Page 17 of 17
COMBINED SYNOPSIS/SOLICITATION
The West Palm Beach VA Medical Center located at 7305 N Military Trail, West Palm Beach, FL 33410 has a requirement to provide all warehousing services necessary and ensure continuity of access to, and delivery of, VA procured healthcare supplies (including Personal Protection Equipment [PPE], such as masks, isolation gowns, etc.) to Veterans. The Contractor is to safeguard all government healthcare supplies and equipment that may be housed in the Contractor location.
In support of this initiative, the contractor shall provide a full range of logistical support services and warehouse operations such as receiving, inventory management, staging, and delivery for VA Warehousing in support of the West Palm Beach Medical Center. The Contractor shall receive, oversee, process, store, and repackage property if needed (e.g. medical supplies and equipment) and schedule deliveries and pickup among other tasks. Contractor shall un-package, store, repackage, and deliver property to the identified location. This includes movement from one location to another, receipt of new deliveries, and relocating property.ÃÂ All deliveries will be inspected and accepted by VA employee prior to storage in contractor facility. The VA COR or designee will visit the contractor facility on a daily basis to perform physical inspection and acceptance of deliveries. Contractor shall pick-up shipments of medical/surgical supplies from the VA facility on a daily basis.
This is a SDVOSB set aside. Offerors are required to comply with 13 C.F.R. 125.6 by completing the attached LOS Certification (attached).
There will be a one year base period and four one year option periods. Coverage shall begin on 06/01/2021 and end on 05/31/2022 unless otherwise identified by the Department of Veterans Affairs. The attached Performance Work Statement (PWS) shall be adhered to.
This is a combined synopsis/solicitation, Request for Quotation (RFQ), for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The applicable North American Industry Classification System (NAICS) Code and size standards in millions of dollars are 493110 and $30 Million, respectively.
FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. This requirement will be awarded to a responsible contractor whose proposal represents the best value to the Government, considering price and technical factors, with technical and past performance factors more important than price.
Evaluation factors will be considered in descending order of importance:
Technical Capability: Provide technical performance plan and proof of applicable certifications, license, and insurance.
Past Performance: Prospective contractors may provide a list of five business references for which the contractor performed the same or similar scope as required in the performance work statement. The reference information shall include: name of business; name and title of point of contact; brief description of services performed; and date services performed.
Contractor s Proposed Rate for: One Year Base Period and Four One Year Separately Priced Option Years.
Offers shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. The provision may be accessed at http://farsite.hill.af.mil/. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
The following provisions related to FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Oct 2010) apply to this acquisition:
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.222-50, Combating Trafficking in Persons (MarÃÂ 2015) (22ÃÂ U.S.C. 7104(g)).
___Alternate I (MarÃÂ 2015) of 52.222-50 (22ÃÂ U.S.C. 7104(g)).
(2) 52.233-3, Protest After Award (AugÃÂ 1996) (31ÃÂ U.S.C.ÃÂ 3553).
(3) 52.233-4, Applicable Law for Breach of Contract Claim (OctÃÂ 2004) (Pub.ÃÂ L.ÃÂ 108-77, 108-78).
(b) The Contractor shall comply with the FAR clauses in this paragraphÃÂ (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
52.203-6, Restrictions on Subcontractor Sales to the Government (SeptÃÂ 2006), with AlternateÃÂ I (OctÃÂ 1995) (41ÃÂ U.S.C.ÃÂ 253g and 10ÃÂ U.S.C.ÃÂ 2402).
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OctÃÂ 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note).
52.219-6, Notice of Total Small Business Set-Aside (NovÃÂ 2011) (15ÃÂ U.S.C.ÃÂ 644).
52.219-8, Utilization of Small Business Concerns (Nov 2016) (15ÃÂ U.S.C.ÃÂ 637(d)(2) and (3)).
52.219-14, Limitations on Subcontracting (JanÃÂ 2017) (15ÃÂ U.S.C.ÃÂ 637(a)(14)).
52.219-28, Post Award Small Business Program Re-representation (JulÃÂ 2013) (15ÃÂ U.S.C. 632(a)(2)).
52.222-3, Convict Labor (JuneÃÂ 2003) (E.O.ÃÂ 11755).
52.222-19, Child Labor Cooperation with Authorities and Remedies (OctÃÂ 2016) (E.O.ÃÂ 13126).
52.222-21, Prohibition of Segregated Facilities (AprÃÂ 2015).
52.222-26, Equal Opportunity (SepÃÂ 2016) (E.O.ÃÂ 11246).
52.222-35, Equal Opportunity for Veterans (OctÃÂ 2015)(38ÃÂ U.S.C.ÃÂ 4212).
52.222-36, Equal Opportunity for Workers with Disabilities (JulÃÂ 2014) (29ÃÂ U.S.C.ÃÂ 793).
52.222-37, Employment Reports on Veterans, (FebÃÂ 2016) (38ÃÂ U.S.C.ÃÂ 4212).
52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AugÃÂ 2011) (E.O. 13513).
52.225-1, Buy American Supplies (MayÃÂ 2014) (41ÃÂ U.S.C.ÃÂ 10a-10d).
