Search Contract Opportunities

Small Package Delivery | Ohio VA Locations Dayton, Cincinnati, Columbus, Chillicothe, and Cleveland VA Medical Facilities and Community Based Outreach Clinics

ID: 36C25025Q0232 • Type: Sources Sought

Description

This is a Sources Sought Notice, and this notice is being issued for market research purposes only. This notice is not a Request for Quotation or Proposal (RFQ/RFP), and a solicitation is not being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition methodology. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Interested parties are asked to submit capability statement that clearly and convincingly identifies their ability to fulfill the requirements. Industry feedback to the information below is requested to ensure the VA has not created a defacto sole source requirement. The Network Contracting Office (NCO-10) is seeking to identify Service Disabled Veteran Owner Small Businesses (SDVOSB) and/or Veteran Owned Small Businesses (VOSB) to perform the following services: small package shipping and delivery services for the VA Medical Centers (MCs) in Cincinnati OH, Chillicothe OH, Dayton OH, Cleveland, OH and the Ambulatory Care Center (ACC) in Columbus OH, as well as all the Community Based Outpatient Clinics (CBOCs) the MCs and ACC support. Scope: The VA Medical Centers (VAMC) in Cincinnati, Chillicothe, Dayton, Cleveland, and the Ambulatory Care Center (ACC) in Columbus, and all supported CBOCs use small package delivery services for timely shipments of prescriptions, patient aids, testing services, and other logistical concerns. Services include picking up packages from the MCs, ACC and CBOCs every weekday with delivery to any address within the United States and its territories daily ((Monday-Friday and Saturday (if required)). Items may need to be delivered Next Day Air, Next Day Air AM Delivery, 2 Day Air, or Ground Service to be decided by the shipping coordinator at the MCs/ACC. Vendor to provide commitment of 100% success rate for all identified expedited services (Next Day Air, Next Day Air-Morning, and Next Day Air- Afternoon). Currently the combined medical facilities ship over 300,000 packages per year (please see Appendix 1: Package Breakdown below depending on patient needs, facility needs, and other requirements. The Government requests that interested parties: Failure to provide a capabilities statement and answers to the questions below may result in your response being excluded in the Governments market research and potential set-aside considerations. Submit a statement of capability outlining their firm s capabilities related to this requirement. Capabilities statement shall provide a detailed overview and qualifications to perform the requirement, including past experience with projects similar in scope. All information shall be submitted in MS Word or Adobe PDF format and shall not exceed 10 pages, including all attachments. Each party s submission shall also include the following information: Organization Name Organization Address Point-of-Contact (name, title, address, telephone number, and email) SAM UEI Number Business Size (i.e. annual revenues and employee size) NAICS Code GSA Contract Number Any other pertinent information Answer below questions 1-6: Failure to provide a capabilities statement and answers to the questions below may result in your response being excluded in the Governments market research and potential set-aside considerations. QUESTION #1: Is your firm interested in providing a fair and reasonable quote for this requirement? Yes / No (choose one) QUESTION #2: Does your firm have the ability to pick up and deliver packages nationwide (occasionally worldwide) in an expedited fashion (1-7 business days). Pickups are at set pickup points and deliveries can span nationwide (occasionally worldwide) for both residential and commercial clients. Packages to one address are usually on an individualized basis. Yes / No (choose one) QUESTION #3: Can your firm provide 3 customer references for requirements of a similar scope and size over the past 4 years? If so, please provide contract number, Point of Contact from the Government or Private Sector company. Indicate if your firm was a Prime or Subcontractor, and the scope of performance. Lack of references of a similar scope and size will not preclude a vendor from consideration of set aside provided that the capabilities statement contains sufficient information to show how performance standards will be met. QUESTION #4: Is your firm an SBA Certified SDVOSB and/or VOSB? If so, please provide a copy of VETCERT certification. QUESTION #5: Is your firm an SBA Certified EDWOSB, WOSB, HUB, 8a, SDV? Please provide any additional certifications regarding the socio-economic status of your company including, WOSB, EDWOSB, HUB, 8a, Small Disadvantage Business, Small Business, etc. QUESTION #6: Does your firm have the ability to perform this contract while complying with the Limitations on Subcontracting rules per FAR 52.219-14, 13 CFR 125.6 or VAAR 852.219-75 (if set aside for SDVOSB/VOSB concerns)? If so, please briefly explain how your firm will accomplish this, include any potential teaming arrangements or subcontractors. To Note: The CO shall conduct periodic checks with the vendor to ensure that Limitations on Subcontracting compliance is maintained during the period of performance if this requirement is set-aside for any small business entities. In accordance with 13 CFR 125.6(g), 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)). The applicable NAICS code for this requirement is NAICS 492110 Couriers and Express Delivery Services with a Small Business Size Standard of 1,500 Employees. The Product Service Code is V112 Transportation/Travel/Relocation- Transportation: Motor Freight. For informational purposes only, the following Wage Determinations apply to this requirement: No 2015-4771 Rev 27 (Ross) No 2015-4719 Rev 27 (Hamilton) No 2015-4727 Rev 24 (Cuyahoga) No 2015-4731 Rev 24 (Montgomery) No 2015-4729 Rev 27 (Franklin) All businesses are encouraged to respond; however, each respondent must clearly identify their business size and socio-economic category(s) in their capabilities statement. This Sources Sought is only for the purpose of identifying potential sources as part of market research. No Request for Proposal (RFP), Quote (RFQ), or Invitation for Bid (IFB) exists. Responses to this Sources Sought are not quotes, proposals, or bids on which the VA can issue any contract. This Notice is issued for information and planning purposes only and does not itself constitute an RFP, RFQ or IFB. The Government does not intend to award a contract based only on responses to this Sources Sought. Responses will not be returned. Responders are solely responsible for all expenses associated with responding to this Sources Sought; the VA will not pay for information received in response. Do not submit pricing information in response to this Sources Sought. Failure to provide a capabilities statement and answers to the questions above may result in your response being excluded in the Governments market research and potential set-aside considerations. Detailed capabilities statement and answers to questions 1-6 must be submitted by email to Contracting Officer Josh Kovar at Joshua.Kovar@VA.gov in an electronic format (email), no later than 1:30 PM EST on (1/29/2025). Responses email subject line shall be the following: 36C25025QXXXX - (Vendor Name) - Response to Sources Sought. All submissions must be in either Word or Adobe PDF format and shall not exceed 10 pages total. APPENDIX 1: PACKAGE BREAKDOWN The items below is raw analysis from internal reports. There is no guarantee that any subsequent action will have the same, more, or less quantities, packages, shipments, delivery methods or destinations. This information is for informational purposes only. Some of the data pulled was classified as BULK as there was no independent tracking numbers, no service identifier, no destination zip codes and no classification of residential vs. commercial for those shipments. The BULK shipments have skewed the totals slightly so numbers in the columns may not add up to the total packages shipped in the independent station s TOTAL columns or the analysis table below. All data is from 4/1/2024 11/30/2024 from Dayton, Columbus, Cincinnati, Chillicothe, and Cleveland VA Medical Centers and Supported Community Based Outreach Clinics (CBOCs).
Background
The Network Contracting Office (NCO-10) of the Department of Veterans Affairs is conducting market research to identify Service Disabled Veteran Owned Small Businesses (SDVOSB) and/or Veteran Owned Small Businesses (VOSB) capable of providing small package shipping and delivery services for various VA Medical Centers in Ohio, including Cincinnati, Chillicothe, Dayton, Cleveland, and the Ambulatory Care Center in Columbus.

