New York Bids > Bid Detail

V127--Armored Car Service Base Year FY23 FDR (VA-23-00030699)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159509292981611
Posted Date: Feb 18, 2023
Due Date: Feb 27, 2023
Solicitation No: 36C24223Q0371
Source: https://sam.gov/opp/279b1ef548...
Follow
V127--Armored Car Service Base Year FY23 FDR (VA-23-00030699)
Active
Contract Opportunity
Notice ID
36C24223Q0371
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
242-NETWORK CONTRACT OFFICE 02 (36C242)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 18, 2023 01:53 pm EST
  • Original Response Date: Feb 27, 2023 10:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 19, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: V127 - TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: SECURITY VEHICLE
  • NAICS Code:
    • 561613 - Armored Car Services
  • Place of Performance:
    Hudson Valley VA Healthcare System Montrose Campus Montrose , NY 10548
    USA
Description
Sources Sought Notice

This is a Sources Sought Notice

(a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited.

(b) Although "proposal," "offeror," contractor, and "offeror" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. The Government is seeking information for market research purposes only.

(c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as "proprietary" or "confidential," intended to restrict distribution will not be distributed outside of the Government, except as required by law.

(d) This Sources Sought is issued by VISN 2 Contracting Office in Montrose, NY for the purpose of collecting information about VA Hudson Valley Healthcare System located at 2094 Albany Post Rd, Montrose, NY 10548. The VA is seeking to provide for this requirement as of 03/15/2023-03/14/2024 plus four (4) option years. The NAICS code identified for this requirement is 561613 Armored Care Services. The requirement is detailed in the Statement of Work section of this document.

(e) Cursory market research has identified small businesses that may be able to provide for this requirement. Contractors that are able to meet the requirements in the attachment and possess an interest in performing these service, are encouraged to email a capability statement and full information to Megan Ross at Megan.Ross3@va.gov .

- Part of the purpose of this sources sought is to determine the viability of set aside to a specific socio-economic category(service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business). Interested parties MUST provide company/individual name, a capability statement, examples of same or similar work performed at other facilities, DUNS number and address, point of contact and social-economic.
If contractor is a Service-Disabled Veteran-Owned Small Business (SDVOSB), a Veteran-Owned Small Business (VOSB), or any other special category of contractors, then contractor is responsible for providing documentation in support of this. This information will be used to determine the viability of a set aside for this requirement. If any of the requested information is not supplied with the response, this may result in the contractor not being considered in the Government s Procurement Strategy.
The following information is required for determining procurement strategy and viability of sources:
Set aside requirements have limitations on subcontracting. This service is located in Montrose, New York Provide your site location and supporting documentation. Given your location and proximity to the service site, how do you plan to accomplish self-performance of this work?
If your intention is to subcontract work, what tasks will be performed by you as the prime contractor? What tasks will require a subcontractor due to your inability to perform them within your company?
How many years experience does your company have in performing tasks of this nature, of this scope and this complexity? How many years of service do your proposed technicians have performing tasks of this nature, this scope, and this complexity? How many years does your proposed subcontractor have in performing tasks of this nature, this scope, and this complexity?
How many jobs of this of this nature, of this scope and this complexity have you performed in the past five years?
- Contractors shall also identify any Federal Supply Schedules that may carry the desired services.
- Contractors shall identify pertinent point of contact for company, contractor DUNS number for size standard and socioeconomic verification in SAM and VIP, as well as for any intended subcontractors.
- Contractor shall provide 2 to 3 instances of past experience which demonstrate that they are a firm regularly engaged in this type of work, to include subcontractors for those jobs.
- Contractor shall provide a listing of any teaming agreements they intend to employ in the performance of this requirement if awarded.
- Contractor shall supply proof of any applicable certification or training required to meet the regulatory requirements, if applicable.
- Contractors shall include any relevant comments about the Attachment(s) if applicable.
Below is the Limitation on Subcontracting Certificate of Compliance Clause. Please complete this as part of your response.
852.219-77Â VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction.
As prescribed in 819.7009(c) insert the following clause:
VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (SEP 2021) (DEVIATION)
(a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that
(1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.]
(i) [ ] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6.
(ii) [ ] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.
(iii) Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.
(2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution.
(3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following:
(i) Referral to the VA Suspension and Debarment Committee;
(ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and
(iii) Prosecution for violating section 1001 of title 18.
(b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. The Contracting Officer may, at their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed.
(c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate.
(d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award.
Certification:
I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror].
Printed Name of Signee: _________________________________
Printed Title of Signee: ________________________________
Signature: ______________________________________________
Date: ___________________________________________________
Company Name and Address: _______________________________
_________________________________________________________
(End of clause)

draft STATEMENT OF WORK

Background:
The contractor is required to provide armored car service with armed guards to the Department of Veterans Affairs Medical Center (VAMC) and Agent Cashier Office for the safeguard and transporting of delivery of currency order/depository currency to VAHVHCS Montrose Campus. Extra runs may be required when emergency situation may occur. Contractor shall furnish all necessary labor, supplies, equipment, transportation, and insurance to provide Armored Car Services for the Department of Veterans Affairs Medical Center (VAMC), Agent Cashier Office in accordance with specification and requirements herein for the:

Scope of Work:
Pick up bank currency ordered by cashier/delivery of currency to agent cashier to and from Montrose Campus. This service shall be provided on or before 9:30 a.m. to the Montrose Campus Agent Cashier. Deliver deposit of currency/currency order to local depository. Provide change order delivery back to original pickup location.

To meet needs of the Agency, the following minimum specifications must be met.
Pickup bank currency ordered by the cashier/delivery of currency to both the Agent cashier and Canteen Service to and from the Castle Point campus to the same local depository (M&T Bank, 1091 Parks Street, Peekskill, NY 10566).
Service must be provided on or before 9:30am on Wednesday.
Deliver/deposit of currency order to local depository.
Provide change order delivery back to original pickup location.
Must have armored guards and armored vehicles with a protection level up to 2UL and capable of withstanding up to a .357 magnum round.
The guard team must record each transaction and have a report available for the VAHV HCS representative.
The contractor vehicles should utilize a GPS System for tracking of the vehicle.
Contractor should retain all necessary licenses, certifications and permits required by federal, state and local.
Contractor must maintain sufficient insurance coverage.
Additional runs to be added if required.

Period of Performance

Requesting a period of base + 4 option year contract (Estimated Period of Performance 03/15/2023-03/14/2024 + 4 option years)

Place of Delivery

Place of deliver will be Agent Cashier and Canteen Office 2094 Albany Post Rd, Montrose New York 10548.

Security Requirements

The armored guard(s) is required before proceeding to destination (Agent Cashier) for pick-up and/or delivery service to arrive at police service, present ID, be escorted by police to the agent cashier/canteen service and upon completion of service escorted out.

*The Certification and Accreditation requirements do not apply; and Security Accreditation Package is
not required.

Attachments/Links
Attachments
Document File Size Access Updated Date
36C24223Q0371.docx (opens in new window)
24 KB
Public
Feb 18, 2023
file uploads

Links
Display Name Updated Date
Hudson Valley VA Healthcare System (opens in new window) Feb 18, 2023
Contact Information
Contracting Office Address
  • 113 HOLLAND AVE
  • ALBANY , NY 12208
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 18, 2023 01:53 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >