Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2019 FBO #6327
SOLICITATION NOTICE

V -- Armored Car Services for delivery of cash deposits

Notice Date
3/19/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
561613 — Armored Car Services
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
36C25219Q0392
 
Response Due
4/2/2019
 
Archive Date
6/1/2019
 
Point of Contact
217-554-4544
 
Small Business Set-Aside
N/A
 
Description
Attachment 2: Combined Synopsis/Solicitation for Commercial Items VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 1 of 4 Original Date: 10/12/17 Revision 01 Date: 01/08/18 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25219Q0392 Posted Date: 03/19/2019 Original Response Date: 04/02/2019 Current Response Date: 04/02/2019 Product or Service Code: V127 Set Aside (SDVOSB/VOSB): Unrestricted NAICS Code: 561613 Contracting Office Address Great Lakes Acquisition Center VA Iliana Healthcare System 1900 East Main Street Danville Illinois 61832 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). This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 561613, with a small business size standard of $20.5 million. The VA Iliana Healthcare System, 1900 East Main Street, Danville Illinois is seeking to purchase Armored Car Services for the daily pickup and delivery of bank transactions. All interested companies shall provide quotations for the following: Schedule Base Year 05/01/2019-04/30/2020 Line Item Description Quantity Unit Unit Price Total Price 0001 Armored Car Service for the delivery of cash and check deposits from Agent Cashier in Bldg. 98 rm 1010 and the Canteen Services in Bldg. 104 rm 106A1 to Old National Bank at 2 West Main Street, Danville, IL 61832. Services to be performed according to the Statement of Work. 12 MO Option One 05/01/2020-04/30-2021 0002 Armored Car Service for the delivery of cash and check deposits from Agent Cashier in Bldg. 98 rm 1010 and the Canteen Services in Bldg. 104 rm 106A1 to Old National Bank at 2 West Main Street, Danville, IL 61832. Services to be performed according to the Statement of Work. 12 MO Option Two 05/01/2021-04/30-2022 0003 Armored Car Service for the delivery of cash and check deposits from Agent Cashier in Bldg. 98 rm 1010 and the Canteen Services in Bldg. 104 rm 106A1 to Old National Bank at 2 West Main Street, Danville, IL 61832. Services to be performed according to the Statement of Work. 12 MO Option Three 05/01/2022-04/30-2023 0004 Armored Car Service for the delivery of cash and check deposits from Agent Cashier in Bldg. 98 rm 1010 and the Canteen Services in Bldg. 104 rm 106A1 to Old National Bank at 2 West Main Street, Danville, IL 61832. Services to be performed according to the Statement of Work. 12 MO Option Four 05/01/2023-04/30-2024 0005 Armored Car Service for the delivery of cash and check deposits from Agent Cashier in Bldg. 98 rm 1010 and the Canteen Services in Bldg. 104 rm 106A1 to Old National Bank at 2 West Main Street, Danville, IL 61832. Services to be performed according to the Statement of Work. 12 MO Services Statement of Work Armored Car Services for Iliana Health Care System Contract Scope Vendor to provide Armored Car Services to the Iliana Health Care System, 1900 East Main Street, Danville, Illinois 61832 to deliver cash and check deposits from the Agent Cashier in Building 98 Room 1010 and the Canteen Service Building 104 Room 106A1 to Old National Bank at 2 West Main Street, Danville Illinois 61832. Description of Work Vendor to provide all labor, material, equipment and supervision to provide armored car services to securely deliver cash and check deposits from Iliana Health Care System 1900 East Main Street Danville Illinois 61832 to Old National Bank 2 West Main Street Danville Illinois 61832. Cash Deposits will be ready for pick up at the Agent Cashiers office in Building 98 room A2 and Canteen Service Building 104 Room 106A1 by 10:30am Monday through Friday, excluding Federal Holidays. Daily, Contractor shall start the run at Old National Bank and pick-up transactions for the Iliana Health Care System to be delivered by 10:30 am to the Agent Cashier and Canteen Service. Contractor shall then pick up transactions from the Agent Cashier and Canteen Service to be delivered back to Old National Bank. Transactions are placed in locked bags and are labeled. The Old National Bank and Iliana Health Care System have keys to the bags. Upon pick up of transactions at the Iliana Health Care System vendor will be responsible for signing a shipment of values, GSA Form 1011, see Attachment A. Delivery Locations Old National Bank 2 West Main Street, Danville, Illinois 61832 Agent Cashier Building 98 room A2 VA Iliana Health Care System, 1900 East Main Street, Danville, Illinois 61832 Canteen Service Building 104 Room 106A1 Delivery Times Contractor to begin daily runs at Old National bank to secure transactions to be delivered to VA Iliana Health Care System by 10:30 am daily, Monday through Friday, excluding federal Holidays. Additional Requirements Employee Qualifications: Employees shall be able to communicate with personnel with tact and courtesy. Employees shall be technically proficient in the skills necessary to fulfill the Government's requirements, to include the ability to speak, understand, read and write English fluently. Certificates: Any certificates of training or education that the driver and/or attendant have had that pertains to this type of service shall be furnished to the Contracting Officer Background Investigations: The Contractor shall provide the Contracting Officer with a copy of the background investigation done on all drivers and/or attendants that shall be performing under this contract. Vehicles: Vehicles used in the performance of this contract shall be registered and inspected and meet all minimum vehicle requirements as mandated by the State of Illinois. Insurance: Contractor must provide proof of liability insurance, workers compensation and vehicle insurance before performance of contract begins. Locality A. Due to the importance of the daily transactions with Old National Bank it is required that the contractor shall provide written assurance that all deliveries will be met unless an Act of God prohibits the service in any way. Contractor must have facilities or demonstrated resources within a reasonable locality to the facility that can provide services at the requested times and days. Payment Contractor to submit invoices monthly in arrears. Place of Performance Address: VA Iliana Healthcare System 1900 East Main Street Danville Illinois Postal Code: 61832-5198 Country: UNITED STATES Award shall be made to the quoter whose quotation offers the lowest-priced offer meeting or exceeding the acceptability standards for non-cost factors. The government will evaluate information based on the following evaluation criteria: DOCUMENTATION OF TECHNICAL ACCEPTABILITY The following Evaluation Factors will be used as the basis for determining Technical Acceptability: FACTOR 1: QUALIFICATIONS OF KEY PERSONNEL To be Technically Acceptable, offerors must demonstrate that they have the personnel who possess the appropriate qualifications and experience to perform the services as identified in the Statement of Work. Offerors shall provide the following information on each proposed contract provider: A. Provide a list of the names Key Personnel to be utilized in the performance of this contract, along with a copy of their resumes/curriculum vitae, and a description of the particular services to be provided by such personnel. B. Relevant experience regarding the requirements of the Statement of Work C. Skills assessments, competencies and evaluation documenting performance D. Offerors shall indicate which subcontractor, if subcontractor s will be used, and provide the necessary information for the subcontractor s personnel. FACTOR 2: MANAGEMENT CAPABILITY To be Technically Acceptable, offerors must demonstrate that the firm s management possesses the required knowledge, experience, plans, controls, approach and other capabilities to perform the services as identified in the Statement of Work. Offerors shall provide the following information: A. Describe firm s ability to provide the full range of services as outlined in the statement of work to include Armored Car Services to the Iliana Health Care System, 1900 East Main Street, Danville, Illinois 61832 to deliver cash and check deposits from the Agent Cashier in Building 98 Room 1010 and the Canteen Service Building 104 Room 106A1 to Old National Bank at 2 West Main Street, Danville Illinois 61832. B. Describe firm s knowledge and experience in providing Armored Car Services. C. Describe the firm s ability to provide vehicles that shall be registered and inspected and meet all minimum vehicle requirements as mandated by the State of Illinois. FACTOR 3: PAST PERFORMANCE To be Technically Acceptable, the information reviewed by the Government shall clearly indicate that the offeror possesses the ability to satisfactorily perform the contract. Past Performance evaluations will be conducted using information provided with the offer, information obtained from references, information obtained from the Past Performance Information Retrieval System (PPIRS), the Federal Awardee Performance & Integrity Information System (FAPIIS) and information from any other sources deemed appropriate. When evaluating past performance, the Government may consider the currency and relevancy of the information, the source of the information, the context of the data provided, and the general trends in the contractor s performance. An offeror that has no available relevant past performance history will not be evaluated favorably or unfavorably. Such offerors may submit relevant past performance information regarding: predecessor companies; key personnel who have relevant experience; or subcontractors that will be performing major or critical aspects of this requirement; The Government reserves the right to obtain past performance information from any available source and may contact customers other than those identified by the Offeror when evaluating past performance. Offerors may provide information on problems encountered on the identified contracts and the offeror s corrective actions. The Offeror shall list a minimum of one (1) and a maximum of five (5) most recent completed projects of similar size and scope during the last three (3) calendar years along with Point of Contact (POC) information (Name, Address, Telephone Number, Email Address and Fax Number) of a POC of the owner of those projects or person who represented the owner and would have the most detailed information about the Offeror s performance. The Offeror shall provide the attached Past Performance Evaluation Questionnaire (Attachment 3 under Section D) form to each of the owners listed for these projects and require that the form be completed and returned DIRECTLY to the Contracting Officer no later than the date and time established for receipt of proposals. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items [OCT 2018] FAR 52.212-3, Offerors Representations and Certifications Commercial Items [OCT 2018] 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) (DEVIATION) 52.212-2 Evaluation-Commercial Items (OCT 2014) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [OCT 2018] 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) 852.203-70 Commercial Advertising (MAY 2008) 852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018) 852.228-71 Indemnification and Insurance (MAR 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.237-70 Contractor Responsibilities (APR 1984) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [JAN 2019] The following subparagraphs of FAR 52.212-5 are applicable: subparagraph (b) (4),(8),(22),(25), (27), (28),(30),(32), (33), (42),(49),(55) Subparagraph (c ) (1) (2),(3),(8), (9) Wage Determination 2015-5021 shall apply All quotations shall be sent to the Contracting Officer via U.S.P.S regular mail, commercial overnight delivery or hand-delivered. It may also be emailed to Kevin Adkins, Contracting Officer, at kevin.adkins@va.gov. Email submissions are preferred. If submitting via U.S.P.S. regular mail, commercial overnight delivery or hand-delivered, submit the proposal to the following address: Kevin Adkins VA Iliana Healthcare System 1900 East Main Street Building 102 Room 103J Danville, Illinois 61832 This is an open-market combined synopsis/solicitation for Armored Car Services as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 4PM CDT on Tuesday April 2,2019 by the methods stated above. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Emailed quotes are accepted and preferred. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer Kevin Adkins at kevin.adkins@va.gov Point of Contact Kevin Adkins Contracting Officer 217-554-4544 Office 217-554-3206 Fax kevin.adkins@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25219Q0392/listing.html)
 
Place of Performance
Address: VA Iliana Healthcare System;1900 East Main Street;Danville IL
Zip Code: 61832
Country: USA
 
Record
SN05254097-F 20190321/190319230046 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.