Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 5 of 5 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 5 The Department of Veterans Affairs, Network Contracting Office 19, 6162 S. Willow Drive, Suite 300, Greenwood Village, CO 80111-5152 is soliciting quotations for Service Disabled Veteran Owned Small Business total set-aside for Daily VA Medical Laboratory Courier Services for the VA Western Colorado Health Care System (WCHCS) in Grand Junction Colorado and the VA Community Based Outpatient Clinics (CBOCs) Craig CO, Glenwood Springs CO, Montrose CO, and Moab UT in accordance with the Statement of Work (SOW). Please review all attachments for this requirement. 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 and technical statements/documents are being requested, and a written solicitation document will not be issued. The Government reserves the right to make no award from this solicitation. This solicitation is a request for quotations (RFQ). The government anticipates awarding a firm fixed priced Base Plus 4 Option Years service contract. Special Standards of Responsibility To assist the contracting officer in determining if the special standards of responsibility applicable to this procurement are met, offerors are asked to provide the following information with their offers. Failure to include this information could result in a contracting officer s determination that an otherwise successful offeror is not eligible for contract award. SP1: Special Training. Offeror shall provide evidence that personnel performing the work hold the following training certification: Occupational Safety and Health Administration (OSHA) Bloodborne Pathogens. In addition, the offeror shall provide evidence that personnel performing the work hold the following training certification or equivalent: Department of Transportation (DOT) HazMat training. SP2: Specialized Liability Insurance. Offeror shall provide evidence that their business carries a minimum of a $1,000,000.00 per occurrence Commercial General Liability insurance coverage policy plan that is active. SP3: Specialized Experience. Offeror shall provide a narrative that describes its specialized experience providing medical laboratory specimen handling and transportation courier services. The narrative must include years of experience of their drivers performing courier services along with at least three (3) examples of active or past courier service contracts performed within the last two years. If Offeror intends to satisfy this requirement through use of a proposed subcontractor(s), Offeror must provide this information for each proposed subcontractor and Offeror must identify what work will be performed by each proposed subcontractor and what work will be performed by Offeror. 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) (a) Basis of Award. This procurement is being conducted pursuant to FAR Part 12 procedures. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, offers the lowest price, whose offered price does not exceed the amount of funding available for the procurement, and whose offered price is found to be reasonable. Price alone is the sole evaluation factor. In addition to the general standards of responsibility found at FAR § 9.104-1, in accordance with FAR § 9.104-2, the special standards of responsibility described below apply to this procurement. Offerors who fail to meet any special standard of responsibility will not be eligible to receive contract award. Special Standards of Responsibility: The following special standards of responsibility apply to this procurement: SP1: Special Training. Personnel performing work under the contract shall have completed the OSHA Bloodborne Pathogens and DOT HazMat Training due to the handling and transportation of laboratory specimens, like blood samples that can pose infectious risk. SP2: Specialized Liability Insurance. Offeror shall carry a minimum of $1,000,000 per occurrence Commercial Grade Liability. SP3: Specialized Experience. Offeror shall have specialized experience performing medical laboratory specimen handling and transportation courier services. This requirement may be met by Offeror s proposed subcontractor(s) possessing this experience. Courier driver personnel performing work under the contract shall have specialized experience handling and transporting medical laboratory specimen courier services. (b) Evaluation Process. Offers will be evaluated in the following manner. The lowest-priced offer will be identified. The lowest-priced offer will be evaluated to determine if the offered price exceeds the amount of funding available for the procurement. If the offered price does not exceed the amount of funding available for the procurement, the offered price will be evaluated to determine if it is reasonable. If the offered price is found to be reasonable, the offeror who submitted this offer will be identified as the successful offeror. The contracting officer will then determine if the successful offeror is responsible using the general standards of responsibility and the special standards of responsibility applicable to this procurement. If contract award cannot be made to the successful offeror, the contracting officer will evaluate the next lowest-priced offer following the procedures described above. This process will continue until a contract award can be made, or the contracting officer determines that no contract award can be made. The contracting officer may find all offers not acceptable and cancel the solicitation if the lowest-priced offer exceeds the amount of funding available for the procurement. The contracting officer may likewise find an offer under evaluation, as well as all remaining offers, not acceptable and cancel the solicitation if the offer currently under evaluation exceeds the amount of funding available for the procurement. The Government intends to evaluate offers and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions at any time if determined by the contracting officer to be in the Government s interest. (c) 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 or if the offered price for the basic requirement or any option exceeds the amount of funding available for any of those requirements. Evaluation of options shall not obligate the Government to exercise the option(s). *All solicitation questions shall be emailed to & received by John Cheng, Contract Specialist, e-mail: john.cheng2@va.gov. Solicitation question(s) submission shall be received not later than 12:00pm MDT on 9/9/2025.  Late submissions will not be accepted.* **All quotations and supporting documents shall be sent and received via email to John Cheng, Contract Specialist, e-mail: john.cheng2@va.gov. Submission shall be received not later than 12:00pm MDT on 9/12/2025.  Late submissions will not be accepted. Only e-mailed quotes will be accepted. It is the responsibility of the vendor to ensure the Governments timely receipt of their quote.**