The RFP Database
New business relationships start here

VAMHCS Shuttle Services (VA-18-922456)


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

The Department of Veteran Affairs, ( VA ) Veterans Health Administration ( VHA ), is
Conducting a Request for Information (RFI) as market research to determine the availability of potential sources (and their size classification relative to NAICS CODE (485999) having the skills and capabilities necessary to provide Shuttle Services in accordance with attached Statement of Work.

This is a Sources Sought Synopsis to conduct market research for developing a procurement strategy for an upcoming Shuttle contract at the Department of Veterans Affairs, 10 N. Greene Street, Baltimore, Md. 21201. Magnitude of Shuttle Services Project is between $7,000,000 and $10,000,000. Responses from this notice will assist in determining if the acquisition should be set-aside for competition among Service Disabled Veteran Owned Small Businesses (SDVOSB). The NAICS code for this procurement is: 485999, for establishments primarily engaged in operating shuttle services and vanpools included in this industry. The small business standard is $36.5 million.B B

Project Summary:B The U.S. Department of Veteran Affairs is planning for multiple shuttle routes for the purpose of shuttling patients, caregivers and employee staff within the Veterans Integrated Systems Network (VISN 5)

The purpose of this project is to provide a state of the art shuttle service for our veterans, their families and caregivers. The mission of the VA is to provide quality care for our Veterans, and this service will help in achieving that mission.

STATEMENT OF WORK


SECTION 1 - Contract Definitions / Acronyms
1.1. Base Rate is the rate paid for one-way transportation from a designated pick up point to a designated delivery point. This rate will be paid for all authorized one-way trips ordered under this contract action during all phases of the trip made on behalf of the Government. The Base Rate shall constitute full compensation for one-way trips which do not exceed the "Mileage Threshold- for each identified Medical facility.
1.2. Beneficiary is a Veteran determined to be eligible for benefits by the VA.
1.3. Contracting Officer (CO) VA official with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings, and is a member of the vehicle inspection team.
1.4. Contracting Officer's Technical Representative (COR) is the VA official responsible for providing contract oversight and technical guidance to the CO. The CO shall delegate authority for performing certain responsibilities to the COR via a COR delegation. The COR s have responsibilities, which include certifying invoices, placing orders for service, providing technical guidance, overseeing technical aspects of the contract, and is a member of the vehicle inspection team.
1.5. Contractor The term "Contractor" as used herein refers to both the prime Contractor and his employees, and any subcontractors and their employees. The Contractor shall be responsible for assuring that his subcontractors comply with the provisions of this contract.
1.6. A charge will not be allowed if authorized personnel cancelled the trip within one (1) hour of the scheduled pick-up time.
1.8 Quality Assurance Those actions taken by the Government to assure services meet the requirements of this contract.
1.9. Quality Assurance Evaluator(s) Government personnel responsible for surveillance of contractor performance.

1.10. Quality Assurance Surveillance Plan (QASP) is an organized written document used for quality assurance surveillance. The document contains specific methods for performing surveillance of the Contractor's continuous performance.
1.11. Quality Control Actions taken by the Contractor to control the production of goods or services so they will meet the requirements of the contract.
1.12. Vehicle(s) the term refers to all modes of transportation provided under the requirements of this contract, unless a specific mode of transportation is identified.


SECTION 2 - General Information
2.1 The purpose of this contract is to provide Shuttle Transportation Services for the patients and/or employees within the Veterans Integrated System Network (VISN 5) to and from the following locations:
Shuttle Services and hours of performance are listed here:
Route Name: METRO SHUTTLE
Passengers: VA Employee Only
Route- Light Rail/Metro/Camden Route to Baltimore VA Medical Center
Operates 4AM-10AM & 2PM-8PM; Every 25 Minutes, Total of 12 Hours/Day
Monday, Tuesday, Wednesday, Thursday, Friday
One 7-Passenger Shuttle

Route Name: MARC SHUTTLE
Passengers: VA Employees Only
Route- MARC Penn Station Route to Baltimore VA Medical Center
Operates 5:30AM-8AM & 3:30PM-6PM on Penn Train Station to Baltimore VA
Operates 8AM-3:30PM on Annex to VA Back-up Route; Every 20 Minutes Total of 12.5 Hours/Day
Monday, Tuesday, Wednesday, Thursday, Friday
One 7-Passenger Shuttle

