The RFP Database
New business relationships start here

Armored Car Cash Services for the VA Northern California Health Care locations at Martinez, Mather, Mare Island, and Oakland California.


Nevada, 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:
36C26119Q0413
Posted Date:
8 March 2019
Original Response Date/Time:
22 March 2019 / 2:00PM PDT
Current Response Date:
22 March 2019 / 2:00PM PDT
Product or Service Code:
V127
Set Aside:
None
NAICS Code:
561613
Contracting Office Address
VA Southern Nevada Healthcare System
6900 N. Pecos Road, Building 6
North Las Vegas, NV 89086
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, and Part 13, 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), and is posted as unrestricted open market. The Department of Veteran Affairs Northern California Healthcare System is intending to award a Firm Fixed Price (FFP) contract as a result of this combined notice.

Evaluation:
Award will be based on simplified evaluation procedure using a comparative evaluation of qualified quotes received in response to this combined notice for determining which offer is of best value to the Government for meeting the requirements of the statement of work as stated herein. Qualified offers are required to be licensed in the State of California for providing armored car services. Any anticipated fees or surcharges need to be included in the firm fixed prices quoted in the table provided.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, dated 10-26-2018.

The associated North American Industrial Classification System (NAICS) code for this procurement is 561613, with a small business size standard of $20.5M.

The services required are covered under the Service Contract Act wage determinations for armored car courier services in the California locations of Mather, Mare Island, Martinez, and Oakland for a one-year base period.

Evaluation of Options:
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price.
Evaluation of options will not obligate the Government to exercise the option(s).
(NOTE: Offeror is NOT to quote on the Option to Extend Services)

The services are for the following:

Services
Line Item
Description
Qty/Unit
Unit Price
Total Price
0001
Pickup cash from the Agent Cashier Mare Island Vallejo location Monday through Friday (5 days) between the hours of 8:30AM to 2:30PM and deliver to Cashier at Martinez location within 2 business days. (Base Year)
12 MO
$
$
0002
Pickup cash from the Agent Cashier Mare Island Vallejo location Monday through Friday (5 days) between the hours of 8:30AM to 2:30PM and deliver to Cashier at Mather location within 2 business days. (Base Year)
12 MO
$
$
0003
Pickup cash from the Agent Cashier Mare Island Vallejo location on Wednesday (1 day) between the hours of 8:30AM to 2:30PM and deliver to Cashier at Oakland location within 2 business days. (Base Year)
12 MO
$
$
0004
Pickup cash from Cashier at the Martinez location Monday through Friday (5 days) between the hours of 8:30AM to 2:30PM and deliver to Agent Cashier at Mare Island Vallejo location within 2 business days. (Base Year)
12 MO
$
$
0005
Pickup cash from Cashier at the Mather, Sacramento location Monday through Friday (5 Days) between the hours of 8:30AM to 2:30PM and deliver Agent Cashier Mare Island Vallejo location within 2 business days. (Base Year)
12 MO
$
$
0006
Pickup cash from the Martinez Canteen location on Tuesday and Thursday (2 days) between the hours of 8:30AM to 2:30PM and deliver to the West America Bank, Martinez location within 2 business days. (Base Year)
12 MO
$
$
0007
Pickup cash from the Mather Canteen location on Tuesday and Friday (2 days) between the hours of 10:00AM to 2:00PM and deliver to the Bank of America, West Sacramento location within 1 business day. Cash may need to be delivered from the Bank of America to the Mather Canteen location on these same days and during the same hours, if cash is called in one day prior. (Base Year)
12 MO
$
$
Total Base Year
$

STATEMENT OF WORK
Department of Veterans Affairs Northern California HCS
ARMORED CAR SERVICES

Contractor shall furnish all necessary labor, supplies (includes high density Tamper-Evident and Federal Reserve Compliant Bank Deposit plastic bags), equipment, transportation, and insurance to provide Armored Car Services for the VA Northern California Health Care System (VANCHCS), Canteen Services and Agent Cashier Offices in accordance with specification and requirements herein for the following period of performance: One-year base period, with 4 one-year option periods.

VANCHCS locations:
Mare Island 201 Walnut Avenue, Vallejo, CA 94592.
Martinez 150 Muir Road, Martinez, CA 94553.
Mather 10535 Hospital Way, Sacramento CA 95655
Oakland 525 21st Street, Oakland, CA 94612

Service shall consist of:

Contractor shall provide armored car services for pickup cash from Agent Cashier at 201 Walnut Avenue (Top floor - Room 2104), Vallejo (Mare Island), CA 94592 5 days a week (Monday Friday) between the hours of 8:30 A.M.- 2:30 P.M. and deliver these funds to:
Martinez Cashier at 150 Muir Road (Bldg 19, Room # A115), Martinez, CA 94553. Funds must arrive at Martinez location within 2 business days.
Mather Cashier at 10535 Hospital Way (Bldg.650, Room B-240), Sacramento CA 95655. Funds must arrive at Mather location within 2 business days.
Contractor shall provide armored car services for pickup cash from Agent Cashier at 201 Walnut Avenue (Top floor - Room 2104), Vallejo (Mare Island), CA 94592 1 day a week (Wednesday) between the hours of 8:30 A.M.- 2:30 P.M. and deliver these funds to:
Oakland Cashier at 525 21st Street, Oakland, CA 94612. Funds must arrive at Oakland location within 2 business days.
During five days a week (Monday - Friday) between the hours of 8:30 A.M.-2:30 P.M., Contractor shall provide armored car services for pickup cash from Martinez Cashier at 150 Muir Road (Bldg 19, Room # A115,), Martinez, CA 94553 and deliver these funds to Agent Cashier at 201 Walnut Avenue (Top floor - Room 2104), Vallejo, CA 94592. Funds must arrive at Vallejo location within 2 business day.
During five days a week (Monday - Friday) between the hours of 8:30 A.M.-2:30 P.M. Contractor shall provide armored car services for pickup cash from Mather Cashier at 10535 Hospital Way (Bldg. 650, Room B-240), Sacramento CA 95655 and deliver these funds to Agent Cashier at 201 Walnut Avenue (Top floor - Room 2104), Vallejo, CA 94592. Funds must arrive at Vallejo location within 2 business day.
During two days a week (Tuesday and Thursday) between the hours of 8:30 A.M.-2:30 P.M. , Contractor shall provide armored car services for pickup cash from Martinez Canteen at 150 Muir Road (Bldg. 20, Room H127B,), Martinez, CA 94553 and deliver these funds to West America Bank 590 Center Avenue, Martinez, CA 94553. Funds must arrive at West America Bank location within 2 business day.
Contractor shall provide armored car services for Mather Canteen at 10535 Hospital Way (Bldg. 650, Room FS 113), Sacramento CA 95655 to:
During two days a week (Tuesday and Friday) between the hours of 8:30 AM & 2:30 PM, pick up cash from Mather Canteen and deliver these funds to Bank of America 1320 Industrial Blvd, West Sacramento, CA 95691. Funds must arrive at Bank of America location within 2 business days.
During two days a week (Tuesday and Friday) between the hours of 8:30 A.M. & 2:30 P.M., deliver cash to Mather Canteen from Bank of America 1320 Industrial Blvd, West Sacramento, CA 95691. Cash (Coins) is called from Canteen into Bank of America day prior to delivery

In the event the day designated for the performance of services shall be a federal, bank, legal or other holiday, or in the event of some other irregularity, performance shall be made on the next workday, unless stated otherwise.

Late Delivery: If, for any reason (traffic, truck break-down, or any other delays), deliveries and pick-ups are anticipated to fall outside of the mandatory window listed above for each of the facility, the contractor shall notify the impacted Agent Cashier and Canteen Service immediately by phone. Deliveries/pick-ups attempted, but not fulfilled, outside the mandatory window, is deemed to be non-compliant, must be made as soon as possible the following business day, and are not considered emergency deliveries. Hours of operation are 8 a.m. to 4:30 p.m., so business cannot be conducted outside of those hours.

Security Requirements: Contractor shall provide the Technical Point of Contact (TPOC) a list of personnel authorized for pick-up and delivery of currency to and from the VANCHCS, within five (5) calendar days after receipt of notice of award. This list of names shall include:
Complete Name (printed)
Agent s hand-written signature
Identification badge ID Number
This list shall be used to identify the contractor s personnel by name, signature, and badge number. No currency shall be turned over to personnel not meeting this requirement.
The contractor shall provide TPOC a list of contractor personnel with ID badge numbers, previously on the authorized list of agents that are no longer authorized by the contractor for pick-up and delivery of VA currency, within 24 hours of rescission of agent s authority. Contractor shall remain liable for these personnel until such notification is received by the TPOC.

Badges: All contractor personnel authorized for pick-up and delivery of currency to and from the VANCHCS shall bear the contactor s identification badge with name, signature, and badge number clearly visible, and which is consistent with the name, signature, and badge number on the list of authorized agents provided by the contractor.

Due to the sensitive nature of transporting cash, subcontracting is not allowed.

Average daily liability for the Agent Cashier funds will be $10,000 with a peak liability of $25,000. Average daily liability for the Veterans Canteen Service Cashier funds will be $25,000 with a peak liability of $50,000.

NOTE: In the event of a delay or problem with the bank, the carrier shall notify the Agent Cashier and TPOC of the delay prior to departing the bank.

The VANCHCS agrees that it will prepare in securely and distinctively sealed and/or locked packages or containers properly tagged or marked with the name of the designated consignee thereof all funds, securities, and/or instruments for prompt delivery to the contractor pursuant thereto. Deposits must be ready at time of pickup. Contractor will be required to wait no longer than five (5) minutes.

If storage of deposits is required in company vault overnight or weekend, deposit of money will be made morning of workday following pickup. Receipt shall be obtained from bank and delivered to the appropriate VA office.

Additional unscheduled trips may be required, with no more than 2 per month.

The contractor's responsibility for the safekeeping of shipment shall commence when the contractor has received the same and a receipt provided and shall terminate when delivery is completed. A record of all deliveries and pickups will be maintained in an accountable register furnished by the contactor. Contractor will provide VANCHCS personnel with a listing of names and identification of authorized messengers.

The contractor will be liable for the loss of shipments delivered into its possession if they should fail to deliver shipments to the consignee(s) in the same condition as when delivered to and receipted for by the contactor. A receipt by the consignee(s) shall be conclusive evidence that supplement was received securely sealed and that the package(s) were free from any cuts, holes, or other defects which could permit a loss of the contents. All deposits will be transported in a locked bag.

All firearms shall be holstered or secured while inside the medical center.

Bagged money returned to VANCHCS must be handled carefully in such a manner to prevent rolled coins from breaking open.

Liability Insurance: It is understood and agreed that the maximum liability shall not exceed five hundred thousand dollars ($500,000.00) per trip and vehicle insurance in the same amount. Liability shall commence when deposits have been received into the contactor's possession and shall terminate when same have been delivered to the consignee, provided, however, that in any case where any deposits are delivered to the contactor not distinctly and securely sealed, the contactor shall not be liable for any shortage claimed in such deposit. In the case where change is returned, the same policy shall apply. Proof of insurance is required prior to commencement of services.

Evidence of Coverage: Before commencing work under this contact, the contractor shall furnish the Contracting Officer with certification from his insurance company indicating proof of proper coverage by bond on all risk insurance against theft and/or loss of goods, materials, cash, checks or other securities totaling up to five hundred thousand dollars ($500,000.00) entrusted in his care by the VANCHCS and the Veterans Canteen Service. Bidder will provide a certificate of insurance evidencing its all risk coverage.

The successful contractor agrees to procure and maintain workmen's compensation and employer s public liability insurance in accordance with the laws of the State of California while this contact is in effect. Before commencing work under this contact, the successful contractor shall furnish to the Contacting Officer a certificate from his insurance company indicating that the coverage required has been obtained and that such coverage may not be changed or cancelled unless 30 days advance written notice is provided to the Contracting Officer.


Additional Requirements:

The responsibilities of the Contracting Officer (CO) are to administer the contract and ensure that the contractor performs in accordance with contract documents. The CO is the only responsible official for the Government in all-contractual matters that involve change, direction, work performance, time and money. All correspondence and any questions shall be directed to the CO for advisement.

Any technical questions pertaining to this contract should be directed to the TPOC. The Contractor may be held liable if they follow direction for which the TPOC has no authority to issue.

Business Hours: The administrative business hours for VANCHCS are 8:00am - 4:30pm, Monday through Friday, Federal Holidays excluded.

Technical Point of Contact: Added at time of award.

Conduct: The Contractor and any employees are subject to the same rule of conduct and standards as Government employees.

No alcoholic beverages or drugs are allowed on the installation. The VA has implemented a smoke free environment policy. There are authorized smoking areas outdoors.
(End of SOW)

It is anticipated that a firm-fixed price purchase order will be awarded as a result of this synopsis/solicitation. Licensed sources with capability for providing armored car courier services in Northern California are invited to submit offers in accordance with the requirements stipulated in this solicitation. Award shall be made using comparative evaluation procedures for meeting or exceeding the requirements of this solicitation.
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
The full text of VAAR provisions or clauses may be accessed electronically at
https://www.va.gov/oal/library/vaar/index.asp

The following FAR solicitation provisions apply to this acquisition:
FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)
FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017)
FAR 52.212-2, Evaluation Commercial Items (Oct 2014) Comparative Evaluation.
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Jan 2017)

Offerors must complete annual representations and certifications on-line at http://www.sam.gov/portal. in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items.

The following VAAR solicitation provisions apply to this acquisition:

VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008)

The following FAR contract clauses apply to this acquisition:
FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998)
FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2017)
FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub.L. 109-282) (31 U.S.C. 6101 note)
FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note)
FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 657f)
FAR 52.222-3, Convict labor (June 2003) (E.O. 11755)
FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015)
FAR 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246)
FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015)
FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793)
FAR 52.222-37, Employment Reports on Veterans (Feb 2016)
FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627)
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513)
FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)
FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332)
FAR 52.222-41, Service Contract Labor Standards (May 2014)
FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014)
This Statement is for Information Only:
It is not a Wage Determination
Employee Class
Monetary Wage Fringe Benefits
WG-5
$23.78 + 33.4%

FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (Aug 2018)
FAR 52.217-8, Option to Extend Services (Nov 1999) Within 30 Days.
The following VAAR contract clauses apply to this acquisition:
VAAR 852.203-70 Commercial Advertising (Jan 2008)
VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012)
VAAR 852.237-70 Contractor Responsibilities (Apr 1984) - California

All "quoters" shall submit the following: one copy of quote with unit price and extensions for each line item, totaled for each year, and totaled for all.

All "quotations shall be sent to the Department of Veterans Affairs, 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086 via email address at thomas.mclain@va.gov .

This is an open-market combined synopsis/solicitation for services as defined herein.B B The government intends to award a purchase order award as a result of this combined synopsis/solicitation to a qualified source, and that will include the terms and conditions as set forth herein.

Submission shall be received not later than 14:00 PDT on 22 March 2019 at Department of Veterans Affairs, 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086. Email quotes to thomas.mclain@va.gov. 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 contract specialist, Thomas McLain at email address: thomas.mclain@va.gov. All questions regarding this solicitation are required to be submitted not later than 16:00 PDT on 21 March 2019 in order to render a response prior to the closing date and time of this solicitation.
Point of Contact
Contract Specialist: Thomas McLain, (702) 791-9000 x 18929, email: thomas.mclain@va.gov.
(End of Combined Notice)

Thomas McLain 702-791-9000 x18929

Thomas.McLain@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP