The sources sought notice is solely for information and planning purposes only and does not constitute a solicitation will be issued. NOTICE The sources sought notice does not constitute a Request for Quotation (RFQ) or a promise to issue an RFQ in the future. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this notice. It is the responsibility of the responders to monitor this site for additional information pertaining to this requirement. Responses or questions concerning the composition and requirements to this notice will not be returned. All capable contractors are welcome to respond to this notice and shall provide a brief capability statement that covers the information in the statement of work. The Capability Statement shall be limited to 5 pages. The Government will not review any other information or attachments that is more than the mentioned page limit. The Government will not review generic marketing materials that do not address the information contained herein or the attached documents. GENERAL Your response must address capabilities specific to the services required in the statement of work and must include the following: a. Company Name b. SAM Unique Entity ID & cage code which the company is registered in sam.gov and https://veterans.certify.sba.gov/ c. Company Address d. Point of contact(s) name e. Telephone number(s) f. Email address(s) g. Socioeconomic data h. Company Business Size Status and representations of your business i. Any previous contract(s) similar or the same as the required functional capabilities in the statement of work This is not a request for quotes. The estimated period of performance is April 1, 2025 August 4, 2025. All interested parties shall respond no later than 3/13/2025 at 12:00PM EST. Submit responses or suggestions via email to jameel.gordon@va.gov. Telephone responses will not be accepted. STATEMENT OF WORK Truck Drivers for NFS Baltimore and Loch Raven VAMHCS This Statement of Work (SOW) secures qualified contractors to provide services in support of the Nutrition & Food Services (NFS) to deliver food, utensils, and all other supplies used in daily meal services to support the Baltimore and Loch Raven Maryland s Veteran Affairs Medical Centers. All work will be located and completed at Maryland VA Medical Centers The estimated performance period is for April 1, 2025 August 4, 2025. Summary of Positions and Priority: Truck Driver (Both Locations) April 1, 2025 August 4, 2025 1. Location(s): Baltimore Veterans Affairs Medical Center, 10 North Greene Street, Baltimore, MD 21201 Loch Raven Veterans Affairs Medical Center, 3900 Loch Raven Boulevard, Baltimore, MD 21218 2. Scope of Work: Truck Driver: The contractor shall provide driver/delivery related services that include: Transporting perishable cargo that must be kept in a vehicle with a refrigerated cargo section. Performing basic vehicle maintenance and being responsible for the cleanliness of their vehicle; vehicle must remain pest free. Maintain safe operational procedures of the vehicle per the vehicle manufacturer literature. Loading and unloading cargo. Keeping accurate records of routes, shifts and shipments. Monitoring the temperature level to prevent spoilage: report out of range temperatures before departure and/or upon arrival. Licenses: Commercial Driver s License (CDL) Experience: Minimum 3 years of experience transporting perishable goods in a refrigerated truck. Vehicle Provided: The VA will provide a Ford F-650 Reefer Truck for the contractor personnel to perform the duties under contract. See spec sheet attached (Attachment 1) for full vehicle details. Shifts of Duty: All shifts and routes will be served and completed 7 days a week. Contractor shall provide three total drivers. Two drivers per day with overlapping 8-hour shifts and 30-minute lunch breaks. 0500 to 1330 1130 to 2000 All three drivers will rotate daily shifts per week. Contractor shall provide coverage for any expected and/or unexpected absences for any of the three required drivers. Two delivery routes: At 0500, contractor shall arrive at loading dock in Baltimore to load food and supplies from the kitchen. At 0600, contractor shall begin transit to Loch Raven location and arrive before 0700 to unload in building 1 (Community Living Center) loading dock. At 1500, contractor shall load materials (i.e pots, pans, and other supplies for meal service) from the building 1 loading dock at the Loch Raven location. Contractor shall transport and unload all cargo from Loch Raven location to the loading dock at Baltimore location. The timing and/or procedures of the above routes and destinations are subject to change per the COR discretion and guidance from NFS. Functional Responsibility: The contractor is expected to accommodate the meal service schedule of the NFS department. This includes adjustment in route schedule and labor for loading/unloading. These factors will be included in performance evaluation of the contract period of performance. 3. Security Controls: General: Department of Veterans Affairs Medical Center is a Federal Government Installation. A personnel background check may need to be processed, sent to the Contracting Officer, prior to the Contractor reporting for work. An identification card (Personal Identification Verification) and vehicle registration will not be issued until the background checks are completed and approved by the Security Investigation Center (SIC). The PIV card is required for access to the Government computer databases. Security Identification Badges: Contract employee shall comply with the local NCO identification and access requirements. The Contractor is responsible for absences of contract employees due to expired or lost identification and access documents. Each contract employee shall wear, and display assigned Security Badge ID, provided by the Human Resources Security Office (HRSO) so that it is always visible, and in accordance with their guidance. The badge must display the full name, title and if required by the (HRSO) the words Contractor in front. Contractor/Contract employees shall turn in all identification badges to the Contracting Officer, or designated representative upon termination of their services under the contract. The Contractor shall be responsible for the replacement cost of lost or non-returned Identification cards. Vehicles: All contract employees must register their vehicles with the Police Office to gain access onto the VA Campus. A valid driver s license, Government-furnished civilian ID, proof of insurance and current registration must be presented to the Police Office, at which time a VA decal will be issued. The decal shall be placed on the vehicle s front windshield in accordance with instructions. Contract employees shall follow installation procedures for removal and turn-in of the vehicle decal upon termination of services under this contract. Vehicles, with or without a VA decal, are subject to search. Security: All contractors and contractor personnel shall be subject to the same Federal security and privacy laws, regulations, standards and VA policies, including the Privacy Act, 5 U.S.C. 552a, VA facility Privacy Policy 002-09 and VA personnel, regarding information and information system security. The contractor has a duty to report privacy and HIPAA incidents during and after business hours. Contractors shall follow policies and procedures outlined in VA Directive 6500, Information Security Program which is available at: http://www1.va.gov/vapubs and its handbooks to ensure appropriate security controls are in place. 4. Policy/Handbooks: The contractor shall be subject to the following policies, including any subsequent updates during the period of performance: VA Directive 1663: Health Care Resources Contracting - Buying http://www1.va.gov/vapubs/viewPublication.asp?Pub_ID=347 VHA Directive 2006-041 Veterans Health Care Service Standards (expired but still in effect pending revision) https://www1.va.gov/vhapublications/ViewPublication.asp?pub_ID=1443 VHA Handbook 1100.18 Reporting and Responding to State Licensing Boards - http://www1.va.gov/vhapublications/ViewPublication.asp?pub_ID=1364 VHA Handbook 1100.19 Credentialing and Privileging - http://www.va.gov/vhapublications/ViewPublication.asp?pub_ID=2910 Privacy Act of 1974 (5 U.S.C. 552a) as amended http://www.justice.gov/oip/foia_updates/Vol_XVII_4/page2.htm VHA Directive 1605.01, Privacy and Release of Information VHA HB 1605.05, Business Associate Agreements VA Directive 6500.6, Contract Security 5. Miscellaneous Items: 5.1 Personnel Policy VA-245-07-R: It is the responsibility of the contractor to provide the personnel assigned the following items and to furnish official documentation to the Contracting Officer the proof that these requirements have been met: 5.2 Timesheets/Invoices: Contractor will be required to send electronic copies of timesheets (indicating hours worked each day) to the COR for each pay period for VA certification of invoices. Invoices will be submitted monthly in arrears, all invoices and timesheets will be submitted via electronic invoicing (OB10) for timely processing. 7. Selection Criteria 7.1 Cost (30%): Overall cost of contract over the 4-month period. 7.2 Contractor experience working within a Healthcare Environment (30%): proposed contractors experience level within a healthcare and/or hospital environment based on individual resumes of current personnel. 7.3 Contractor experience working with the Veterans Healthcare Administration (VHA) (40%): proposed contractors experience level within the VHA healthcare and/or hospital environment based on individual resumes of current personnel. 8. Submission requirements. 8.1 Contractor to provide information indicating: 8.1.1 Qualification. (Contractor experience working with the Veterans Healthcare Administration (VHA) and/or experience working within a Healthcare Environment) 8.1.2 Individual Resumes. (Current personnel) 8.1.3 Cost Breakdown Spreadsheet. (Labor rates, fees, and all other line items shall be shown in proposal) (End of Statement of Work)