Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2008 FBO #2299
SOLICITATION NOTICE

U -- Suicide Prevention Training

Notice Date
3/11/2008
 
Notice Type
Solicitation Notice
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Network Contract Manager;One Veterans Drive, Building 68;Minneapolis MN 55417
 
ZIP Code
55417
 
Solicitation Number
VA-263-08-RQ-0172
 
Response Due
3/18/2008
 
Archive Date
4/17/2008
 
Point of Contact
Lindsay Roop Contract Specialist 612-467-2176
 
E-Mail Address
Email your questions to Contract Specialist
(lindsay.roop@va.gov)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 separate written request for quotations will not be issued. (ii) The reference/solicitation number is VA-263-08-RQ-0080 and the solicitation is issued as a request for quotation (RFQ). This acquisition is being conducted in accordance with FAR Parts 12, 13 and 15. The combined synopsis/solicitation will result in a purchase order. Responses to this Request for Quotation are not offers from which a ward can be made. Instead, to establish a contract, the Department of Veterans Affairs (the "VA") must make an offer that can be accepted by the contractor. The contractor can accept the government's offer by (1) a signed written acceptance of the government's offer or (2) by substantial performance incompliance with the contract. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-24. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR). (iv) North American Industry Classification System (NAICS) code is 611699 (size standards in number of employees is 100) applies to this solicitation. (v) This requirement consists of two (2) line items: Line Item 0001: 8 hour suicide prevention training, Qty: 3; Line Item 0002: any applicable licensure, Qty: 1. (vi) The Department of Veteran Affairs has the need for a suicide risk assessment and triage training course for the clinical providers in the mental health service line at Minneapolis VAMC. The training should include the use of clinical interview as an assessment tool for assessing suicide risk. The primary objectives of the training course should provide human service professionals with a proven suicide risk assessment protocol, as well as a best practice documentation system. The training should be endorsed by the Joint Commission as a "best practices" model. The training must be able to accommodate 400 participants over a three day period, for April 23-25, 2008. (vii) Delivery and acceptance of deliverables shall be FOB destination within 30 days of receipt of order to VA Medical Center, One Veterans Drive, Minneapolis, MN 55417. (viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.212-1, 52.216-1, The Government contemplates award of a firm fixed price contract resulting from this solicitation; 52.225-18, Place of manufacture, described more fully in paragraph (xiii) of this solicitation; 52.233-2, Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgement of receipt from Lindsay Roop, One Veterans Drive (90c), Minneapolis, MN 55417. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO; 852.233-70, Protest Content. In submitting quotations, please provide a description of training. Quotations must also include the following: (a) accreditations or certification, (b) licensing requirements (c) If involved, explain software configuration. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price 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: (a) Technical abilities which may include the technical attributes that increased ability and probability of identifying, intervening and implanting an effective prevention plan for clients at risk for suicide; (b) Ability to implement a uniform method to collect, assess and evaluate clients for suicide risk; (c) certification or recognition in industry, which may include accreditation or identification by the Joint Commission. (x) The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from http://www.arnet.gov/far); or (2) complete the Online Reps and Certs. Application (ORCA) at http://www.bpn.gov and reference it in your quote. (xi) The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50, Combating Trafficking in Persons, 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act, 52.225-13 Restriction on Certain Foreign Purchases; 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration; 52.239-1 Privacy or Security Safeguards (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xvi) RESPONSES ARE DUE TUESDAY, March 18, 2007, by 3:30 p.m. central standard time. (xvii) Submit quotation by mail to - Lindsay Roop, Contracting Officer (90C), VA Medical Center, Bldg 68, Room 138, One Veterans Drive, Minneapolis, MN 55417. Electronic Mail may be used to submit quotations provided there is a scanned electronic signature. However, electronic mail is submitted at the contractor's own risk as large pdf. files may not be transmittable. Contact Bridget Purdy at bridget.purdy@va.gov and lindsay.roop@va.gov for more information regarding this solicitation.
 
Record
SN01529389-W 20080313/080311223919 (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.