Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2007 FBO #1938
MODIFICATION

R -- Independent Living & Assistive TechnologyAssessments

Notice Date
3/16/2007
 
Notice Type
Modification
 
NAICS
624310 — Vocational Rehabilitation Services
 
Contracting Office
Department of Veterans Affairs;Vocational Rehabilitation & Employment;Atlanta Regional Office;P.O. Box 100024
 
ZIP Code
00024
 
Solicitation Number
VA-247-07-RQ-0016
 
Response Due
3/26/2007
 
Archive Date
4/23/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offers are due to the designated office by 1:00 p.m. local Atlanta, GA time, March 22, 2007. Offers are to be emailed to elaine.porter@va.gov. The solicitation number is VA-247-07-RQ-0016, and is issued as a Request for Quote (RFQ). This is a 100% set aside for Small Business. The North American Industry Classification System (NAICS) code is 624310 and the size standard is $6,5000,000. 1.Background. The Department of Veterans Affairs, Vocational Rehabilitation & Employment (VR&E) Office, Atlanta Regional Office, has a requirement for contractor service for Independent Living and Assistive Technology Assessment support for the Atlanta Regional Office to include out-based Georgia offices in Augusta, Savannah, Tifton and Columbus. The purpose (or mission) of the Independent Living program is to provide services and assistance that will enable qualified veterans with service-connected disabilities to achieve independence in daily living, to the maximum extent possible. 2. Scope. The contractor shall provide Independent Living and Assistive Technology Assessments for individuals referred by VR&E. Assessments shall be provided in accordance with the VR&E regulations and specifically VA Circular 28-05-01 dated January 3, 2005 and additional guidance provided to the contractor. The contractor or a member of his staff shall provide follow-up services. 3. Tasks. Initial consultation concerning potential referrals will be initiated by the VR&E Atlanta Regional Office and out-based counselors. The contractor shall be responsible for making contact with the individual veteran for the purpose of introduction and determining the nature and scope of the assessment. The Contractor shall then provide, by email to the Counselor, a brief overview of the planned and recommended assessment and an itemized estimate of the anticipated number of hours required to accomplish the task(s). The government will use the above email in paragraph 4.3 as a basis to generate an authorization (VA Form 1905) and obligate the funds under this contract. Once authorized work is underway and it is apparent that the total cost may exceed the original estimate, the contractor shall not proceed with any additional work without submitting written justification to the referring counselor. Upon review and acceptance by the referring VR&E counselor, a supplemental VA Form 1905 will be provided to the contractor as approval for the additional work and cost. 3.3 Contractor assessments shall include any combination of the following: 3.3.1 Assistance in identifying the individual's current level of independent living functioning with specific regard to identifying the most reasonable and cost effective accommodations for specific cases. Assistance in identifying the individual's current level of workplace functioning with specific regard to identifying the most reasonable and cost effective accommodations for specific cases. 3.3.3 Summary of interview to include relevant records review. 3.3.4 IL and/or AT report shall include recommendations for services, products, vendor selection and/or activities that are available to assist the individual increase their level of independence in the home, workplace and community. 3.4 The contractor shall utilize all available methods in the assessment of the individual's independent living circumstances, including but not limited to, the review of available medical records, interview with the individual and/or family, testing, and a visit to the individual's home or community, depending upon the needs of the particular individual. 3.5 Periodic follow-up visits for review of monthly reports and invoices in support of the provision, recommendation and/or installation of assistive technology measures, and to determine the individual's progress shall be accomplished as needed and only when expressly authorized by the VA VR&E Counselor. Periodic follow-up shall be identified on a case by case basis, and shall be covered by supplemental estimates and appropriate authorization (VA Form 1905). 3.6 Reports prepared under this contract shall be submitted with the invoice, along with a copy of the all VA Form 1905(s). 5. Period of Performance: Work shall commence on May 2, 2007 to September 30, 2007 with three one-year option years. The Government will exercise Options years only if there is a continued need for the services. 6. Place of Performance: Various locations throughout the state of Georgia. 7. Contract Type: Referrals will be made under a Blanket Purchase Agreement in accordance with the procedures of FAR 13.303-1. The estimated number of Labor Hours for the base period is 700 hours and 1600 hours for each option year. Services shall be invoiced at a fixed priced hourly rate. 8. Travel: The contractor shall travel on an as need basis to support the requirements of the Statement of Work and as directed by the referring counselor and shall be invoiced at the. 9. Quality Assurance Plan: The government will use a variety of methods to monitor performance of this contract to include customer surveys, customer feedback and Government Quality Review forms. The government deems acceptable performance as no more than one valid negative response per referral. And no more than one late report per referral. 10. Contractor Qualifications. The contractor is responsible for providing the appropriate staffing to meet the requirements of this PWS. The minimum contractor qualification is a Master's degree in Rehabilitation Counseling and acceptable past performance/experience in Independent Living and Assistive Technology Assessments and experience working with disabled veteran population. A resume of key personnel shall be submitted with your quote. 11. Invoice instructions. Invoices shall itemize all work performed to include date, nature and time spent. Invoices must clearly reference the vendor's invoice number, Federal Tax ID number, the contract number, the veteran's name and VA claim number, and a summary of services provided, service dates and charges. 12. References: VA Circular 28-05-01 found at www.warms.vba.va.gov/28circulars.html . The solicitation incorporates by reference:     52.204-7 Central Contractor Registration, 52.232-18 Availability of Funds, 52.212-4, Contract Terms and Conditions Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Item, 52.219-6, Notice of Total Small Business Set Aside, 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities, 52.225-1, Buy American Act-Supplies, 52.225-13, Restrictions on Certain Foreign Purchased, 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration, 52.232-35, Designation of Office for Government Receipt of Electronic Funds Transfer Information, 52.232-7, Payments Under Time-and-Materials and Labor-Hour Contracts Alt 1, VAAR 852.237-70 Contractor Responsibilities, VAAR 852.270-4 Commercial Advertising; Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses Incorporated by Reference, 52.212-2, Evaluation-Commercial Items, 52.212-3 Offeror Representation and Certifications- Commercial Items; 52.216-31 Time-and-Material/Labor-Hour Proposal Requirements-Commercial Item Acquisition. All responsible sources will be considered.    This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation. 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. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far for FAR references, and http://farsite.hill.af.mil/VFvar1.HTM for VAAR references. (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 following factors shall be used to evaluate offers:     The government will use Lowest Price Technically Acceptable (LPTA) source selection process. The government considers technical acceptability as a contractor personnel with a Master's Degree in Rehabilitation Counseling, acceptable past performance/experience in Independent Living and Assistive Technology Assessments and experience working with disabled veteran population. A resume of key personnel shall be submitted with your quote. The offeror's quote must contain a fixed price hourly rate for the base period and for each option year.     (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).  
 
Place of Performance
Address: Department of Veterans Affairs;Vocational Rehabilitation & Employment Office;Atlanta Regional Office;P.O. Box 100024;Decatur, GA
Zip Code: 30031
Country: U.S.
 
Record
SN01252926-W 20070318/070316220637 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.