52.225-5, Trade Agreements (OctÃÂ 2016) (19ÃÂ U.S.C.ÃÂ 2501, etÃÂ seq., 19ÃÂ U.S.C.ÃÂ 3301 note).
52.225-13, Restrictions on Certain Foreign Purchases (JuneÃÂ 2008) (E.O. s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
52.232-33, Payment by Electronic Funds Transfer System for Award Management (JulÃÂ 2013) (31ÃÂ U.S.C.ÃÂ 3332).
52.239-1, Privacy or Security Safeguards (AugÃÂ 1996) (5ÃÂ U.S.C.ÃÂ 552a).
(c) The Contractor shall comply with the FAR clauses in this paragraphÃÂ (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
52.222-41, Service Contract Act Labor Standards (MayÃÂ 2014) (41ÃÂ U.S.C.ÃÂ 351, etÃÂ seq.).
52.222-42, Statement of Equivalent Rates for Federal Hires (MayÃÂ 2014) (29ÃÂ U.S.C.ÃÂ 206 and 41ÃÂ U.S.C.ÃÂ 351, etÃÂ seq.).
(d) ÃÂ Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraphÃÂ (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor s directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3ÃÂ years after final payment under this contract or for any shorter period specified in FARÃÂ SubpartÃÂ 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e)(1) Notwithstanding the requirements of the clauses in paragraphsÃÂ (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (OctÃÂ 2015) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).
(ii) 52.219-8, Utilization of Small Business Concerns (NovÃÂ 2016) (15ÃÂ U.S.C.ÃÂ 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iii) [Reserved]
(iv) 52.222-26, Equal Opportunity (SepÃÂ 2016) (E.O.ÃÂ 11246).
(v) 52.222-35, Equal Opportunity for Veterans (OctÃÂ 2015) (38ÃÂ U.S.C.ÃÂ 4212).
(vi) 52.222-36, Equal Opportunity for Workers with Disabilities (JulÃÂ 2014) (29ÃÂ U.S.C.ÃÂ 793).
(vii) [Reserved]
(viii) 52.222-41, Service Contract Act ofÃÂ 1965 (MayÃÂ 2014) (41ÃÂ U.S.C.ÃÂ 351, etÃÂ seq.).
(ix) 52.222-50, Combating Trafficking in Persons (MarÃÂ 2015) (22ÃÂ U.S.C. 7104(g)).
Alternate I (MarÃÂ 2015) of 52.222-50 (22ÃÂ U.S.C. 7104(g)).
(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (NovÃÂ 2007) (41 U.S.C. 351, et seq.).
(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (MayÃÂ 2014) (41 U.S.C. 351, et seq.).
(xii) 52.222-54, Employment Eligibility Verification (Oct 2015).
(xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MayÃÂ 2014) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FebÃÂ 2006) (46ÃÂ U.S.C. Appx.ÃÂ 1241(b) and 10ÃÂ U.S.C.ÃÂ 2631). Flow down required in accordance with paragraphÃÂ (d) of FAR clauseÃÂ 52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of clause)
Other applicable provisions and clauses incorporated by reference:
FAR 52.204-7 System for Award Management
FAR 52.212-1 Instructions to Offerors Commercial items
FAR 52.212-4 Terms and Conditions Commercial items
FAR 52.217-5 Evaluation of Options
FAR 52.217-8 Option to Extend Services
FAR 52.217-9 Option to Extend the Term of the Contract
FAR 52.222-41 Service Contract Labor Standards
FAR 52.225-2 Buy American Certificate
FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management
FAR 52.233-1 Disputes
FAR 52.233-4 Applicable Law for Breach of Contract Claim
VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resource
VAAR 852.203-70 Commercial advertising
VAAR 852.237-70 Contractor responsibilities
VAAR 852.270-1 Representatives of contracting officers
VAAR 852.273-70 Late offers
VAAR 852.273-74 Award without exchanges
52.252-1ÃÂ Solicitation Provisions Incorporated by Reference (FebÃÂ 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/Far/loadmainre.html http://www1.va.gov/oamm/oa/ars/policyreg/vaar/
http://farsite.hill.af.mil/
This announcement constitutes the only solicitation and interested parties are solely responsible for monitoring this solicitation and any amendments thereto. All contractors that intend to participate in the solicitation shall have an active registration with System for Award Management (SAM). If quoters do not have an active SAM account; account registration will be required at the following website. https://www.sam.gov/portal/public/SAM/. All quoters that are SDVOSB or VOSB must be verified through the Vendor Information Pages (VIP). An application and information is available at the following website https://www.vip.vetbiz.gov/. In accordance with VAAR 852.273-74, the Government intends to evaluate proposals and award a contract without exchanges with offerors.ÃÂ Therefore, each initial offer should contain the offeror s best terms from a cost or price and technical standpoint.ÃÂ However, the Government reserves the right to conduct exchanges if later determined by the contracting officer to be necessary.
Offerors are instructed to submit clear and concise offers which adhere to the following format:
Introductory/Response Letter to include brief business history and capability statement (letter not to exceed 3 pages)
Technical Ability section shall include a technical performance plan and proof of insurance and bonding. (section not to exceed 5 pages > not including copies of certificates)
Past Performance section may include up to five business references with the following: name of business; name and title of point of contact; brief description of services performed; and date services performed (section not to exceed 5 pages)
Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (provision may be accessed at http://farsite.hill.af.mil/), if not completed in SAM.
Completed Schedule of Rates. One Year Base Period and Four One Year Separately Priced Option Years.
All sources who believe that they have the experience and capabilities to perform the required services referenced above and detailed in the Performance Work Statement may submit their detailed quote no later than 14:00pm EST on May 10, 2021 to the following: Scott Frankel,
[email protected]. Oral communications are not acceptable in response to this notice.
PERFORMANCE WORK STATEMENT (PWS)
1.0 BACKGROUND
The Veterans Health Administration (VHA) 548-West Palm Beach Medical Center/Healthcare System requires warehousing support services to supplement existing capacity.
2.0 SCOPE OF WORK
2.1 The contract is to provide the VHA with all warehousing services necessary and ensure continuity of access to, and delivery of, VA procured healthcare supplies (including Personal Protection Equipment [PPE], such as masks, isolation gowns, etc.) to Veterans. The Contractor is to safeguard all government healthcare supplies and equipment that may be housed in the Contractor location.
2.2 In support of this initiative, the contractor shall provide a full range of logistical support services and warehouse operations such as receiving, inventory management, staging, and delivery for VA Warehousing in support of the 548 West Palm Beach Medical Center. The Contractor shall receive, oversee, process, store, and repackage property if needed (e.g. medical supplies and equipment) and schedule deliveries and pickup among other tasks. Contractor shall un-package, store, repackage, and deliver property to the identified location. This includes movement from one location to another, receipt of new deliveries, and relocating property.ÃÂ All deliveries will be inspected and accepted by VA employee prior to storage in contractor facility. The VA COR or designee will visit the contractor facility on a daily basis to perform physical inspection and acceptance of deliveries. Contractor shall pick-up shipments of medical/surgical supplies from the VA facility on a daily basis.
2.3 The warehouse facility shall be owned the contractor and shall be located within a 20-mile radius ,30 minutes driving distance of the VHA 548 West Palm Beach Medical Center, 7305 N. Military Trail, West Palm Beach, FL 33410. The Contractor shall have storage facilities sufficient to contain VA items in secure and climate-controlled conditions that will preserve the operability of the items stored.
2.4 Contractor shall comply with all applicable Federal, State, local and industry safety, i.e., OSHA, Department of Labor (DOL), and health standards, regulations and statutes pertaining to the operation of the warehouse and/or distribution of commodities, including healthcare supplies, identified herein. The facility must be kept clean and uncluttered (i.e. no visible dust on products), cleaned at least once weekly to avoid contamination. VA equipment is to be wrapped with stretch wrap and covered for protection against damage. Contractor is to manage pest control; the facility is to remain free of insects, rodents, and other vermin.
2.5 Contractor's facility shall meet all industry standards for fire alarms and suppression systems for the commodities being warehoused. Facility shall also have individual 24/7 monitored alarm access and shall comply in accordance with the Code of Federal Regulations (CFR) Title 21, to maintain inventory in controlled warehouse storage.ÃÂ
2.6 VA Medical/Surgical Supplies/equipment shall be segregated by a cage or other defining material for quick identification purposes. Supplies shall be stored at a temperature-controlled environment. Storage locations must be a stable environment without extreme changes in temperature and humidity. The facility should have electronic monitoring and reporting of out-of-range event capabilities. also, the facility monitoring must be able to report out-of-range events. The method of monitoring must be able to be investigated whether electronic or manual monitoring. Items stored within these locations must comply with temperature and humidity requirements in accordance with manufacturer specifications. At a minimum, supply storage areas must meet the following specifications: Relative Humidity < 75 %, Temperature 64 78 degrees Fahrenheit.
2.7 Contractor shall be responsible for relocating VA identified supplies from the current location to Contractor s facility. The address for the current location is 7305 N. Military Trail, West Palm Beach, FL 33410.
2.8 Contractor shall be able and capable to receive and process an average of 27 pallets from Monday through Friday. The Contractor shall have the means to pick up VA items from VA facility sites, deliver those items to the Contractor s storage facility, and have the means to deliver stored items to VA facilities as directed. To properly receive and deliver items the Contractor s facility must have a functional receiving dock. Deliveries shall incorporate sufficient packing to comply with all applicable federal and/or state standards relating to shipment of these products. Transportation vehicle used to deliver products should complement the dock configuration so products are off-loaded efficiently, and products removed from the truck/transportation vehicle by the contractor with contractor material handling equipment; no government furnished equipment will be provided.
2.9 Contractor shall provide delivery of Medical/Surgical Supplies/Equipment from the warehouse facility to the medical facility listed in this contract. Delivery will be needed in emergency and non-emergency cases, as needed and requested by the VA.
2.9.1 Regular/routine deliveries, after proper notification utilizing agreed upon method, are to be made Monday through Friday, next business day. Routine deliveries are to be made during normal business hours. A standard delivery will consist of up to 9 pallets.