The goal is to ensure timely shipments of prescriptions, patient aids, testing services, and other logistical needs.

Work Details
The contractor will be responsible for:
- Picking up packages from the VA Medical Centers (VAMC), Ambulatory Care Center (ACC), and CBOCs every weekday.
- Delivering packages to any address within the United States and its territories on a daily basis (Monday-Friday and Saturday if required).
- Providing various shipping options including Next Day Air, Next Day Air AM Delivery, 2 Day Air, or Ground Service as determined by the shipping coordinator at the MCs/ACC.
- Ensuring a 100% success rate for all identified expedited services (Next Day Air, Next Day Air-Morning, and Next Day Air-Afternoon).
- Managing a volume of over 300,000 packages shipped annually across the facilities.

Place of Performance
The services will be performed at multiple locations including Dayton, Cincinnati, Columbus, Chillicothe, Cleveland VA Medical Centers and their supported Community Based Outpatient Clinics.

Overview

Response Deadline
Jan. 29, 2025, 1:30 p.m. EST Past Due
Posted
Jan. 15, 2025, 10:33 p.m. EST
Set Aside
None
Place of Performance
US Department of Veterans Affairs Multiple Locations: Dayton, Cincinnati, Columbus, United States
Source
SAM

Current SBA Size Standard
1500 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Sole Source
Odds of Award
32%
On 1/15/25 VISN 10: Healthcare System issued Sources Sought 36C25025Q0232 for Small Package Delivery | Ohio VA Locations Dayton, Cincinnati, Columbus, Chillicothe, and Cleveland VA Medical Facilities and Community Based Outreach Clinics due 1/29/25. The opportunity was issued full & open with NAICS 492110 and PSC R604.
Primary Contact
Title
Contracting Officer
Name
Josh Kovar   Profile
Phone
None

Documents

Posted documents for Sources Sought 36C25025Q0232

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought 36C25025Q0232

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 36C25025Q0232

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 36C25025Q0232

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 250-NETWORK CONTRACT OFFICE 10 (36C250)
FPDS Organization Code
3600-00250
Source Organization Code
100167099
Last Updated
March 30, 2025
Last Updated By
Joshua.Kovar@va.gov
Archive Date
March 30, 2025