Route Name: LEXTINGTON PARKING GARAGE SHUTTLE (SMALL)
Passengers: VA Employee Only
Route- Lexington Market Small Parking Garage to Baltimore VA Medical Center
Operate 24 Hours; Continuous Service
Monday, Tuesday, Wednesday, Thursday, Friday
One 7 Passenger Shuttle

Route Name: LEXINGTON PARKING GARAGE SHUTTLE (BIG)
Passengers: VA Employees Only
Route- Lexington Market Big Parking Garage to Baltimore VA Medical Center
Operates 5AM-10AM & 3PM-11PM
Monday, Tuesday, Wednesday, Thursday, Friday
One 7 Passenger Shuttle

Route Name: ANNEX SHUTTLE
Passengers: VA Employees and VA beneficiary with escort
Route- Annex/Arena Garage Route and Annex to Baltimore VA Medical Center
Operates 6AM-9AM & 3PM-6PM Annex to Arena Route; Continuous Service;
Operates 9AM-3PM Annex to Baltimore VA Route; Continuous Service, Total of 12 Hours/Day
Monday, Tuesday, Wednesday, Thursday, Friday
One 7-Passenger Shuttle

Route Name: ANNEX GOVERNMENT OWNED SHUTTLE
Passengers: VA Employees and VA beneficiary with escort
Route- Baltimore VA Annex to Baltimore VA Medical Center
Operates 6AM-6PM Baltimore VA to Annex; Continuous Service, Total of 12 Hours/Day/Shuttle
Monday, Tuesday, Wednesday, Thursday, Friday
(2) shuttle buses; one 7-Passenger Shuttle WHEELCHAIR Government Owned Contractor Operated and one 7-Passenger Shuttle REGULAR Government Owned Contractor Operated

Route Name: WASHINGTON D.C. Shuttle
Passengers: VA Employees and VA beneficiary with escort
Route- Baltimore VA Medical Center to Washington D.C. VA Medical Center
Operates 6:30AM- 5:00PM Scheduled Service
Depart Baltimore
Arrive D.C.
6:30AM
7:30AM
10:30AM
11:30AM
3PM
4PM
Depart D.C.
Arrive Baltimore
8:15AM
9:30AM
12:30PM
1:30PM
4PM
5PM
Monday, Tuesday, Wednesday, Thursday, Friday
15- Passenger Van, Ambulatory Only

Route Name: Glen Burnie Shuttle
Passengers: VA Employees and VA beneficiary with escort
Route- Baltimore VA to Glen Burnie VA Outpatient Clinic
Operates 9:30AM-4:00PM; Scheduled Service
Depart Baltimore
Arrive Glen Burnie
9:30AM
10AM
12:15PM
12:45PM
Depart Glen Burnie
Arrive Baltimore
11:30AM
12 Noon
3:15PM
4PM
Monday, Tuesday, Wednesday, Thursday, Friday
15- Passenger Shuttle; Ambulatory Only



Route Name: Perry Point Shuttle
Passengers: VA Employees and VA beneficiary with escort
Route- Baltimore VA Medical Center to Perry Point VA Medical Center
Operates 6:30AM-5:45PM; Scheduled Service
Depart Perry Point
Arrive Baltimore
8AM
9AM
10:45AM
11:45AM
2PM
3PM
4:45PM
5:45PM
Depart Baltimore
Arrive Perry Point
6:30AM
7:30AM
9:30AM
10:30AM
12:30PM
1:30PM
3:30PM
4:30PM
Monday, Tuesday, Wednesday, Thursday, Friday
18- Passenger Shuttle; Wheelchair & Ambulatory

Route Name: Loch Raven Shuttle
Passengers: VA Employees and VA beneficiary with escort
Route- Baltimore VA Medical Center to Loch Raven VA
Operates 7AM-4:30PM; Scheduled Service Departures Every Hour
Depart Baltimore
Arrive Loch Raven
7AM
7:30AM
8AM
8:30AM
9AM
9:30AM
10PM
10:30PM
12PM
12:30PM
1PM
1:30PM
2PM
2:30PM
3PM
3:30PM
4PM
4:30PM
Monday, Tuesday, Wednesday, Thursday, Friday
15- Passenger Shuttle; Ambulatory Only