2.9.2 Emergency Deliveries are to be made within four hours of request. If the VA requests an emergency item, and it can be added to the regular delivery, the contractor shall add the item to the regular delivery for a single, regular delivery fee. If the VA requests an emergency delivery outside of the regular delivery timeframe, the contractor shall have the capability of delivering supplies 24 hours a day, 7 days a week on an emergency basis. It is anticipated this will occur rarely.
2.10 At the request of the VA, supplies and equipment may be available via will call. Will call orders may be picked up by government employees identified by the VA COR.
2.11 Contractor shall maintain an electronic database of all merchandise stored and cross reference this data with VA IFCAP numbers. Information shall contain item description, stock number, case quantities on hand, packaging multiples, vendor information, quantity per pallet, and pallet count. Contractor shall provide and maintain an up-to-date web-based inventory management system that can be accessed by key VA personnel. The web-based inventory system is subject to the approval of the VA and must comply with all federal and VA IT policies and requirements. For example, it must have a username and password protection.
2.12 Contractor shall provide an electronic mechanism to request all medical/surgical supplies/equipment for usage at VA West Palm Beach. This tool is also subject to the approval of the VA and must comply with all federal and VA IT policies and requirements.
2.13 Access Control Log: All individuals (contractor personnel or VA Employee) are to sign-in and sign-out when accessing space where VA supplies or equipment are stored. A copy of the log is to be provided to the COR on a monthly basis. Log is to be made available on demand if requested.
2.14 Contractor shall provide full access for VA personnel for warehouse inspection during normal business hours (8:00AM - 4:30PM, Monday - Friday). In addition, access via individual keyed entry to the supply/products shall be available 24/7. If emergency access is required, the VA will ensure appropriate communication will take place with the contractor.
2.15 Examples of types of Medical/Surgical supplies/devices/equipment
The following list of items provides examples of the types of medical devices and supplies that may need to be stored under this contract in the future. This list is not all inclusive.
Beds, Electric, ICU Capable
Ventilators, Bedside/Intensive Care
Ventilators, Transport
Ventilators, Noninvasive Positive Pressure
Infusion Controllers
Infusion Pumps, Analgesic, Patient-Controlled
Monitors, Physio, Bedside
Defibrillators, Cardiac
Electrocardiograph: EKG
Hospital Stretchers
Oxygen Concentrators
Thermometers
Portable Generator
Portable HVAC
Cots
Air Cleaners
Portable Toilet, Portable Sinks
Flooring
Traffic Signs
PAPRs and PAPR Supplies (mask, hoses, and filters)
IV Poles
Caviwipes
N95 Masks
KN95 Masks
Face Shields
Disposable Gowns
Reusable Gowns
Lab Kits
Virex
Surgical Masks
Gloves
Bouffant Caps
Shoe Covers
Water Jugs
ECG Electrodes
Hand Sanitizer
Urinal
O2 Tubing
Gowns
Pajamas
Socks
BP Cuffs
Temp Probes
Pulse Ox Cables
Personal Care Items
Peri-Care Wipes
Feeding Tube Supplies
Toilet Paper
Hi Flow Nasal Cannula
Art Line Supplies
Humidifier and Connectors
Ventilator Supplies
Needles
IV Supplies
2.16 Contractor shall provide complete warehouse management services for an average of 70 pallets for 3 high with expansion capabilities up to a maximum of 210 pallets. A standard pallet is 40x48 inches, with a maximum height of 7 feet (approximately 86.5 cubic feet per pallet). See Attachment A for the list of current supplies and units to be relocated and stored at contractor facility.
3.0 PERFORMANCE PERIOD
The period of performance (PoP) of this Firm Fixed Price task order is as follows:
Base period: 6/1/2021-5/31/2022
Option Period 1: 6/1/2022-5/31/2023
Option Period 2: 6/1/2023-5/31/2024
Option Period 3: 6/1/2024-5/31/2025
Option Period 4: 6/1/2025-5/31/2026
4.0 PLACE OF PERFORMANCE
Tasks under this contract shall be performed at Contractor Facility and commodities delivered to the designated VA facility located at 7305 N. Military Trail, West Palm Beach, FL 33410.
5.0 KICKOFF MEETING
The Government will host a kickoff meeting within three (3) business days after contract award (if required).
6.0 TASKS AND DELIVERABLES
The Contractor shall perform the Tasks contained herein. The Contractor shall provide all labor resources necessary to accomplish the deliverables described herein.
6.1 PROJECT MANAGEMENT
The Contractor shall appoint an Onsite Supervisor who will be the single point of contact between the Contractor and the Government. The Onsite Supervisor shall be responsible for ensuring that the deliverables set forth in this document are delivered on schedule and that they meet the requirements of the PWS. Onsite Supervisor shall provide management briefings, as required. The onsite supervisor or designee shall be available at all times when contract work is in progress to receive notices, reports or requests from the Contracting Officer s Representative (COR).
