Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2010 FBO #3161
SOLICITATION NOTICE

G -- COMMUNITY BASED HEALTH CARE FOR HOMELESS VETERANS (HCHC) PROGRAM

Notice Date
7/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
624229 — Other Community Housing Services
 
Contracting Office
Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville Brecksville 44141
 
ZIP Code
44141
 
Solicitation Number
VA25010RQ0236
 
Response Due
7/28/2010
 
Archive Date
9/26/2010
 
Point of Contact
Glen Johnson
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation Number VA-250-10-RQ-0236 is being issued as Request for Quote (RFQ) and the intent is to award a firm fixed price award for services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. This requirement is available as full and open competition for commercial items under the North Atlantic Industrial Classification System (NAICS) 624229; the business standard size is $6.5M. REQUIREMENTS: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (LSVAMC), 10000 Brecksville Rd, Brecksville, OH 44141, intends to negotiate a commercial item and is seeking Quotes for Community Based Health Care for Homeless Veterans (HCHV) program. The contractor shall provide to the Department of Veterans Affairs community-based residential treatment including therapeutic transitional housing and support services to Veterans diagnosed with serious mental illness, in accordance with all terms, conditions, provisions and requirements listed herein. This rate provided for line items 1 through 5 shall be inclusive of all "basic services" as may be necessary in the treatment of the veteran. "Basic services" shall be as defined in the Statement of Work. Supplemental Services available from the contractor shall be separately priced, at a firm fixed rate, as stated in the Schedule of Services. Supplemental Services shall only be provided when specifically authorized in the Veteran's written referral for services. This is an indefinite delivery, indefinite quantity contract because it is impossible to determine with any certainty the amount of services that will be required under this contract. It is understood that no obligation will be incurred by the Department of Veterans Affairs except for services rendered under this contract pursuant to referrals issued by the Department of Veterans Affairs for residential treatment for specific beneficiaries. All deliverables and other documentation required by the Statement of Work shall be provided by the Contractor at no additional cost to the charges stated for Basic Services The minimum value of services and maximum value of services to be provided under this contract during each contract year is as follows [note - minimum value of services is only applicable to option years if the VA, in its sole discretion, elects to exercise the option for that year]: Period of Performance: CONTRACT PERIODMINIMUMMAXIMUM BASE YEAR Date of Award through 7/31/2011$[daily rate x number of available beds x 365 days] FIRST OPTION YEAR 8/1/2011 to 7/31/2012$[daily rate x number of available beds x 366 ((leap days] SECOND OPTION YEAR$[daily rate x number of CONTRACT PERIODMINIMUMMAXIMUM 8/1/2012 to 7/31/2013available beds x 365 days] THIRD OPTION YEAR 8/1/2013 to 7/31/2014$[daily rate x number of available beds x 365 days] FOURTH OPTION YEAR 18/1/2014 to 7/31/2015$[daily rate x number of available beds x 365 days] STATEMENT OF WORK A.PURPOSE. The Department of Veterans Affairs Medical Center in Brecksville, Ohio ("VA") requires contractors to provide services as part of its Community Based Health Care for Homeless Veterans (HCHV) program. The goal of the HCHV program is to remove homeless Veterans from the street or habitation unfit for Veterans and place them in community-based, residential environments with sufficient therapeutic services to meet the needs of those Veterans. B.BACKGROUND. Through the HCHV program, VA provides case management services to Veterans and facilitates their access to a broad range of medical, mental health, and rehabilitative services. The purpose of this solicitation is to obtain offers from contractors who can provide care, treatment and rehabilitative services to veterans suffering from serious mental illness, including veterans who are homeless, in community-based treatment facilities offering a safe and secure environment that supports their rehabilitation goals. The Contractor will be required to provide therapeutic and rehabilitative services, but will not be required to provide detoxification or other hospital level treatment - those services will be provided by the VA at VA facilities. C.SERVICES TO BE PROVIDED BASIC SERVICES. The contractor shall furnish each Veteran referred for care under this contract with the following basic services: a.ROOM AND BOARD: Room and Board to include a bed and other furnishings such as a dresser, storage, and personal linens (pillows, blankets, towels and bed sheets). Meals to include at least three (3) nutritionally adequate meals a day, 7 days a week and availability of nutritious snacks between meals and bedtime for those requiring or desiring additional food, when it is not medically contraindicated. b.LAUNDRY FACILITIES: Laundry facilities for residents to do their own laundry or to have laundry done. 1. THERAPEUTIC AND REHABILITATIVE SERVICES: Therapeutic and Rehabilitative Services needed by each individual Veteran referred for treatment in a plan by the contractor, with input from the Veteran and the VA Homeless Program Coordinator (or designee). Services which the contractor must be able to furnish shall include: Structured group activities as appropriate - examples include group therapy, social skills training, Alcoholics Anonymous, Narcotics Anonymous, vocational counseling and physical activities as appropriate. 2.Collaboration with the VA program staff, which will provide supportive psychosocial services. 3.Individual professional counseling, including counseling on self care skills, adaptive coping skills and, as appropriate, vocational rehabilitation counseling, in collaboration with VA program and community resources. 4.Assistance to develop responsible living patterns, to maintain an acceptable level of personal hygiene and grooming, and to achieve a more adaptive level of psychosocial functioning, upgraded social skills, and improved personal relationships. 5.Support for an alcohol/drug abuse-free lifestyle provided in an environment conducive to social interaction and the fullest development of the resident's rehabilitative potential. 6.Assistance to gain and to apply knowledge of the illness/recovery process in an environment supportive of recovery models. 7.A program that promotes community interaction. In addition, the Contractor shall provide treatment and discharge planning reflecting a team assessment of health, social and vocational needs and the involvement of the Veteran, the VA staff and appropriate community resources in resolving problems and setting goals. An individual case record will be created for each referred Veteran. Case records shall be maintained in security and confidence as required by the Confidentiality of Alcohol and Drug Abuse Patient Records (42 CFR part 2) and the Confidentiality of Certain Medical Records (38 USC 7332). Case records and data normally maintained and included in a medical record as a function of compliance with State or community licensing standards will be made available on a need to know basis to appropriate Department of Veterans Affairs staff members involved with the treatment program of the Veterans concerned. The contractor shall comply with applicable requirements of the Confidentiality of Alcohol and Drug Abuse Patient Records (42 CFR Part II) and the Confidentiality of Certain Medical Records (38 USC 7332). The contractor shall comply with the principles listed in 38 CFR 17.707(b) to provide housing and supportive services in a manner that is free from religious discrimination. SUPPLEMENTAL SERVICES All services shall be provided at no additional charge to the stated daily fixed fee, except for those services specifically stated below to be Supplemental Services. [INCLUDE DESCRIPTION OF SUPPLEMENTAL SERVICES, IF ANY, OFFERED BY CONTRACTOR] D. ADDITIONAL CONTRACT REQUIREMENTS 1. PERSONNEL The contractor will employ sufficient personnel to carry out the policies, responsibilities, and the program for the facility. There must be, at a minimum, at least one administrative staff member, or designee of equivalent professional capability, on duty on the premises or residing at the house and available for emergencies 24 hours a day, 7 days a week. The Contractor shall assign to this contract personnel that by certification, education and training are qualified to provide the Basic Services and Supplemental Services required by this SOW. The Contractor must identify each person functioning as "Key Personnel" under this contract, and provide to the VA a description of the services to be provided by such person, together with a resume summarizing that person's relevant skills and experience. During the first ninety (90) calendar days of contract performance, the Contractor shall make NO substitutions of key personnel unless the substitution is necessitated by illness, death, or termination of employment. Within 14 days after substitutions necessitated by situations described above, the Contractor shall provide resumes for the substitute key personnel. For substitutions proposed by the Contractor after the initial 90 calendar day period, the Contractor shall provide resumes for the substitute personnel, together with any other additional information requested by the Contracting Officer, at least 15 days before the substitution is to occur. The Contracting Officer shall notify the Contractor within fifteen (15) calendar days after receipt of all required information if the VA refuses to accept the substitute key personnel. The VA reserves the right to refuse or revoke acceptance of key personnel if personal or professional conduct, or lack of required skills or experience, jeopardizes patient care or interferes with the regular and ordinary operation of the facility. Temporary substitutions of key personnel shall be permitted in accordance with the Contractor's contingency plan. The Contractor's contingency plan to be utilized if personnel leave Contractor's employment or are unable to continue performance in accordance with the terms and conditions of the resulting contract must be submitted as part of the Contractor's offer. All Contractor staff providing services to Veterans under this contract must undergo the appropriate background investigation as required by the VA. Before receiving an initial referral of Veterans under the contract, the Contractor shall submit a listing of all Contractor personnel proposed to provide services to Veterans under the contract. The VA will provide the necessary background information forms to the Contractor or to the Contractor's employees after receiving a list of names and addresses. 1.Upon receipt, the VA Contracting Officer will review the completed forms for accuracy and forward the forms to proper federal authorities to conduct background investigations. 2.The VA facility shall pay for investigations conducted by the Office of Personnel Management (OPM) in advance. However, the Contractor is required to reimburse the VA for the cost of the investigations. The estimated cost for a Low Risk Level Background Investigation is $200 per employee. The VA shall recover the cost of the investigations from the Contractor through offsets against amounts invoiced or against the guaranteed minimum payment, as appropriate. 3.The VA Contracting Officer shall forward the completed background investigations to the Office of Security and Law Enforcement for adjudication. The Office of Security and Law Enforcement shall notify the Contracting Officer and Contractor after adjudicating the results of the background investigations received from the investigating office. 4. The COTR shall be responsible for verifying that investigations have been completed or are in the process of being requested before Veterans are referred to the Contractor's facilities. 2. REFERRALS 1. The VA is responsible for determining eligibility of Veterans prior to referral to the Contractor for treatment. A written referral (hard copy, fax or e-mail are acceptable) signed by an authorized VA ordering officer shall be provided to the Contractor for each Veteran referred for services under the contract. 2. A list of authorized VA ordering officials for the contract shall be provided to the Contractor upon award of the contract. Ordering officials may be added or deleted from the list during the term of the contract at the discretion of VA Contracting Officer. The Contractor shall be provided an updated list of authorized VA ordering officials whenever such changes are made. 3. It is understood that the Contractor will not be paid for care provided to a referred Veteran beyond the period authorized in the referral, unless an extension of the authorization is provided in writing by the VA. 4. The Contracting facility shall have the capability to admit veterans within 12 hours of notification of need and eligibility by the VA. 5. The initial referral period for a Veteran may be up to 60 days, depending upon the needs of the Veteran as mutually determined by the Veteran, the Contractor's staff, and VA Homeless Program Coordinator or designee. An extension of the referral period up to a total of 6 months may be authorized by the VA Homeless Program Coordinator or designee, provided that funding is available. Treatment periods in excess of 6 months for individual Veterans must be authorized by the Medical Center Director or designee. 3. ABSENCES AND CANCELLATION A. The contractor shall notify the VA of unauthorized absences by a referred Veteran from the facility. Should a Veteran absent himself/herself from the Contractor's facility in an unauthorized manner, payment for services for that Veteran shall be continued for a maximum period of two days, provided there is an active outreach attempt on the part of the Contractor's staff to return the Veteran to the facility and there is a reasonable belief that the Veteran will return. Management of program dropout will be an element of quality assurance review of this program. Absences of the Veteran from the facility in excess of two days will not be reimbursable unless authorized in advance by the VA Homeless Outreach Social Worker Liaison. B. VA reserves the right to remove any or all Veterans from the facility at any time, without additional cost, when it is determined to be in the best interest of the VA or the Veteran. C. The contractor shall notify the authorizing VA facility immediately when a medical emergency occurs that requires hospitalization of a referred Veteran. It is agreed that the Veteran will be admitted to the appropriate VA facility. When such admission is not feasible because of the nature of the emergency, it is agreed that hospitalization in a non-federal hospital may be accomplished provided that VA authorization is obtained. If hospitalization of a non-emergency nature is required it is agreed that admission to the appropriate VA facility will be accomplished promptly. D. The contractor shall notify the authorizing VA facility immediately of any incidents involving veterans residing in the residential program. The contractor shall notify the VA case manager by telephone during the hours of 8:00am and 4:30pm. For all incidents that occur after normal business hours, the contractor should notify the Administrator on Duty (AOD). The contractor shall provide the HCHV case manager and the COTR with a copy of the incident report within 24 hours. The contractor shall maintain a copy of the incident report in the Veteran's case record. 4. CONTRACTOR STAFF CONDUCT/COMPLAINTS HANDLING Contractor personnel shall be expected to treat referred Veterans with dignity and respect and abide by standards of conduct mirroring those prescribed by current federal personnel regulations. The Contractor shall comply with the VA Patient's Bill of Rights as set forth in 38 CFR 1 7.34a (copy available upon request). The VA reserves the right to exclude Contractor staff members from providing services to Veterans under this contract based on breaches of conduct, including conduct that jeopardizes patient care or interferes with the regular and ordinary operation of the facility. Breaches of conduct include intoxication or debilitation resulting from drug use, theft, patient abuse, dereliction or negligence in performing directed tasks, or other conduct resulting in formal complaints by Veterans or other staff members to designated Government representatives. The Contractor and Contracting Officer's Technical Representative shall deal with issues raised concerning contractor personnel conduct. The Contracting Officer shall be the final arbiter on questions of acceptability and in validating complaints. TRANSPORTATION The Contractor shall assist the Veterans with local transportation to scheduled meetings and appointments. The Contractor will be expected to help the Veteran access public transportation, including providing information and instructions necessary to enable Veterans to utilize public transportation. If VA staff determines that adequate public transportation is not available or appropriate for a Veteran, the Contractor shall arrange for alternative transport by car. FACILITY A.It is the responsibility of the Contractor to properly maintain its facilities and the VA shall have no responsibility for paying or reimbursing the Contractor for such expenses. The contract facility must: 1. Have a current occupancy permit issued by the local and state governments in the jurisdiction where the facility is located. 2.Be in compliance with existing standards of State safety codes and local, and/or State health and sanitation codes. 3.Be licensed under State or local authority. DOL wage determination information is required. 4.Where applicable, be accredited by the State 5.Be equipped with operational air conditioning /heating systems 6.Be kept clean, free of dirt, grime, mold, or other hazardous substances and damages noticeably detracting from the overall appearance. 7.Be equipped with first aid equipment and an evacuation plan in case of emergency. 8.Have windows and doors that can be opened and closed in accordance with manufacturer standards. B. The contractor facility must meet fire safety requirements, as follows: 1.The building must meet the requirements of the applicable residential occupancy chapters of the current version of NFPA 101, National Fire Protection Association's Life Safety Code. Any equivalencies or variances must be approved by the appropriate Veterans Health Administration Veterans Integrated Service Network (VISN) Director. 2.All residents in the facility must be mentally and physically capable of leaving the building, unaided, in the event of an emergency. 3.Fire exit drills must be held at least quarterly. Residents must be instructed in evacuation procedures when the primary and/or secondary exits are blocked. A written fire plan for evacuation in the event of fire shall be developed and reviewed annually. The plan shall outline the duties, responsibilities and actions to be taken by the staff and residents in the event of a fire emergency. This plan shall be implemented during fire exit drills. 4.A written policy regarding tobacco smoking in the facility shall be established and enforced. 5.Portable fire extinguishers shall be installed at the facility. Use NFPA 10, Portable Fire Extinguishers, as guidance in selection and location requirements of extinguishers. 6.Requirements for fire protection equipment and systems shall be in accordance with NFPA 101. All fire protection systems and equipment, such as the fire alarm system, smoke detectors, and portable extinguishers, shall be inspected, tested and maintained in accordance with the applicable NFPA fire codes and the results documented. 7.The annual inspection by a VA team required by paragraph 7 shall include a fire and safety inspection conducted at the facility unless a review of past Department of Veterans Affairs inspections or inspections made by the local authorities indicates that a fire and safety inspection would not be necessary, in which case the fire and safety inspection may be waived by the VA. 7. INSPECTION OF FACILITY AND PROGRAM Prior to the award of a contract and annually during the contract term, a multidisciplinary VA team consisting of a social worker, dietitian, registered nurse, a representative of the VA Police, and a Facilities Management Safety Officer, and other subject matter experts as determined necessary by the medical center director or HCHV Coordinator shall conduct a survey of the Contractor's facilities to be used to provide Veterans food, shelter, and therapeutic services to assure the facility provides quality care in a safe environment. Inspections may also be carried out at such other times as deemed necessary by the Department of Veterans Affairs. The contractor will be advised of the findings of the inspection team. If deficiencies are noted during any inspection, the contractor will be given a reasonable time to take corrective action (10 working days) and to notify the Contracting Officer that the corrections have been made. A contract will not be awarded until noted deficiencies have been eliminated. Failure by the Contractor to take corrective action within a reasonable time will be reported to the VA Contracting Officer. If corrections are not made to the satisfaction of the VA, the Contracting Officer will consult with the appropriate officials so that suitable arrangements can be made to discontinue plans to award a contract, or to discharge or transfer patients and to terminate the existing contract, as appropriate. The inspection of the Contractor facilities will include inspection for conformity to the current Life Safety Code as described in paragraph 6, and will also include the following: 1.General observation of residents to determine if they maintain an acceptable level of personal hygiene and grooming. 2.Assessment of whether the facility meets applicable fire, safety and sanitation standards. 3.Determining whether the facility is in attractive surroundings conducive to social interaction and the fullest development of the resident's rehabilitative potential. 4.Observation of facility operations to see if appropriate organized activity programs are available during waking hours (including evenings) and degree to which a high level of activity is observed in the facility, such as individual professional counseling, physical activities, assistance with health and personal hygiene. 5.Seeking evidence of facility-community interaction, demonstrated by the nature of scheduled activities or by information about resident flow out of the facility, e.g., community activities, volunteers, local consumer services, etc. 6.Observation of staff behavior and interaction with residents to determine if they convey an attitude of genuine concern and caring. 7.Inspecting the types of meals and other nutrition provided to residents to see if appetizing, nutritionally adequate meals are provided in a setting, which encourages social interaction and if nutritious snacks between meals and bedtime are available for those requiring or desiring additional food, when it is not medically contraindicated. 8.Making a spot check of veterans' records to ensure accuracy with respect to veterans' length of stay and services provided to the veterans. All Department of Veterans Affairs reports of inspection of residential facilities furnishing treatment and rehabilitation services to eligible veterans shall, to the extent possible, be made available to all government agencies charged with the responsibility of licensing or otherwise regulating or inspecting such institutions. 8. CONTRACT CHANGES/TECHNICAL DIRECTIONS. The Contracting Officer is the only person authorized to approve changes or modify any of the requirements of this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitments or issue changes that shall affect price, quantity or quality of performance of this contract. IN THE EVENT THE CONTRACTOR AFFECTS ANY SUCH CHANGE AT THE DIRECTION OF ANY PERSON OTHER THAN THE CONTRACTING OFFICER WITHOUT AUTHORITY, NO ADJUSTMENT SHALL BE MADE IN THE CONTRACT PRICE TO COVER AN INCREASE IN COSTS INCURRED AS A RESULT THEREOF. The Contracting Officer Technical Representative (COTR) will be responsible for the monitored overall technical administration of this contract as outlined in the COTR Delegation of Authority; including monitoring of the contractor's performed. The COTR will be determined at the signing of the contract. Payment Process for Transitional Contract Housing: 1.Provider shall submit monthly invoice for number of veterans entering housing (accompanied by bed tracking sheet showing dates of admissions and discharges). 2.Program Analyst review bed tracking sheet and invoice to ensure dates and length of stay for each veteran matches data provided by VA Liaison in this instance, Richard Romaniuk).. 3.Program Analyst records the obligation number (provided by Fiscal Service from a 1358) onto the face of the invoice and faxes invoice to Austin, Texas. 4.Austin, Texas scans invoice into OLCS. 5.OUTLOOK prompts Program Analyst to approve invoice in OLCS. 6.Once Program Analyst approves invoice in OLCS, invoice is then certified by Service Chief in OLCS. 7.Invoice is then paid electronically to provider. Offerors must hold prices firm in its offer for 60 calendar days from the date specified for receipt. PRICING: Offeror shall provide pricing as described in requirements above. The total price offered shall include all charges (e.g., to include but not limited to housing, blanket, sheets, and pillows). PROVISIONS AND CLAUSES: This combined synopsis lists one or more clause or provision by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered for BEST VALUE. 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. (1) Technical Capability, Past Performance, and Lowest Price Technical Acceptable. The evaluation factors and significant sub-factors will be the ability to provide case management services, provide immediate access for a residential bed and to work with the veteran to access VA services, ability to provide treatment with the eventual goal of obtaining a more secure housing, either transitional or permanent housing, provide access to resource whether financial, physical, psychiatric, work related or housing, providing services for coping, individual sessions, group sessions, didactic sessions, educational groups on skill development for recovery, sobriety and some structured programming. (2) Past performance: The government will review available past performance data in the Past Performance Information Retrieval System (PPIRS), The National Institute of Health (NIH) and Contractor Performance System (CPS). However, the government reserves the right to obtain past performance information from any available source and may contact customers other than those identified by the offeror when evaluating past performance. Please include references of agencies that have purchased similar services. Past performance with VA or other Government agencies is preferred. Please include facility, point of contact information, purchase order or reference number, and dollar value. Those not submitting past performance references will be given a neutral rating. (3) Price: Quote for each line item, including but not limited to the requirements listed above. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small businesses, especially service-disabled veteran owned small businesses and veteran owned are encouraged to contact their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, P.O. Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: 52.204-7 (CCR registration) the successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract, you may register easily and quickly on-line at http://www.ccr.gov, 52.232-34 (Payment by Electronic Funds), VAAR Clauses 852.237-70 (Contractor Responsibility) and 852.203-70 (Commercial Advertising) 852.246-70: Guarantee. VAAR - 852.273-75 Security requirements for unclassified information technology resources (Interim - October 2008), VAAR 852.270-1 reference CO utilizing a representative statement. VAAR 852.216-70, Estimated Quantities, VARR 852.271-70, Nondiscrimination in Services, VAAR 837.1, Service Contract, 852.273-74. VA Handbook 6500-6, Contract Security is applicable. The clauses at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, apply to this acquisition which shall include the following clauses by reference. Clauses: 52.216-1, 52.216-18, 52.216-19, 52.216-20, 52.216-21, 52.216-22, 52.216-24, 52.216-25, 52.216-27, 52.217-5, 52.217-8, 52.217-9, 52.219-8, 52.222-21, 52.222-3, 52.222-19, 52.222-26, 52.222-35, 52.222-36, 52.222-41, 52.224-1, 52.224-2, 52.225-3 Alternate I, 52.232-18, 52.232-19, 52.233-2, 52.237-3, 52.239-1, 52.233-4. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. All questions must be submitted to Glen Johnson, Contracting Officer by e-mail only. No telephone calls will be accepted. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due no later than 10 a.m. EST July 26, 2010. Technical questions and Quotes must be sent by email to Glen.Johnson@va.gov. The final closing date is Wednesday, July 28, 2010 at 10 am EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25010RQ0236/listing.html)
 
Place of Performance
Address: Louis Stokes Cleveland Department of Veterans;Affairs Medical Center;10000 Brecksville Road;Brecksville, Ohio
Zip Code: 44141
 
Record
SN02209619-W 20100721/100719234213-35c1af12877c0ab4dadbf2e468a02e0f (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.