Route Name: CAMBRIDGE SHUTTLE
Passengers: VA Employees and VA beneficiary with escort
Route- Cambridge VA Outpatient Clinic to Baltimore VA Medical Center
Operates 8AM-4:30PM; Scheduled Service Departures Every Hour
Depart Cambridge
Arrive Baltimore
8AM
10AM
Depart Baltimore
Arrive Cambridge
3PM
5PM
Monday, Tuesday, Wednesday, Thursday, Friday
15- Passenger Shuttle; Wheelchair & Ambulatory
Route Name: VFW ROSEDALE SHUTTLE
Passengers: VA Employees and VA beneficiary with escort
Route- Rosedale VFW / Loch Raven/ Baltimore VA Medical Center
Operates 7AM-4PM; Scheduled Service
Depart VFW
Arrive Loch Raven
Depart Loch Raven
Arrive Baltimore VA
Depart Baltimore VA
Arrive VFW
7AM
7:35AM
7:40AM
8:00AM
8:15AM
8:55AM
9:05AM
9:40AM
9:45 AM
10:05AM
10:20AM
11:00AM
11:10AM
11:45AM
11:50 AM
12:10PM
1:10PM
1:50PM
2PM
2:35PM
2:40PM
3PM
3:15PM
4PM
Monday, Tuesday, Wednesday, Thursday, Friday
15- Passenger Shuttle; Ambulatory Only


ADDRESS FOR SHUTTLE LOCATIONS
Baltimore VA Medical Center, 10 North Greene Street, Baltimore, MD 21201
Perry Point VA Medical Center, Perry Point, MD 21902
Washington VA Medical Center, 50 Irving St. NW, Washington, DC 20422
Glen Burnie Clinic, 808 Landmark Drive, Glen Burnie, MD 21061
Cambridge Clinic, 830 Chesapeake Drive, Cambridge, MD 21613
Rosedale VFW 8777 Philadelphia Rd, Rosedale, MD 21237-2318
Loch Raven Clinic, 3901 The Alameda, Baltimore, MD 21218
Lexington Market (Big Garage) 400 West Lexington Street, Baltimore, MD 21201
Lexington Market (Little Garage) 400 W. Lexington Street, Baltimore, MD 21201
Annex, 209 W. Fayette Street, Baltimore, MD 21201 (Parking garage will be drop off location)
Metro route Shuttle-B 110 E Baltimore Street ( Charles Street Metro Station)
MARC route Shuttle- 301 W Camden Street ( Camden Yard Station)
PENN Station route Shuttle- 1500 N Charles Street ( Baltimore Penn Station)
Arena route Shuttle- 99 S Howard Street ( Arena Parking Garage)
Lexington Market (Big) is the Paca Street Entrance
Lexington Small is the Greene Street Entrance.
Light Rail/Metro/Camden Route- This route covers the Camden & Charles Street Metro Station.

2.2. Performance and Notification
2.2.1 Contractor shall provide shuttle services utilizing vehicles capable of transporting safely and comfortably, per the hours stated under section 2.1 excluding all Federal Holidays. When transporting all passengers, contractor shall be in accordance with VHA DIRECTIVE 2008-020.
2.2.2 Electronic Transmissions: The Contractor shall propose an electronic media, (e.g. facsimile, e-mail), available at all times during the period of performance to communicate requirements such as patient incidents, requests for services, special correspondence, etc. with the VA. Use of this communication system will be mutually agreed upon after award but prior to contract performance.
2.2.3 Contractor Personnel Roster: Within seven (7) days after contract award the contractor shall provide the following employee information:
1. Name
2. Position
3. Title, and
4. Work assignment area
2.2.4 Thereafter, any personnel changes shall be submitted prior to any changes occur and only after approval of the Contracting Officer.
2.3. Contractor Personnel Qualifications
2.3.1 Contractor employees shall conduct themselves in a business-like manner at all times while on VA premises. Contractor shall furnish an identifying badge with name, function, and name of Contractor and a photograph of the employee. Contractor personnel will wear an appropriate and professional uniform. Appropriate and professional is defined as practical, clean and neat at all times. Undergarment should not be visible through or show outside of outer clothing. Shoes should be closed-toe and allow employee to respond to any type emergency. Hair should be neatly arranged. It is the contractor s responsibility to foster confidence and trust in patients, visitors, and employees through professional behavior and appearance. Contractor personnel performing contract services shall meet at all times the qualifications specified in this contract, as well as any qualifications required by Federal, State, County and local government entities from the place in which they operate.
2.3.2 Within seven (7) days after receipt of award notification, the contractor shall provide evidence of required training, certifications, licenses and any other qualifications required for this contract. The initial documentation shall be provided to the Contracting Officer (CO) prior to the commencement of performing any services under this contract.
2.3.3 During the period of performance, if the Contractor proposes to add-on or replace personnel to perform contract services, the Contractor shall submit the required evidence of training, certifications, licensing and any other qualifications to the Contracting Officer. At no time shall the Contractor utilize add-on or replacement personnel to perform contract services who do not meet the personnel qualifications of this contract and who have not been approved by the CO.
2.4. Transportation Driver
2.4.1 Contractor shall be responsible for using appropriate driver screening and selection criteria when employing drivers. Appropriate driver screening is defined as license criteria to operate appropriate vehicles and positive driving history. Such screening shall include but not limited to testing drivers for prohibited drug use and alcohol misuse; a criminal background check, to the maximum extent permitted by state law.
2.4.2 Drivers shall have a valid operator's license in accordance with Federal, State and local government requirements for their place of operation for the services they perform, be capable of administering oxygen and have successfully completed the Standard and Advanced First Aid Course of the American Red Cross and Basic Life Support CPR training or equivalent and be capable of providing first aid or CPR assistance.
2.4.3 Prior to the commencement of services under this contract, the Contractor is responsible for providing the CO with verification that drivers shall have the following before they provide any services related to this contract:
a. Health examinations including annual TB skin test result;
b. Either received the Hepatitis B vaccine series, or is immune as a result of acquired infection, or have been offered and refused the vaccinations;
c. Received measles-mumps-rubella (MMR) vaccine. Combined vaccine (MMR) is the vaccine of choice if individuals are likely to be susceptible to more than one of the three diseases and is required for all persons born after 1956;
d. A negative PPD within the last (6) months, or if a know reactor, a negative chest X-ray within the past year;
e. A history of varicella (chicken pox) or, if unknown, results of a varicella antibody test. If non-immune, must be vaccinated with varivax (chicken pox);
f. Received training in Universal Precautions and Blood Borne Pathogens, Hazardous Material Management, and Life Safety Management (fire preparedness).

2.5 Contractor Equipment, Vehicles and Inspection
2.5.1 The VA reserves the right to inspect contractor's equipment and vehicles or require documentation of compliance with contract specifications, and State laws, rules, regulations and guidelines governing transportation vehicles. VA inspections of contractor equipment will not constitute a warranty that the contractor's vehicles and equipment are properly maintained.
2.5.2 The VA reserves the right to restrict the Contractor's use of equipment and vehicles that are not in compliance with contract requirements. The restriction of such equipment and vehicles shall not relieve the contractor from performing in accordance with the strict intent and meaning of the contract and without additional cost to the VA.
2.5.3 Vehicles shall meet all current applicable Federal, State and local specifications and regulations including, but not limited to, licensing, registration, and safety standards.
2.5.4. Vehicles shall be clean and maintained in good repair in accordance with manufacturer's instructions and specifications, at all times during the performance of this contract.

2.5.5 The contractor shall not be permitted to borrow medical equipment from the Medical facilities. Contractor shall at no time and under any circumstances exchange equipment with VA. At no time will the Contractor leave vehicles on VA premises unless a pick-up or delivery is in process.

2.6 Contractor Performance
2.6.1 In the event, the Contractor is unable to perform services or have services performed as required, the Contractor shall immediately notify the VA COR manger and provide a justification for non-performance. The VA will re-procure services that cannot be performed by the Contractor. The Contractor shall indemnify the VA for excess re-procurement cost, which may result from the Contractor's inability to perform the required service or for non-response during off business hours. Payment of re-procurement costs shall not relieve the Contractor from any other provision in this contract. The VA will be the sole judge in determining when services will be re-procured. The failure of the Contractor to perform services within the required time frames and in accordance with terms and conditions may result in termination of the contract in accordance with FAR clause 52.212-4(m).
Contractor will be notified who will be the COR and who will be the Transportation Manager, prior to commencement of contract
2.6.2 Should the VA determine the immediate transportation is essential to prevent loss of life or serious bodily harm, transportation services may be procured without referral to the Contractor. In these extremely rare cases, no charge shall be levied against the Contractor.
2.7 Escort
2.7.1 The VA reserves the right to have an escort, such as a relative, or care provider of beneficiary or VA staff accompany beneficiary when the VA determines that such an escort is in the best interest of the beneficiary.
2.7.2 The VA will also be the sole judge in determining when an escort is required. There shall be no additional charge to the VA when escorts are authorized to travel with beneficiary. Contractor shall only be required to transport escort with patient and shall not be required to return the escort back to point of origin.
2.8 Substitution of Beneficiary
2.8.1 The VA reserves the right to substitute between beneficiaries requiring services at any time so as to prevent delays, cancellations, or dry runs. There shall be no additional charge to the VA when such changes occur.
2.13 Patient Rights
2.13.1 The contractor shall be courteous to VA beneficiaries and shall not smoke while transporting patients. Patients may bring a reasonable amount of equipment, such as folding wheelchair, consumable medical supplies and personal suitcase. When transporting patients to or from Medical facilities, the driver, acting for the Contractor, will ensure that the patient's luggage, medical records, medications, and prosthetic devices are properly accounted for and delivered with the patient as required.
2.13.2 The Contractor shall immediately notify the VA of any incidents involving injury to VA patients during transport. The Contractor shall promptly complete and submit to the Contracting Officer Technical Representative and the Contracting Officer, an Incident Report with all information felt to be necessary for any full review.
2.13.3 The Contractor shall notify the COR, in writing within 24 hours, of any complaints made by the patients with regards to transportation services. The Contractor may provide recommendations for improved services along with the patient complaints for the VA's review. No recommendation shall be construed as being effective until and unless it is provided as a written modification to the contract from the Contracting Officer.
2.13.4 The Contractor shall assist the beneficiary from the departure point to the vehicle and to their destination point.
2.15 Contractor's Responsibilities and Insurance Requirements
2.15.1 The Contractor shall obtain all necessary licenses and/or permits required to perform this work. Necessary licenses and permits required to perform are stated in VHA Directive 2008-020 in Section D.4. The Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. The Contractor shall be responsible for any injury to himself, his employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his or her employees' fault or negligence.
2.15.2 The Contractor shall maintain personal and automobile liability, and property damage insurance, as prescribed by the laws of the and in accordance with VAAR 852.237-71. Evidence of coverage is required before commencing work under this contract (copy of Certificate of Insurance), and it may not be changed or cancelled without thirty calendar days prior written notice to the COR.
2.16 Safety Requirements
2.16.1 In order to protect the lives and health of patients, the Contractor shall take such safety precautions as the Contracting Officer, or the COR, may determine to be reasonably necessary. Please reference VHA Directive 2008-020 in Section D.4.
2.16.2 The Contracting Officer, or the COR, will notify the Contractor of any safety non-compliance and the action to be taken.
2.16.3 The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order, stopping all or any part of the work.
2.16.4 Reference: VHA Directive 2008-020 April 16, 2008, Patient Transportation Program, April 16, 2008; Expires: April 30, 2013
2.17 Interference with Normal Functions
2.17.1 The Contractor s personnel may be required to interrupt their work at any time so as not to interfere with the normal functioning of the medical facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment and emergency and/or service carts. These interruptions should only be occasional. Any interruptions considered to be excessive should be brought to the attention of the Contracting Officer.
2.18 Contractor's Quality Control Program (QCP)
2.18.1The Contractor shall establish and maintain a complete QCP to assure the requirements of this contract are provided as specified. A copy of this QCP will be forwarded to the CO in the complete RFQ package submitted by the contractor. The QCP is separate from the required Management/Technical Capabilities that will be provided by the contractor. The CO will review the QCP and list any needed clarifications, and return to Contractor for response, if necessary. The Contractor's QCP shall include the following or have incorporated into during performance of contract, at a minimum:
2.18.2 An inspection plan covering all services required by this contract. The inspection plan must specify the areas to be inspected on either a scheduled or unscheduled basis and how often inspections will be accomplished and documented, and the title of the individual(s) who will perform the inspections.
2.18.3 On-site records of all inspections conducted by the Contractor noting necessary corrective action taken. The Government reserves the right to request copies of any and/or each inspection.
2.18.4 For methods used for identifying the quality of service performed please reference the Quality Assurance Surveillance Plan (QASP) located in Section D.2 QASP
2.18.5 On-site records of all vehicle maintenance and repairs performed on vehicles used in the performance of this contract. Institute methods to identify and prevent vehicle breakdowns, and detailed procedure for alternative transportation of patients in the event of mechanical breakdown of vehicle.
2.18.6 On-site records identifying the character, physical capabilities, certifications and ongoing training of each employee performing services under this contract.
2.18.7 The methods of identifying and preventing radio communication breakdowns. Provide a detailed procedure for alternative communications in the event of electronic and mechanical breakdown of vehicle two-way radios.
2.18.9 On-site records of any complaints or problems, with procedures taken to allow for corrections and/or elimination before effects caused interruption of performance of contract.