Deliverable 001: Daily Inbound/Outbound Delivery Report to include times of deliveries (time/date requested, and time/date delivered)
Deliverable 002: Weekly On-hand Status Report
Deliverable 003: Monthly inspection reports of product inventory for expiration dates. Notify the COR of any product that expires within 12 months.
Deliverable 004: Stock rotation by pulling orders from the oldest available stock for any order received and replacing it with fresh product from VA inventory utilizing first-in-first-out. Stock items that are rotated and have a different expiration date than previously reported must be highlighted on the monthly report.
Deliverable 005: Monthly report on environmental monitors temperature, humidity, pest control maintenance, cleaning schedules
Deliverable 006: Daily discrepancy/damaged goods report
Deliverable 007: Access Control Log copy provided monthly to the COR
6.2 WAREHOUSE OPERATIONS SUPPORT
Contractor shall provide the following warehouse operations support.
6.2.1 RISKS ASSET MANAGEMENT
The Contractor shall provide Receipt, Inventory, Integration, and Delivery support using multiple asset management processes and systems, as required.
6.2.1.1 RECEIPT
Review accuracy of all assets delivered to warehouse are in accordance with approved invoice or associated Bill of Lading, including verification of asset counts.
Inspect deliveries for damages, document condition upon receipt and notify COR of any discrepancies.
6.2.1.2 INVENTORY
Track all packages from receipt to delivery.
Open packages and check received goods and materials, as required.
Initiate inventory within the contractor web-based inventory management system described in 2.11.
6.2.1.3 INTEGRATION
Store assets and ability to quickly retrieve stored assets upon request.
Capture assets by pallet and rack location within the designated staging facility.
Verify assets using inventories and inventory verification processes.
6.2.1.4 SHIPPING/DELIVERY
Provide safety measures to aid in limiting the spread of COVID-19.
Provide detailed inventory lists and enable supply transactions.
6.2.1.5. INSPECTION
Regular Inspection and Maintenance: The Contractor shall regularly inspect and maintain stored VA items in accordance with manufacturers requirements.
6.3 INFORMATION DESK
Acknowledge all information flowing in and out of the warehouse.
Track all inbound shipment notices, alert warehouse personnel, and track delivery status.
Collect delivery information for reporting purposes.
Maintain Access Control Log.
7.0 MANAGEMENT PLAN, SAFETY PLAN, AND COVID-19 BREAKOUT PLAN
The Contractor's General Management Plan, Warehouse COVID-19 Safety Plan, and COVID-19 Warehouse Breakout Safety Response, as presented in its proposal, will be incorporated as part of the contract award and implemented upon award.
8.0 DRESS CODE
Contractor shall maintain a neat and professional appearance including good personal hygiene. Facial hair must be neat and trimmed and shall not impede safety attire application. All contractors are required to wear designated safety apparel per National and State guidance within the facility until otherwise directed. All contractors shall wear closed toed shoes and safety attire as required in performance of warehouse operations.
9.0 SCHEDULE FOR DELIVERABLES
Note: Deliverables with due dates falling on a weekend or holiday shall be submitted the following Government workday after the weekend or holiday unless an emergency delivery is requested.
Task #
Deliverable Number
Deliverable Description
Final Due Date
6.1
001
Daily Inbound/Outbound Delivery Report
Daily
6.1.
002
Weekly On-hand Status Report
Every Friday by COB.
6.1
003
Report of product inventory with expiration dates
Monthly by 4th Friday
6.1
004
Stock rotation report
Quarterly by 4th Friday
6.1
005
Environmental Monitors Report- to include at a minimum temperature, humidity, pest control, cleaning
Quarterly by 4th Friday
6.1
006
Discrepancy/Damaged Goods Report
Daily
10.0 METHOD AND DISTRIBUTION OF DELIVERABLES
The Contractor will deliver documentation in electronic format, unless otherwise directed.
11.0 CONTRACTOR PERSONNEL SECURITY
A. The Contractor shall provide all material handling equipment training for their employees required to perform the tasks identified herein
B. The Contractor shall be responsible for obtaining all necessary permits and licenses, and for complying with all applicable federal, state and municipal laws and regulations.
C. The contractor shall comply with all Privacy Act regulations related to personally identifiable information (PII). http://www.privacy.va.gov/Privacy Resources.asp.
D. The contractor shall be able to read, write, speak and understand the English language.
12.0 CONTRACTOR PERSONNEL NON-SECURITY REQUIREMENTS
A. Contractor personnel shall always wear visible identification while they are on the premises.
B. Smoking is prohibited inside/outside any building other than the designated smoking areas.
C. Possession of weapons is prohibited except for those personnel designated by the Contractor (e.g. Security Guards) to ensure safety of personnel and materials.
D. Contractor will maintain physical security of the warehouse facilities housing the activities performed under this contract. The contractor will ensure that security procedures are defined and enforced.
13.0 Quality Assurance Surveillance Plan (QASP)
Purpose: To ensure the Government has an effective and systematic method of surveillance for the services herein. This plan will serve as a tool to verify the Contractor is performing all services required in a timely, accurate, and complete fashion.
Performance measures for this initiative are defined in the table below:
Performance Objective
Performance Standard
Surveillance Method
Performance Levels
1. Timeliness
Contractor shall pick up, if necessary, and deliver items as scheduled.
Minimum Quality Standard - Performance will meet standard 90% of the time
Observation, validated complaints.
Performance Evaluation to reflect poor performance; Negative CPARS Ratings
2. Stored Items Regularly Inspected and Maintained
Stored items inspected and maintained in accordance with manufacturers standards.
Minimum Quality Standard - Performance will meet standard 95% of the time
Observation, validated complaints.
Performance Evaluation to reflect poor performance; Negative CPARS Ratings
3. Continued Operability of Stored Items
Stored items are usable as intended when returned to the ordering facility. Items will not become functionally inoperable while in Contractor s custody.
Minimum Quality Standard - Performance will meet standard 100% of the time
Observation, validated complaints.
Performance Evaluation to reflect poor performance; Contractor will provide replacement item at no cost to the VA
4. Reports
Provide all reports in accordance with section 7.1 of the PWS (Deliverables 0001, 002, 003, 004, 005, 006, and 007)
Minimum Quality Standard - All deliverables are met 98% of the time.
Review of Deliverables and Direct Observation
Incentives Positive CPARs
Disincentives Negative CPARs reporting
14.0 NON-PERSONAL SERVICES CONTRACT
This contract is a non-personal services contract as defined in the FAR at subpart 37.101. It is understood and agreed that the Contractor and/or Contractor's employees and subcontractors:
shall perform the services specified herein as independent contractors, not as employees of the government;
shall be responsible for their own management and administration of the work required and bear sole responsibility for complying with any and all technical, schedule, or financial requirements or constraints attendant to the performance of this contract;
shall be free from supervision or control by any government employee with respect to the manner or method of performance of the services specified; but
shall, pursuant to the government's right and obligation to inspect, accept or reject the work, comply with such general direction of the Contracting Officer, or the duly authorized representative of the Contracting Officer, as is necessary to ensure accomplishment of the contract objectives.
ATTACHMENT A List of Supplies to be Relocated to Contractor Facility
ÃÂ
ITEMS
Estimated Quantity
Unit
1
BANDAGE,GAUZE,3IN X 4.1YD,STER,ROLL,COTTON,SEC DRSNG
1
CS
2
BANDAGE,GAUZE,6 X 131IN,STER,2-PLY,STRETCHABLE,ROLLED
1
CS
3
CATH,URETHRAL,ROBINSON,18FR,SMOOTH RND TIP,RUBBER,LTX,35.5CM
1
CS
4
KIT,SUCTION,18FR CATH,WHISTLE TIP,GRN VALVE,A LOOP,LTX-FREE
1
CS
5
NOMENCLATURE, 3FT,CIRCUIT
1
CS
6
PAD,ALCOHOL,MED,30MM X 65MM,70% ISOPROPYL
1
CS
7
PAD ABDOMINAL L1270
1
CS
8
PACK,THERAPY,INSTANT HOT,6 X 10IN,NON-INSUL,HVY WT,LTX-FREE
1
CS
9
DRESSING,GEN USE,TELFA,3 X 4IN,STER,NON-ADH,NON-ADHERENT
2
CS
10
DRESSING,GEN USE,TELFA,3 X 8IN,STER,NON-ADH,NON-ADHERENT
2
CS
11
BANDAGE,GAUZE,4.5IN X 4.1YD,STER,6-PLY,ROLLED,WHT,CONFORMING
2
CS
12
BAG,PATIENT BELONGING,20X20IN,WHITE
2
CS
13
CONTAINER,URINE COLLECTION,24 HR,3000ML,PLSTC,AMBER,WHT CAP
2
CS
14
WRISTBAND,ID,1 X 11 1/2IN,POLYESTER,PLSTC SNAP CLOSURE,RED
2
CS
15
CANNULA,NASAL,O2,CVD TIP,TUBE L 7FT,ADULT,DISP
2
CS
16
CANNULA,NASAL,O2,CVD TIP,TUBE L 7FT,ADULT,DISP
2
CS
17
GOWN ISOLATION LEVEL2 50095
2
CS
18
CUFF AND BULB ADULT (ISO CART)
2
CS
19
MASK WITH CPR BAG 10-55059
4
Bx
20
MASK WITH CPR BAG 10-55059
4
Bx
21
RESPIRATOR FILTER P95
4
CS
22
SPACER,METERED DOSE INHALER,AEROVENT,CLR,22MM OD/ID ADAPTER
4
CS
23
FILTER,VENTILATOR,EXPIRATORY BACTERIA,D/X800,DISP
4
CS
24
CUFF AND BULB THIGH (ISO CART)
5
CS
25
CIRCUIT,VENTILATOR,PORTABLE,ADULT,L 72IN,UNHEATED,STD ELBOW
5
CS
26
CIRCUIT,VENTILATOR,PORTABLE,ADULT,L 72IN,UNHEATED,STD ELBOW
5
CS
27
KIT,ABG,3ML SYR,DRY LI HEP,22GA X 1/2IN,PLSTC,STER
5
CS
28
KIT,ABG,3ML SYR,DRY LI HEP,22GA X 1/2IN,PLSTC,STER
5
CS
29
SPONGE,GAUZE,4 X 4IN,100% COTTON,STER,12-PLY,2 PER PACK,DISP
5
CS
30
SURGICAL GOWN
5
CS
31
MASK,NIV,ORO-NASAL,AF531,MED,4 PT HEADGEAR,DISP
6
PG
32
SURGICAL GOWN
6
CS
33
SURGICAL GOWN
6
CS
34
MASK,NIV,ORO-NASAL,AF531,LG,4 PT HEADGEAR,DISP
7
PG
35
SET,IV ADMIN,NEEDLE-FREE,L 106IN,15 DROPS/ML,DEHP-FREE,STER
7
CS
36
BEDPAN,FRACTURE,PLSTC,TAPERED FRONT,SM,GRAPHITE,W/HANDLE
8
CS
37
CONNECTOR,OXYGEN TUBING,STR,REF:1420
8
CS
38
CONNECTOR,OXYGEN TUBING,STR,REF:1420
8
CS
39
FACE SHIELD ARC REUSABLE 200-037
8
CS
40
PAD EYE COTTON OVAL STERILE 5.4CM X 6.35CM EDGES CLOSED
8
CS
41
CIRCUIT,VENTILATOR,ADULT,L 60IN,HEATED,LTX-FREE,NON-STER
9
CS
42
HUMIDIFIER,HYGROSCOPIC CONDENSING,RESPIRATORY CIRCUIT,DISP
9
CS
43
MASK SURGICAL SUBMICRON FILTRATION
9
CS
44
MASK,AEROSOL,ADULT,UNDER-THE-CHIN,HI-GRADE RESIN,W/O TUBING
10
CS
45
MASK,AEROSOL,ADULT,UNDER-THE-CHIN,HI-GRADE RESIN,W/O TUBING
10
CS
46
TUBING,OXYGEN CONNECTING,L 7FT,LTX-FREE,CRUSH RESISTANT,DISP
10
CS
47
TUBING,OXYGEN CONNECTING,L 7FT,LTX-FREE,CRUSH RESISTANT,DISP
10
CS
48
FILTER,PED/ADULT,10043551
11
CT
49
KIT,NEBULIZER,DRUG DEL,MISTY-NEB,7FT SUPPLY TUBING,LTX-FREE
11
CS
50
FILTER,PED/ADULT,10043551
12
CT
51
CIRCUIT,VENTILATOR,ADULT,L 60IN,HEATED,LTX-FREE,NON-STER
12
CS
52
MASK,OXYGEN,NON-REBREATHER,ADULT,HI CONC,TUBING L 7FT
12
CS
53
NEEDLE,HYPO,25GA X 1IN,SAFETY,STER,DISP,LTX-FREE
13
CS
54
SET,IV ADMIN SEC,10-15 DROPS/ML,L 40IN,NON-VENTED,CLAVE,STER
14
CS
55
HOLDER,ET TUBE,ADJ NECK BAND,PADDED,POS-LOCKING TUBE CLAMP
15
Bx
56
BEDPAN,PONTOON,PLSTC,CONTOURED,1900ML,GOLD,LTX-FREE,DISP
15
CS
57
HOLDER,ET TUBE,ADJ NECK BAND,PADDED,POS-LOCKING TUBE CLAMP
17
Bx
58
FILTER,VENTILATOR,INSPIRATORY BACTERIA,ISO FITTINGS,DIA 22MM
17
CS
59
FILTER,VENTILATOR,INSPIRATORY BACTERIA,ISO FITTINGS,DIA 22MM
27
CS
60
MASK FACE DISP YU GUO
20
CS
61
WIPE,CLEANING,DISINF 6X6 3/4IN
20
CS
62
TUBING,CPAP/BIPAP,BIPAP PATIENT CIRCUIT,W/PROX PRES LINE
21
CS
63
RESPIRATOR,PARTICULATE,SURG MASK,N95,SM,CUP,BLU,DISP
22
CS
64
TUBING,CPAP/BIPAP,BIPAP PATIENT CIRCUIT,W/PROX PRES LINE
22
CS
65
MASK,OXYGEN,NON-REBREATHER,ADULT,HI CONC,TUBING L 7FT
25
CS
66
DISPOSABLE GOWN LEVEL 2 FDA CERTIFICATION
27
CS
67
BAG,BODY,PLSTC,72 X 108IN,W/3 ID TAGS,WATERPROOF RESISTANT
28
CS
68
HOOD WITH CLEAR SHIELD LEVEL 1
30
CS
69
KIT,SUCTION,14FR,220135
30
EA
70
SURGICAL MASK EARLOOP
30
CS
71
GOWNS,ISOLATION,LEVEL 2
31
CS
72
HUMIDIFIER,HYGROSCOPIC CONDENSING,RESPIRATORY CIRCUIT,DISP
37
CS
73
MREMRE NO HEATER
42
CS
74
GOWN, DESPOSABLE,LEVEL2
46
EA
75
HAND SANITIZER 17OZ FLIP TOP 75% 500ML
50
CS
76
KIT,SUCTION,14FR,220135
50
EA
77
MRE
53
CS
78
BAG,BODY,PLSTC,40 X 96IN,W/3 ID TAGS,WHT,CHIN STRAP
55
CS
79
WATER,5 GALLON
53
EA
80
MASK PARTICULATE RESPIRATOR KN95
64
CS
81
SHIELD FACE PROTECTION SPLASH 7-1/2 IN LONG
71
CS
82
RESPIRATOR PARTICULATE EXHL VALVE
74
PG
83
MASK,FACE,FLUIDGARD,W/SHIELD,PLTD,W/TIES,FLUID RESISTANT
79
CS
84
NATURALYTE,SOLU,2K,08-2201-5
80
CS
85
SOLUTION NATURALYTE 2K 08-2201-S
80
CS
86
MASK 3 PLY DISP BLUE FM-EL-BL2K
100
CS
87
DRESSING,GEN USE,ABD PAD/COMBINE,8 X 10IN,STER,ABSORB
115
PG
88
CAVICIDE, WIPE, 7IN X 9IN, DISINFECTANT
120
EA
89
MASK FLUIDGARD SURG 14320
144
CS
90
TISSUE,FACIAL,2-PLY,8 X 8IN,100 SHT,POP-UP DISPENSER,WHT
168
CS
91
TUBING,OXYGEN,SMOOTH,25FT,001305
183
EA
92
WATER,BOTTLED,16.9OZ,NESTLE PURE LIFE
195
CS
93
KIT,SUCTION,CLOSED SYS,T-PIECE,14FR CATH,21.3IN L,RMVBL CAP
250
EA
94
KIT,SUCTION,CLOSED SYS,T-PIECE,14FR CATH,21.3IN L,RMVBL CAP
290
EA
95
SHIELD FACE FULL FOAM TOP NONFS600
356.4
Bx
96
MASK,FACE,PROCEDURE,W/O SHIELD,PLTD W/NOSE BRIDGE,EAR LOOPS
459
Bx
97
SANITIZER,HAND,BOTTLE,4OZ,60% ETHYL ALCOHOL,NO RINSE,ISAGEL
462
CS
98
GOWN,ISO,DISP JIANGXGOWN-L
470
CS
99
N95 SMALL MASK
479
CS
100
GAUGE (ISO CART)
480
EA
101
GOWN,SURG,XL,BLU 44674
636
CS
102
RESPIRATOR,PARTICULATE,SURG MASK,N95,STD,CUP,BLU,DISP
800.5
Bx
103
GOGGLES,SAFETY,PROTECTIVE,PLSTC,CLR LENS,UNIV SZ,VENTILATED
1344
EA
104
GOWN,DISPOSABLE,BLUE
2600
EA
105
ISOLATION GOWN,LEVEL 2,BLUE
3320
EA
106
MASK FACE DISP SURG 3 PLY
4560
Bx
107
SWAB NASAL COLLECTION KIT 43903
30000
KT
Subject: Compliance with 13 C.F.R. 125.6
DATE:
Contractor Point of Contact
Business Name
DUNS #:
Solicitation Number: 36C24821Q0230
Offerors are required to comply with 13 C.F.R. 125.6. Offerors are to check which block applies:
[ ] I certify that no subcontractors are anticipated in performing services under this contract.
[ ] I certify that my company and those anticipated subcontractors that are similarly situated, are estimated to receive at least 50% of the value of this contract. I understand that a similarly situated subcontractor must meet the size standard for NAICS assigned by the prime and must be in certified in VIP. Please provide the following information to identify and calculate the cost of the work self-performed and what is subcontracted.
Contractor DUNs Number Description of Work COST of work in %
__________________ _______________ _ __________________ ____________ __________________ _______________ _ __________________ ____________ __________________ _______________ _ __________________ ____________ __________________ _______________ _ __________________ ____________
__________________ _______________ _ __________________ ____________
Total % of value of contract by Prime Contractor ____________
Total % of value of contract by similarly situated subcontractors ____________
WARNING: Severe Penalties for Contractors that violate the Limitations on Subcontracting Rule: If caught during the performance violating the FAR government subcontracting rules or limitations on subcontracting clause under the Code of Federal Regulations 13 C.F.R. 125.6(g), there can be stiff penalties: Whoever violates the requirements set forth in paragraph (a) of this section shall be subject to the penalties prescribed in 15 U.S.C. 645(d), except that the fine shall be treated as the greater of $500,000 or the dollar amount spent, in excess of permitted levels, by the entity on subcontractors. A party's failure to comply with the spirit and intent of a subcontract with a similarly situated entity may be considered a basis for debarment on the grounds, including but not limited to, that the parties have violated the terms of a Government contract or subcontract pursuant to FAR 9.406-2(b)(1)(i) (48 CFR 9.406-2(b)(1)(i)). Contracting Officers may require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during the performance of the contract by having the Contractor provide invoices, copies of subcontracts, or a list of the value of tasks performed.
IAW 1001 of Title 18, I certify the above representations are true and correct to the best of my knowledge.
_________________________________________________ ____________
(Contractor) Date
Return this certification via email to: Scott Frankel
Bid Protests Not Available