).
(End of provision)
Offerors not already registered in SAM must to include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications-Commercial Items. See https://orca.bpn.gov/ for online submittal);
The clause at 52.212-4, Contract Terms and Conditions--Commercial Items; is incorporated by reference, applies to this acquisition with following addendum:
The following FAR clauses apply to this solicitation and are incorporated in full text:
52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.
For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows:
The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract.B The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised.B The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise.B This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. The `specified' rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause.

(End of Clause)
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of the contract end date; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years.
(End of Clause)
52.228-5 INSURANCE WORK ON A GOVERNMENT INSTALLATION (JAN 1997)
(a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract.
(b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective
(1) For such period as the laws of the State in which this contract is to be performed prescribe; or
(2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer.
(c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request.
(End of Clause)
SUPPLEMENTAL INSURANCE REQUIREMENTS
In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract:
(a) Workers' compensation and employer s liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers.
(b) General Liability: $500,000.00 per occurrences.
(c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage.
(End of Clause)
52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984)
Funds are not presently available for performance under this contract beyond September 30 of ANY fiscal year. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30 of ANY fiscal year, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer.
(End of Clause)

The following FAR clauses apply to this solicitation and are incorporated by reference: 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), 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS (DEC 2013),

The following VA Acquisition Regulation (VAAR) clauses applies and is incorporated in full text:
VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008)
The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor (End of Clause)
VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009)
The offeror agrees, if awarded a contract, to use the service-disabled veteran-owned small businesses or veteran-owned small businesses proposed as subcontractors (if subcontractors are contemplated) in accordance with 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, or to substitute one or more service-disabled veteran-owned small businesses or veteran-owned small businesses for subcontract work of the same or similar value.
(End of Clause)
VAAR 852.219-75 SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL 2018)
(a) This solicitation includes the clause: 852.215-70 Service-disabled veteran-owned and veteran-owned small business evaluation factors. Accordingly, any contract resulting from this solicitation will include the clause 852.215-71 Evaluation factor commitments.
(b) The Contractor is advised that in performing contract administration functions, the Contracting Officer 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.
(c) 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 Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.
(d) 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 Contracting Officer to assess the Contractor compliance with the subcontracting commitments.
(End of Clause)

852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (Nov 2012)
(a) Definitions. As used in this clause
(1) Contract financing payment has the meaning given in FAR 32.001.
(2) Designated agency office has the meaning given in 5 CFR 1315.2(m).
(3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests.
(4) Invoice payment has the meaning given in FAR 32.001.
(5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract.
(b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.
(c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following:
(1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.)
(2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats.
(d) Invoice requirements. Invoices shall comply with FAR 32.905.
(e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for:
(1) Awards made to foreign vendors for work performed outside the United States;
(2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information;
(3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies;
(4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or
(5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.
VAAR 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 COLORADO. 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) (End of Addendum to 52.212-4)
The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition, the following clauses apply: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015), 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011), 52.219-14 Limitations on Subcontracting (JAN 2017), 52.219-28, Post Award Small Business Program Representation (JUL 2013), 52.222-3 Convict Labor (June 2003), 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 Employments Reports on Veterans(FEB 2016), 52.222-50 Combating Trafficking in Persons (MAR 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), 52.222-17 Nondisplacement of Qualified Workers (MAY 2014), 52.222-41 Service Contract Labor Standards (AUG 2018), 52.222-42 Statement of Equivalent rates for Federal Hires (MAY 2014), 31043 Driver Courier WG-5, 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (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).
(End of Clause)
The following Department of Labor Wage Determinations are incorporated into this contract: No. 2015-5423, Revision No. 10, dated December 26, 2018,

All quotations shall be sent via email to ian.boettcher@va.gov.

This is a small business set-aside, combined synopsis/solicitation for services as defined herein.B B The Government contemplates award of a Firm-Fixed-Price contract resulting from 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:"

Quotes shall list exception(s) and rationale for the exception(s).

Submission shall be received not later than August 1, 2019 at 3:00 PM MST to ian.boettcher@va.gov. All submission shall be 5MB or less. If the email is going to be more than 5MB, then please submit in multiple emails labeling 1 of XX, 2 of XX, etc. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Ian Boettcher, ian.boettcher@va.gov by July 22, 2019 at 3:00 PM MST.
Contracting Point of Contact
Ian Boettcher, Contracting Officer, ian.boettcher@va.gov or 303-712-5722

WAGE DETERMINATION:

Wage Determination No.: 2015-5423
Revision No.: 10
Date of Revision: 12/26/2018
31043 - Driver Courier $16.19 + HEALTH & WELFARE: $4.18 per hour or $179.20 per week or $776.53 per month

Ian Boettcher
ian.boettcher@va.gov

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP