New York Bids > Bid Detail

V119--AMBULETTE TRANSPORTATION SERVICES NEW YORK HARBOR

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159712738983592
Posted Date: Nov 16, 2022
Due Date: Nov 22, 2022
Solicitation No: 36C24223Q0108
Source: https://sam.gov/opp/92b5990b89...
Follow
V119--AMBULETTE TRANSPORTATION SERVICES NEW YORK HARBOR
Active
Contract Opportunity
Notice ID
36C24223Q0108
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: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 15, 2022 11:36 pm EST
  • Original Date Offers Due: Nov 22, 2022 09:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 07, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: V119 - TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: OTHER
  • NAICS Code:
    • 485991 - Special Needs Transportation
  • Place of Performance:
    New York Harbor VA Healthcare System To Include: Manhattan Campus, Brooklyn Campus, , NY 10010
    USA
Description
COMBINED SYNOPSIS/SOLICITATION
AMBULETTE SERVICES VA NEW YORK HARBOR HEALTHCARE SYSTEM

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, and FAR part 13.5, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

This Combined Synopsis/Solicitation Notice is a small business set-aside (SB) requirement.

Solicitation 36C24223Q0108 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06, dated 06/05/2020. This solicitation is a small business set-aside and the associated NAICS code is 485991 (Special Needs Transportation) with a Small Business Size Standard of $16.5 Million with PSC: V225. This solicitation is for Ambulette Services for the VA New York Harbor Healthcare System (VANYHHS) (423 E. 23RD Street New York, NY 10010) See attached Performance Work Statement for more information and the attached price cost schedule for a list of line item number(s) and items, quantities, and units of measure, including option(s) (enter Unit Prices for each line). Performance period for this requirement will be from December 1, 2022 through September 30, 2023, with two (2) option years ending on September 30, 2025.

The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. All offers must reference solicitation number 36C24223Q0108, firm name, contact name, Unique Entity ID (UEI), address and telephone number.

Offeror shall submit a technical plan of services to be performed in accordance with the Performance Work Statement. This technical plan should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all the technical aspects of the requirement, including any terms of an express warranty, and a Quality Control plan.

Offerors shall also submit pricing (refer to attached price cost schedule); acknowledgement of any solicitation amendments; and a statement specifying the extend of agreement with all terms, conditions, and provisions included in this solicitation.

Failure to address all aspects will result in your package being determined incomplete. Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration. Addendum to FAR 52.212-1 incorporates the following provisions: 52.252-1; 52.204-7; 52.204-24; 52.209-5;52.209-7; 52.204-16; 52.216-1; 52.216-27; 52.233-2; 852.209-70; 852.252-70; 852.270-1. (End of Provision 52.212-1)

The provision at FAR 52.212-2, Evaluation Commercial Items applies to this acquisition.
(a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The government intends to award a best value, technically acceptable Offeror.
Technical capability is defined as an Offeror s ability to satisfy the solicitation requirements, providing the highest quality service to the specified facility. Technical plan will be determined based on the qualifications of the Offeror s:
Factor 1: Technical
Sub-Factor 1: Management
Sub-Factor 2: Technical Capability
Factor 2: Past Performance
Sub-Factor 1: Determination of Responsibility Technical Capability
Sub-Factor 2: Past Performance
Factor 3: Price

*** Please see the Statement of Work for complete details.
Quotes are to be submitted electronically in three (3) parts to Megan.Ross3@va.gov .
Part 1 shall be Factor 1: Management and Technical Capability (No longer than 15 pages)
Part 2 shall be Factor 3: Price Quote (See Attachment 3- Price Cost Schedule)
Part 3 shall be the completed and signed Business Associate Agreement (BAA) (See Attachment 8 BAA)

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision 52.212-2)

The provision at 52.212-3, Offeror Representations and Certifications Commercial Items applies to this acquisition. Offerors shall complete a copy of this provision and provide with its offer, unless Offeror meets the exception for completing the annual representations and certification in the System for Award Management (Sam - https://sam.gov/). Representations, Certifications, and Sam must be current when submitting offer. If not current and/or Offeror does not submit a completed copy of this provision, Offeror will be considered non-responsive. (End of Provision 52.212-3)

The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addendum to FAR 52.212-4 incorporates the following clauses: 52.203-17; 52.204-4; 52.204-9; 52.204-13; 52.204-21; 52.216-18; 52.216-19; 52.216-22; 52.219-14; 52.217-8; 52.217-9; 52.229-3; 52.232-18; 52.232-40; 52.237-3; 852.203-70; 852.219-10; 852.219-74; 852.232-72; and 852.237-70. (End of Clause 52.212-4)

The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additional FAR clauses cited in clause 52.212-5 are as follows: 52.203-6; 52.204-10; 52.204-15; 52.209-6; 52.209-9; 52.219-6; 52.219-8; 52.219-28; 52.222-3; 52.222-21; 52.222-26; 52.222.35; 52.222-36;52.222-37; 52.222-40; 52.222-41; 52.222-42; 52.222-50; 52.222-54; 52.222-55; 52.222-62; 52.223-18; 52.224-3; 52.225-13; 52.232-33. (End of Clause 52.212-5)

Service Contract Labor Standards apply to this solicitation; see attachment 6: Wage Determination WD 2015-4187 (Rev. 23) dated 06-27-2022.

**Questions are due Monday November 21st, 2022 by 1:00pm via email to megan.ross3@va.gov **

**Offeror submissions are due by emailing the Contract Specialist at megan.ross3@va.gov by Tuesday November 22, 2022 at 9:00 AM ET include in SUBJ: 36C24223Q0108, Ambulette. Point of contact for this solicitation is the Contract Specialist, Megan Ross. For information regarding the solicitation, email at megan.ross3@va.gov; no telephone inquiries will be accepted.
Attachments/Links
Contact Information
Contracting Office Address
  • 113 HOLLAND AVE
  • ALBANY , NY 12208
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 15, 2022 11:36 pm ESTCombined Synopsis/Solicitation (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 >