SECTION 3 - Government Furnished Property:
3.1 The government will provide two Government Owned Shuttle Vans for the Route Name: ANNEX GOVERNMENT OWNED SHUTTLE.

3.2 (1-each) 7-Passenger Shuttle WHEELCHAIR Government Owned Contractor Operated and (1-each) 7-Passenger Shuttle REGULAR Government Owned Contractor Operated.

SECTION 4 - Contractor Furnished Equipment and Supplies.
The Contractor shall furnish all equipment and supplies not identified in Section 3 of the SOW as Government-Furnished supplies and equipment or specifically identified in this section.
4.1 Contractor Vehicles
4.1.1 Vehicles shall contain at a minimum, the following:
4.1.2 Side and rear loading doors shall be operational from both inside and outside vehicle.
4.1.3 Steps shall be treated with non-skid material.
4.1.4 Vehicle shall have safety belts for all occupants.
4.1.5 Vehicle shall have heating, air conditioning and adjustable temperature controls.
4.1.6 Vehicle shall contain four (4) emergency flares and warning lights, and one (1) five (5) pound
ABC rated fire extinguished with fire extinguisher tag showing record of inspections.
4.1.7 Vehicle shall contain a First Aid Kit with a minimum of the following: band-aids, gauze, elastic bandages, sterile gauze pads, triangular bandages, cleansing wipes, tape, scissors, eye pads, and ammonia inhalants. All items shall be packed in sterile containers.
4.1.8 Vehicle shall have two (2) clean blankets. Each time a blanket is used during the performance of this contract, the contractor is required to replace the used blanket with a clean blanket
4.1.9 Vehicle shall have on board supplies to provide infections control precaution procedures.
4.1.10 a two-way radio or cellular phones that shall be fully operational at all times during contract performance.
B.3 SCHEDULE
The Contractor is to provide all personnel, vehicles, equipment, supervision, etc. to provide SHUTTLE SERVICE to VISN 5 in accordance with the Statement of Work, terms, conditions, provisions, specifications, and schedules of this solicitation. The contract period will consist of a base period with four (4) one-year renewable options at the government s discretion.
0001 BASE PERIOD: October 1, 2018 through September 30, 2019

ITEM BUS/VAN SERVICE
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
1.
Shuttle Service between Perry Point, MD and Baltimore VAMHCS, (see Section D for actual schedule)
12
mo


2.
Shuttle Service between Washington, DC and Baltimore VAMHCS,(see Section D for actual schedule)
12
mo


3.
Shuttle Service between Glen Burnie, MD and Baltimore VAMHCS, (see Section D for actual schedule)
12
mo


4.
Shuttle Service between Cambridge, MD and Baltimore VAMHCS, (see Section D for actual schedule)
12
mo


5.
Shuttle Service between Fort Howard, MD and Baltimore VAMHCS, (see Section D for actual schedule)
12
mo


6.
Shuttle Service between Loch Raven Clinic and Baltimore VAMHCS. (see Section D for actual schedule)
12
mo


7.
Shuttle Service between Little Lexington Market Garage and Baltimore VAMHCS,(see Section D for actual schedule)
12
mo


8.
Shuttle Service between Big Lexington Market Garage and Baltimore VAMHCS,(see Section D for actual schedule)
12
mo


9.
Shuttle Service between Baltimore VA and Annex Space (see Section D for actual schedule)
12
mo



BASE YEAR ONE TOTAL $________________________________

AGGREGATE TOTAL $_________________________________________





0002 Option year 1: October 1, 2019 through September 30, 2020

ITEM BUS/VAN SERVICE
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
1.
Shuttle Service between Perry Point, MD and Baltimore VAMHCS, (see Section D for actual schedule)
12
mo


2.
Shuttle Service between Washington, DC and Baltimore VAMHCS,(see Section D for actual schedule)
12
mo


3.
Shuttle Service between Glen Burnie, MD and Baltimore VAMHCS, (see Section D for actual schedule)
12
mo


4.
Shuttle Service between Cambridge, MD and Baltimore VAMHCS, (see Section D for actual schedule)
12
mo


5.
Shuttle Service between Fort Howard, MD and Baltimore VAMHCS, (see Section D for actual schedule)
12
mo


6.
Shuttle Service between Loch Raven Clinic and Baltimore VAMHCS. (see Section D for actual schedule)
12
mo


7.
Shuttle Service between Little Lexington Market Garage and Baltimore VAMHCS,(see Section D for actual schedule)
12
mo


8.
Shuttle Service between Big Lexington Market Garage and Baltimore VAMHCS,(see Section D for actual schedule)
12
mo


9.
Shuttle Service between Baltimore VA and Annex Space (see Section D for actual schedule)
12
mo



BASE YEAR ONE TOTAL $________________________________

AGGREGATE TOTAL $_________________________________________










0003 Option year 2: October 1, 2020 through September 30, 2021

ITEM BUS/VAN SERVICE
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
1.
Shuttle Service between Perry Point, MD and Baltimore VAMHCS, (see Section D for actual schedule)
12
mo


2.
Shuttle Service between Washington, DC and Baltimore VAMHCS,(see Section D for actual schedule)
12
mo


3.
Shuttle Service between Glen Burnie, MD and Baltimore VAMHCS, (see Section D for actual schedule)
12
mo


4.
Shuttle Service between Cambridge, MD and Baltimore VAMHCS, (see Section D for actual schedule)
12
mo


5.
Shuttle Service between Fort Howard, MD and Baltimore VAMHCS, (see Section D for actual schedule)
12
mo


6.
Shuttle Service between Loch Raven Clinic and Baltimore VAMHCS. (see Section D for actual schedule)
12
mo


7.
Shuttle Service between Little Lexington Market Garage and Baltimore VAMHCS,(see Section D for actual schedule)
12
mo


8.
Shuttle Service between Big Lexington Market Garage and Baltimore VAMHCS,(see Section D for actual schedule)
12
mo


9.
Shuttle Service between Baltimore VA and Annex Space (see Section D for actual schedule)
12
mo



BASE YEAR ONE TOTAL $________________________________

AGGREGATE TOTAL $_________________________________________



`
0004 Option year 3 October 1, 2021 through September 30, 2022

ITEM BUS/VAN SERVICE
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
1.
Shuttle Service between Perry Point, MD and Baltimore VAMHCS, (see Section D for actual schedule)
12
mo


2.
Shuttle Service between Washington, DC and Baltimore VAMHCS,(see Section D for actual schedule)
12
mo


3.
Shuttle Service between Glen Burnie, MD and Baltimore VAMHCS, (see Section D for actual schedule)
12
mo


4.
Shuttle Service between Cambridge, MD and Baltimore VAMHCS, (see Section D for actual schedule)
12
mo


5.
Shuttle Service between Fort Howard, MD and Baltimore VAMHCS, (see Section D for actual schedule)
12
mo


6.
Shuttle Service between Loch Raven Clinic and Baltimore VAMHCS. (see Section D for actual schedule)
12
mo


7.
Shuttle Service between Little Lexington Market Garage and Baltimore VAMHCS,(see Section D for actual schedule)
12
mo


8.
Shuttle Service between Big Lexington Market Garage and Baltimore VAMHCS,(see Section D for actual schedule)
12
mo


9.
Shuttle Service between Baltimore VA and Annex Space (see Section D for actual schedule)
12
mo



BASE YEAR ONE TOTAL $________________________________

AGGREGATE TOTAL $_________________________________________

0005 Option year 4; October 1, 2022 through September 30, 2023

ITEM BUS/VAN SERVICE
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
1.
Shuttle Service between Perry Point, MD and Baltimore VAMHCS, (see Section D for actual schedule)
12
mo


2.
Shuttle Service between Washington, DC and Baltimore VAMHCS,(see Section D for actual schedule)
12
mo


3.
Shuttle Service between Glen Burnie, MD and Baltimore VAMHCS, (see Section D for actual schedule)
12
mo


4.
Shuttle Service between Cambridge, MD and Baltimore VAMHCS, (see Section D for actual schedule)
12
mo


5.
Shuttle Service between Fort Howard, MD and Baltimore VAMHCS, (see Section D for actual schedule)
12
mo


6.
Shuttle Service between Loch Raven Clinic and Baltimore VAMHCS. (see Section D for actual schedule)
12
mo


7.
Shuttle Service between Little Lexington Market Garage and Baltimore VAMHCS,(see Section D for actual schedule)
12
mo


8.
Shuttle Service between Big Lexington Market Garage and Baltimore VAMHCS,(see Section D for actual schedule)
12
mo


9.
Shuttle Service between Baltimore VA and Annex Space (see Section D for actual schedule)
12
mo



BASE YEAR ONE TOTAL $________________________________

AGGREGATE TOTAL $_________________________________________


NOTES: In accordance with FAR 52.222-43, Fair Labor Standards Act and Service Contract Act Price Adjustment (Multiple Year and Option Contracts), option year pricing shall not include any allowance for any contingency to cover increased labor rates resulting from incorporation of a new Department of Labor wage determination at the beginning of each option year period. This clause provides for an adjustment to contract price to cover increased wage and fringe benefit costs if necessary to comply with a new wage determination; and an adjustment to contract price shall be requested by the Contractor within thirty (30) days after receiving a new wage determination, if required by the Contractor to comply with the new wage determination.


This announcement is for planning purposes only and does not constitute a solicitation for competitive bids/proposals. This announcement is not to be construed as a commitment by the Department of Veterans Affairs.B No contract will be awarded from this announcement.B All interested parties who believe they can meet the requirements are invited to submit responses, via e-mail to: gary.phinney@va.gov. The subject line of the email shall be: Shuttle Service Project - Your Company Name. No telephone calls will be accepted.B Responses to the Sources Sought Synopsis shall be received no later than 5:00 PM (Eastern Standard Time) on 29 December 2017. B

In order to be considered, you are requested to provide, at a minimum, the following information in your response and/or narrative:

Company name, address and phone number.
Company name, address, and phone number.
Company DUNS number and point of contact with phone number and email address.
Socio-Economic Category.B Business size (e.g. certified 8(a), small business, women-owned small business, small disadvantaged business, Historically Underutilized Business Zone (Hub zone) small business, service-disabled veteran-owned small business, or veteran-owned small business) to include any official teaming arrangements as a partnership or joint venture.
Bonding capacity and bonding information.
Written confirmation your company intends to submit an offer. (Request you only respond if you have a genuine interest in the project.)
Company profile to include the certified NAICS code for which it is registered.
Evidence your company has received a contract of similar magnitude and scope, conducts business, or has bid on, similar work in the general locality of the project.
If your company has not done business in the general locality, explain why your company is interested in the project and how you intend to overcome the obstacles of bidding and working in a new location (i.e. subcontractor and supplier plans, superintendence, project management, customer relations, etc.).
Details of similar projects and state whether you were the Prime or Subcontractor:B B Required, at a minimum,B three (3) projects completed within the last five (5) years that are similar in size and scope to the work that will be required under this project. Details shall include:
Name of Project
Name of Owner and Contact Information
Value of Project
Brief description of the project
The role of your company on the project (prime contractor, subcontractor and type of work performed)
Submittal Instructions. No more than five (5) standard (8 B= x 11 ) pages with 1 inch margins on all sides and font no smaller than 10pt will be accepted. Any pages after the first 5 will be discarded.

Statement of Confidentiality: Information provided in the response to this notice will be held in strict confidence.B Responses will be shared with the Government and project management team.

Note: The government will not reimburse responders for any cost associated with providing information in response to this announcement.B

GARY PHINNEY
410-691-7310
GARY.PHINNEY@VA.GOV

gary.phinney@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP