Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2010 FBO #3220
SOLICITATION NOTICE

Q -- RETREAT-COUNSELING WOMEN VETS - PILOT

Notice Date
9/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of Veterans Affairs;Rocky Mountain Network;VISN 19 Contracting;4100 E. Mississippi Avenue, Suite 610;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25910RQ0292
 
Response Due
9/24/2010
 
Archive Date
12/23/2010
 
Point of Contact
PAMELA J DEVON
 
Small Business Set-Aside
Competitive 8(a)
 
Description
A.2 PRICE/COST SCHEDULE ITEM DESCRIPTION OF SUPPLIES/SVCS THE REQUIRED PILOT PROGRAM WILL PROVIDE GROUP READJUSTMENT COUNSELING, TRANSITIONAL ASSISTANCE AND PREVENTIVE EDUCATIONAL SERVICES TO FEMALE COMBAT VETERANS IN RETREAT SETTINGS. ____________________ GRAND TOTAL --- ==================== A.3 DELIVERY SCHEDULE Date of Delivery First Year Price Second Year Price SECTION C - CONTRACT CLAUSES Incorporated by Reference: 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (JUN 2010) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2010) 52.204-9PERSONAL IDENTITY VERIFICATION OFSEP 2007 CONTRACTOR PERSONNEL 52.216-24LIMITATION OF GOVERNMENT LIABILITYAPR 1984 52.216-25CONTRACT DEFINITIZATIONOCT 1997 ALTERNATE I (APR 1984) 52.224-1PRIVACY ACT NOTIFICATIONAPR 1984 52.227-14RIGHTS IN DATA--GENERALDEC 2007 ALTERNATE V (DEC 2007) 52.232-18AVAILABILITY OF FUNDSAPR 1984 52.232-19AVAILABILITY OF FUNDS FOR THE NEXTAPR 1984 FISCAL YEAR 52.233-3PROTEST AFTER AWARDAUG 1996 852.203-70COMMERCIAL ADVERTISINGJAN 2008 852.237-70CONTRACTOR RESPONSIBILITIESAPR 1984 852.273-75SECURITY REQUIREMENTS FOR UNCLASSIFIEDOCT 2008 INFORMATION TECHNOLOGY RESOURCES STATEMENT OF WORK / QASP Early Intervention & Transition Assistance for OEF/OIF Combat Veterans & Their Families Definitions: OEF/OIF - Operation Enduring Freedom/Operation Iraqi Freedom COTR - Contracting Officer's Technical Representative RCS-Regional Counseling Services Background: Public Law 111-163, section 203 requires a pilot program in coordination with the Vet Center Program to provide a group readjustment counseling transitional assistance and preventive educational services to female combat veterans in retreat settings. The Department of Veteran Administration plans to implement this program as a natural extension of the veteran's center mission to provide these services in various retreat settings. The program will target returning OEF/OIF female veterans seeking readjustment counseling at Veteran Centers. The primary objective is to provide retreat settings that are conducive to building trust and developing peer support. Scope of Work: The contractor will provide the retreat locations that will accommodate a maximum of 24 participants and four RCS Therapists for six (6) days for each retreat; this time frame includes travel to and from the airport to the selected retreat location(s) as suggested below. The preferred retreat locations that accommodate the best seasonal variation are the East Coast (Maine or Florida), MidWest (Colorado Mountains) and the West Coast (California-Pacific) regions. There will be three (3) retreats in three (3) different locations each year for a total cumulative period of two (2) years. In FY 2011/2012 retreats will be completed 2nd and 3rd quarter of the calendar year (April thru September). The contractor will work with and conduct the retreat program. The RCS staff will be available for individual small group and group counseling as needed as determined by their observations of the event proceedings or by request of the contractor staff. The contractor will develop appropriate team building activities that will establish participant trust and enable the RCS staff to build on those relationships and activities. The contractor will provide all logistical support and housing to include three daily meals (noon meal could be a box lunch) and all materials, equipment and staff needed to provide a retreat program that facilitates bonding and peer support for the female combat veterans. Lodging should accommodate handicapped participants. Some computer terminals should be available for research or other access as needed. Logistical support includes transportation to and from the nearest airport and should accommodate handicapped participants. It is anticipated that there will be a 600 mile maximum radius for participants in these events. The RCS staff will work with the contractor on the list of participants for each event. RCS staff will provide early intervention and screen participants prior to nomination to attend the retreat. Participants should be from the same geographic area but this cannot be guaranteed. Regarding the six days of activities, Day One would consist of travel from the airport and organization of the participants. The next four days would consist of eight hours of program activities per day. The last Day (Day Six) would consist of close-out activities and transportation back to the airport. The contractor will provide housing, meals, and support for accompanying RCS staff, which consists of four (4) counselors with appropriate individual and group counseling facilities to be used during the retreat as circumstances and weather dictate. Group counseling facilities must accommodate up to 30 individuals and one room should be available to allow for RCS staff to perform individual counseling if needed. It is preferred that these sessions are located outside if the weather permits. Participation in this event is strictly at the election of the veteran. The services that should be provided to the women veteran in this program should include the following: "Information on re-integration into the veteran's family, employment and community; "Financial Counseling "Occupational Counseling "Information and Counseling on Stress Reduction "Information and Counseling on Conflict Resolution The final completion date for the three retreats for the first year of the Pilot Program is 9/30/2011. The three retreats for the second year of the pilot will follow a similar sequence of events. Confidentiality and Nondisclosure: As a VA business associate, the contractor shall be bound by all the same federal privacy laws as the VA. For the purpose of implementing this contract, the contractor shall maintain no records containing Veterans' personally identifying information. Specific Requirements or Tasks: Task 1: Develop an appropriate six (6) day program (this timeframe includes participant travel to and from the airport) for returning Female Combat Veterans that will facilitate group activities to enhance their readjustment from the military civilian life. Task 2: Contract for three different retreat settings for two fiscal years this includes transportation; lodging; meals; and activities. Option Year Pricing will be evaluated in the proposals. Task 3: In Coordination with COTR/Veterans Center and RCS staff contract for three such events each year for the next two years. Deliverables: Provide the RCS COTR with a detailed plan to include location and schedule of activities 60 days prior to event occurring. Upon receipt of participant list from RCS appropriate travel will be scheduled and approved at least 30 days prior to the event. Complete a report following each event on the final cost and an assessment of the participant's participation in the various activities. After each event the vendor will prepare a "lessons learned" synopsis of the events to be submitted to the RCS COTR. QUALITY ASSURANCE SURVEILLANCE PLAN Performance standards define desired services. The Government performs surveillance to determine if the contractor exceeds, meets or does not meet these standards. The following personnel shall oversee and coordinate surveillance activities. a. Contracting Officer (CO) - The CO shall ensure performance of all necessary actions for effective contracting, ensure compliance with the contract terms, and shall safeguard the interests of the United States in the contractual relationship. The CO shall also assure that the contractor receives impartial, fair, and equitable treatment under this contract. The CO is ultimately responsible for the final determination of the adequacy of the contractor's performance. Assigned CO: Organization or Agency: Department of Veterans Affairs, Office of Acquisition and Materiel Management b. Contracting Officer's Technical Representative (COTR) - The COTR is responsible for technical administration of the contract and shall assure proper Government surveillance of the contractor's performance. The COTR shall keep a quality assurance file. The COTR is not empowered to make any contractual commitments or to authorize any contractual changes on the Government's behalf. Assigned COTR: c. Other Key Government Personnel - <Upon award, Government will enter name, if applicable. This may include Performance Monitors, Clinical Quality experts, etc. who act on behalf of the COTR to monitor performance.> The following employees of the contractor serve as the contractor's program manager for this contract. a. Program Manager - b. Other Contractor Personnel - The Performance Requirements Summary Matrix listed below includes performance standards. The Government shall use these standards to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL). The AQL for these services will be rated as unacceptable, acceptable or neutral. The COTR will document all performance results. Any report may be included in the support documentation for this contractual action. If unacceptable performance occurs, the COTR shall inform the contractor. This should be in writing unless circumstances necessitate verbal communication. In any case the COTR shall document the discussion and place it in the COTR file. If the COTR determines formal written communication is required, the COTR shall prepare a Contract Discrepancy Report (CDR), and present it to the contractor's program manager. The contractor shall acknowledge receipt of the CDR in writing. The CDR will specify if the contractor is required to prepare a corrective action plan to document how the contractor shall correct the unacceptable performance and avoid a recurrence. The CDR will also state how long after receipt the contractor has to present this corrective action plan to the COTR. The Government shall review the contractor's corrective action plan to determine acceptability. Any CDRs may become a part of the supporting documentation for any contractual action deemed necessary by the CO. During contract performance, the COTR will periodically analyze whether the negotiated frequency of surveillance is appropriate for the work being performed. The COTR shall meet with the contractor as designated below to assess performance and shall provide a written assessment. After award, the contractor's Program Manager and the COTR shall sign this document. Service Summary and Performance Measures: Performance ObjectiveRequired Service (task or deliverable)Performance StandardMethod of Surveillance This is the desired outcome (What do we want to accomplish as the end result of this contract?)What task must be accomplished to give us the desired result?Error Rates, Accuracy Rates, completion of milestones, cost control, staying within the targeted cost. The government must set these standards.COTR, RCS, CO, Contractor Reports Verbal or Written(as indicated) and Observations Develop a six (6) day retreat program for female combat veterans A six (6) day program with details of activities and expected outcomesReviewed and accepted by COTRRCS/COTR Analysis of progress reports Provide at least three (3) different settings for the retreats to be heldName/Location of retreat settings with available sites 60 days prior to event datesReviewed and accepted by COTRRCS/COTR Provide the lodging; transportation; meals and staff to conduct each six (6) day retreatTransportation; lodging; meals, etcReviewed and accepted by participating RCS staffRCS/COTR Provide a detail pre-event report and a conference call to the designated RCS staff and COTR 30 days prior to each scheduled event Present activities schedule for review and approval Reviewed and accepted by participating RCS staff within 5 business days after receiptRCS/COTR Provide a detailed report following each retreat within two (2) weeks of completionCompleted Report Provide contractor's staff notes on participation of attendees during the activities; met delivery requirements, met budgetary restraints as proposed.Acceptance of RCS/ COTRRCS/COTR Valid User/Customer Input (Negative and Positive) Provide a "lessons learned" synopsis following each retreat within two weeks of completionCompleted Report Identify problems encountered during the event and positive outcomes observed by contractor's staff.Acceptance of RCS/COTRRCS/COTR Direct observation during pre and post events and contractor reports SECTION E - SOLICITATION PROVISIONS E.2 52.217-3 EVALUATION EXCLUSIVE OF OPTIONS (APR 1984) The Government will evaluate offers for award purposes by including only the price for the basic requirement; i.e., options will not be included in the evaluation for award purposes. E.3 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. E.4 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-- GSA Federal Supply Service Specifications Section Suite 8100 470 East L'Enfant Plaza, SW, Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (http://assist.daps.dla.mil). (ii) Quick Search (http://assist.daps.dla.mil/quicksearch). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by? (i) Using the ASSIST Shopping Wizard (http://assist.daps.dla.mil/wizard); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the offeror's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://www.fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. E.5 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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: 1.) PAST SUCCESSFUL PERFORMANCE 2.) EXPERIENCE WITH OEF/OIF/RETURNING COMBAT VETERANS TRANSITIONAL ASSISTANCE (PREFERABLY WOMEN VETS) 3.) ABILITY TO MEET DEADLINE AND SCHEDULE REQUIREMENTS 4.) PRICE Technical and past performance, when combined, are EQUALLY IMPORTANT. (b) Options. The Government will not 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. E.6 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (AUG 2009) E.7 52.215-1 INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION (JAN 2004) ALTERNATE I (OCT 1997) (a) Definitions. As used in this provision- "Discussions" are negotiations that occur after establishment of the competitive range that may, at the Contracting Officer's discretion, result in the offeror being allowed to revise its proposal. "In writing," "writing," or "written" means any worded or numbered expression that can be read, reproduced, and later communicated, and includes electronically transmitted and stored information. "Proposal modification" is a change made to a proposal before the solicitation's closing date and time, or made in response to an amendment, or made to correct a mistake at any time before award. "Proposal revision" is a change to a proposal made after the solicitation closing date, at the request of or as allowed by a Contracting Officer as the result of negotiations. "Time," if stated as a number of days, is calculated using calendar days, unless otherwise specified, and will include Saturdays, Sundays, and legal holidays. However, if the last day falls on a Saturday, Sunday, or legal holiday, then the period shall include the next working day. (b) Amendments to solicitations. If this solicitation is amended, all terms and conditions that are not amended remain unchanged. Offerors shall acknowledge receipt of any amendment to this solicitation by the date and time specified in the amendment(s). (c) Submission, modification, revision, and withdrawal of proposals. (1) Unless other methods (e.g., electronic commerce or facsimile) are permitted in the solicitation, proposals and modifications to proposals shall be submitted in paper media in sealed envelopes or packages (i) addressed to the office specified in the solicitation, and (ii) showing the time and date specified for receipt, the solicitation number, and the name and address of the offeror. Offerors using commercial carriers should ensure that the proposal is marked on the outermost wrapper with the information in paragraphs (c)(1)(i) and (c)(1)(ii) of this provision. (2) The first page of the proposal must show- (i) The solicitation number; (ii) The name, address, and telephone and facsimile numbers of the offeror (and electronic address if available); (iii) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and agreement to furnish any or all items upon which prices are offered at the price set opposite each item; (iv) Names, titles, and telephone and facsimile numbers (and electronic addresses if available) of persons authorized to negotiate on the offeror's behalf with the Government in connection with this solicitation; and (v) Name, title, and signature of person authorized to sign the proposal. Proposals signed by an agent shall be accompanied by evidence of that agent's authority, unless that evidence has been previously furnished to the issuing office. (3) Submission, modification, revision, and withdrawal of proposals. (i) Offerors are responsible for submitting proposals, and any modifications or revisions, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that proposal or revision is due. (ii)(A) Any proposal, modification, or revision received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (1) If it was transmitted throughan electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of proposals; or (2) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (3) It is the only proposal received. (B) However, a late modification of an otherwise successful proposal that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (iii) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the proposal wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (iv) If an emergency or unanticipated event interrupts normal Government processes so that proposals cannot be received at the office designated for receipt of proposals by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (v) Proposals may be withdrawn by written notice received at any time before award. Oral proposals in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile proposals, proposals may be withdrawn via facsimile received at any time before award, subject to the conditions specified in the provision at 52.215-5, Facsimile Proposals. Proposals may be withdrawn in person by an offeror or an authorized representative, if the identity of the person requesting withdrawal is established and the person signs a receipt for the proposal before award. (4) Unless otherwise specified in the solicitation, the offeror may propose to provide any item or combination of items. (5) Offerors shall submit proposals in response to this solicitation in English, unless otherwise permitted by the solicitation, and in U.S. dollars, unless the provision at FAR 52.225-17, Evaluation of Foreign Currency Offers, is included in the solicitation. (6) Offerors may submit modifications to their proposals at any time before the solicitation closing date and time, and may submit modifications in response to an amendment, or to correct a mistake at any time before award. (7) Offerors may submit revised proposals only if requested or allowed by the Contracting Officer. (8) Proposals may be withdrawn at any time before award. Withdrawals are effective upon receipt of notice by the Contracting Officer. (d) Offer expiration date. Proposals in response to this solicitation will be valid for the number of days specified on the solicitation cover sheet (unless a different period is proposed by the offeror). (e) Restriction on disclosure and use of data. Offerors that include in their proposals data that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes, shall- (1) Mark the title page with the following legend: This proposal includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed-in whole or in part-for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result of-or in connection with- the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets]; and (2) Mark each sheet of data it wishes to restrict with the following legend: Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. (f) Contract award. (1) The Government intends to award a contract or contracts resulting from this solicitation to the responsible offeror(s) whose proposal(s) represents the best value after evaluation in accordance with the factors and subfactors in the solicitation. (2) The Government may reject any or all proposals if such action is in the Government's interest. (3) The Government may waive informalities and minor irregularities in proposals received. (4) The Government intends to evaluate proposals and award a contract after conducting discussions with offerors whose proposals have been determined to be within the competitive range. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. Therefore, the offeror's initial proposal should contain the offeror's best terms from a price and technical standpoint. (5) The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit cost or prices offered, unless the offeror specifies otherwise in the proposal. (6) The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. (7) Exchanges with offerors after receipt of a proposal do not constitute a rejection or counteroffer by the Government. (8) The Government may determine that a proposal is unacceptable if the prices proposed are materially unbalanced between line items or subline items. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly overstated or understated as indicated by the application of cost or price analysis techniques. A proposal may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government. (9) If a cost realism analysis is performed, cost realism may be considered by the source selection authority in evaluating performance or schedule risk. (10) A written award or acceptance of proposal mailed or otherwise furnished to the successful offeror within the time specified in the proposal shall result in a binding contract without further action by either party. (11) If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (i) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (ii) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (iii) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (iv) A summary of the rationale for award. (v) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (vi) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. E.9 52.233-2 SERVICE OF PROTEST (SEP 2006) (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 acknowledgment of receipt from: PAMELA J DEVON CONTRACTING SPECIALIST Hand-Carried Address: Department of Veterans Affairs Rocky Mountain Network VISN 19 Contracting 4100 E. Mississippi Avenue, Suite 610 Glendale CO 80246 Mailing Address: Department of Veterans Affairs Rocky Mountain Network VISN 19 Contracting 4100 E. Mississippi Avenue, Suite 610 Glendale CO 80246 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. E.10 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. 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 or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm E.1 52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008) E.8 52.217-5 EVALUATION OF OPTIONS (JUL 1990) E.11 VAAR 852.209-70 ORGANIZATIONAL CONFLICTS OF INTEREST (JAN 2008) E.12 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) E.13 ADDENDUM to FAR 52.212-1 Instructions to Offerors --- Commercial Items - Sub-Part 13.5 Test Program E.14 52.209-8 Updates of Information regarding Responsibilities Matters (APR 2010) E.6 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (AUG 2009) This procurement is being conducted under the Subpart 13.5 test program where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12, 13 or 15 of the FAR or some combination thereof. SYNOPSIS: Public Law 111-163, section 203 requires a pilot program in coordination with the Vet Center Program to provide a group readjustment counseling transitional assistance and preventive educational services to female combat veterans in retreat settings. The Department of Veteran Administration plans to implement this program as a natural extension of the veteran's center mission to provide these services in various retreat settings. The program will target returning OEF/OIF female veterans seeking readjustment counseling at Veteran Centers. This is a Single Class Set Aside for 8a Solicitation number VA259-10-RQ-02926 is hereby issued as a FOB Destination Request for Quote. This acquisition is classified under North American Industry Classification System code 611710. In order to be considered a responsive offeror, the offeror must qualify as a 8a Business under NAICS CODE 611710. Please ensure that the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) reflect the business size under NAICS CODE 611710. A Firm-Fixed Price purchase order will be issued in writing. Department of Veterans Affairs has a requirement resulting from Public Law 111-163 for a pilot program in coordination with their nationwide Veterans Centers for Retreat event planning and execution to address readjustment counseling, transition assistance, and preventive educational assistance for female combat veterans. See Statement of Work for detailed description of requirement. Award will be based on best value (past performance, experience, delivery, and price. You will be considered technically acceptable by demonstrating ability to meet all the requirements of the SOW. The closing response date is Friday, Sept 24, 2010 at 1500 hours. Contract award date is expected to be September 30, 2010 and base year value is anticipated to be $150,000. Please send any questions or request to P.O.C. at (303) 639-4008 or e-mail at pamela.devon@va.gov The clauses and provisions that are in effect for this solicitation are listed. Submit dated quotations on company letterhead or on the quotation form. ONLY electronic submissions to the POC email address will be considered. No telephonic responses will be processed. Each offeror shall complete paragraph (j) of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) if applicable. You must be registered Representations and Certifications on ORCA, http://orca.bpn.gov/. FAR clause 52.204-7, Central Contractor Registration (Apr 2008), Award shall be made only to contractors who have registered with the Central Contractor Registration at www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25910RQ0292/listing.html)
 
Record
SN02285545-W 20100918/100917000449-116cbae63d683edc25ad86814cf463e5 (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.