DOCUMENT
Q -- Patient Care Program| Equine Therapy |666 Sheridan - Attachment
- Notice Date
- 5/27/2011
- Notice Type
- Attachment
- NAICS
- 713990
— All Other Amusement and Recreation Industries
- Contracting Office
- Department of Veterans Affairs;Rocky Mountain Network;VISN 19 Contracting;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25911RP0209
- Response Due
- 6/6/2011
- Archive Date
- 8/5/2011
- Point of Contact
- Phil Ake
- Small Business Set-Aside
- N/A
- 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; proposals are being requested and a written solicitation will not be issued. VA-259-11-RP-0209 is hereby issued as a request for proposal (RFP) for equine therapy at the Sheridan Wyoming Veteran Affairs Medical Center. The RFP # VA-259-11-RP-0209 should be referenced in response to this request for proposal. The solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-51, 02 May 2011. This requirement is being solicited on an unrestricted basis. The NAICS code is 713990. The small business size is $7.0M. The Government intends an indefinite delivery contract resulting from this solicitation. This solicitation is for a one (1) year base and four one (1) year option periods (see below). All offerors should submit their RFPs based on the following statement of work and price schedule: ***STATEMENT OF WORK (SOW) - EQUINE THERAPY*** The services to be performed will assist veteran men and women with physical challenges, particularly PTSD as a result, of their service in the military. The program is a key part of Sheridan's VAMC's 'cognitive process therapy' which is a six week course focused on acute PTSD providing positive stressors that challenge the patient to learn to trust again and relax in everyday settings. The Contractor shall be a North American riding for the Handicapped Association (NARHA) Premier Accredited Center or a Member of the center. All instructors at NARHA centers must be Instructors in Training or hold current NARHA instructor certification. All NARHA Registered Level Instructors must be able to conduct a safe, basic equestrian lesson to individuals with disabilities. NARHA Certified Instructors must be trained to use equine-assisted activities to help individuals with physical, mental and behavioural challenges gain strength and independence through the power of the horse. All NARHA centers must have current insurance coverage in effect at all time that meet or exceeds NARHA's recommended limits. All NARHA centers must follow all mandatory and applicable standards. All NARHA centers are required to be in compliance with all NARHA standards that apply to their program activities. Services provider must be located within 60 mile driving distance of the Sheridan VA Medical Facility, 1898 Fort Road, Sheridan, WY 82801. The facility must be a wheelchair accessible with a lift and ramp to assist individuals on and off horses. The facility must be able to provide Equine Assisted Riding Activities and Therapeutic Riding to Mental Health individuals with a variety of diagnosis including but not limited to: PTSD, TBI, Substance Abuse, Bi-Polar, MS, Depression and Anxiety Disorders. The facility must be able to provide Equine Assisted Activities and Therapeutic Riding to Long Term Care individuals. The proposed period of performance is as follows: BASE PERIOD: June 15 2011 through June14, 2012, OPTION PERIOD 1: June 15 2012 through June 14, 2013, OPTION PERIOD 2: June 15 2013 through June 14, 2014, OPTION PERIOD 3: June 15 2014 through June 14, 2015, OPTION PERIOD 4: June 15 2015 through June 14, 2016. PRICING QUOTE SUBMISSION - There are a total of 10 line items - two line items for the base and two line items for each of the four option years. Please submit a price quote on each line item based on whether the therapy session is of one or two hours in duration with a summarized price for the entire period (base or option). Finally, submit a grand total for the entire contract period of the base and four option periods: BASE PERIOD Line Item 0001 - An equine therapy session of one (1) hour in duration IAW the Statement of Work. The government estimates 32 therapy sessions of this type during the base year. Line Item 0002 - An equine therapy session of two (2) hours in duration IAW the Statement of Work. The government estimates 36 therapy sessions of this type during the base year. OPTION YEAR 1 Line Item 1001 - An equine therapy session of one (1) hour in duration IAW the Statement of Work. The government estimates 32 therapy sessions of this type during the base year. Line Item 1002 - An equine therapy session of two (2) hours in duration IAW the Statement of Work. The government estimates 36 therapy sessions of this type during the base year. OPTION YEAR 2 Line Item 2001 - An equine therapy session of one (1) hour in duration IAW the Statement of Work. The government estimates 32 therapy sessions of this type during the base year. Line Item 2002 - An equine therapy session of two (2) hours in duration IAW the Statement of Work. The government estimates 36 therapy sessions of this type during the base year. OPTION YEAR 3 Line Item 3001 - An equine therapy session of one (1) hour in duration IAW the Statement of Work. The government estimates 32 therapy sessions of this type during the base year. Line Item 3002 - An equine therapy session of two (2) hours in duration IAW the Statement of Work. The government estimates 36 therapy sessions of this type during the base year. OPTION YEAR 4 Line Item 4001 - An equine therapy session of one (1) hour in duration IAW the Statement of Work. The government estimates 32 therapy sessions of this type during the base year. Line Item 4002 - An equine therapy session of two (2) hours in duration IAW the Statement of Work. The government estimates 36 therapy sessions of this type during the base year. The following provisions shall be applicable to this solicitation: 52.212-1 INSTRUCTIONS TO OFFERORS-- COMMERCIAL ITEMS (JUN 2008), 52, 52.232-38 SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFER (MAY 1999), 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (JAN 2011). The following clauses shall be applicable to this solicitation and the resulting contract: 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 (JAN 2011), 52.216-18 ORDERING (OCT 1995), 52.216-19 ORDER LIMITATIONS (OCT 1995), 52.216-22 INDEFINITE QUANTITY (OCT 1995), 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999), 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000), 52.232-18 AVAILABILITY OF FUNDS (APR 1984), 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984), VAAR 852.216-70 ESTIMATED QUANTITIES (APR 1984), VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984), VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008), 852.209-70ORGANIZATIONAL CONFLICTS OF INTEREST JAN 2008 This solicitation shall be subject to wage determination 2005-2587 Revision 9 dated 07/13/2010 shall be applicable to this request for proposal INSTRUCTIONS TO OFFERORS FOR PROPOSAL SUBMISSION The Government intends to evaluate offers and award a contract without discussions with offerors to the offeror with the lowest price technically acceptable offer. 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 1. The Department of Veteran Affairs requires that all contractors receiving federal contracts be registered in the Central Contractor Registration (CCR). CCR can be found at the following website: https://www.bpn.gov/ccr/default.aspx. Offerors shall be registered with CCR prior to contract award. 2. The contractor shall submit with its proposal representations and certifications as specified under FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (JAN 2011). The contractor may also complete this document at the Online Representations and Certifications Application (ORCA) website: https://orca.bpn.gov/login.aspx 3. The contractor shall submit a price proposal addressing the 10 line items outlined in the section above entitled PRICING QUOTE SUBMISSION. 4. The offeror shall submit the name and contact information of three references with which the offeror has performed similar commercial equine therapy in the past three years. 5. The contractor shall submit a brief technical proposal covering the following topics: 1. Copy of offeror's current certification as a NARHA facility. 2. Evidence that all instructors hold current NARHA instructor certification and are trained to use equine-assisted activities to help individuals with physical, mental and behavioural challenges. 3. Current insurance coverage that meets or exceeds NARHA recommended limits. 4. Are capable of providing Equine Assisted Riding Activities and Therapeutic Riding to Mental Health individuals with a variety of diagnosis including but not limited to: PTSD, TBI, Substance Abuse, Bi-Polar, MS, Depression and Anxiety Disorders. 5. Evidence of being located within 60 miles of the Sheridan VA Medical Facility, 1898 Fort Road, Sheridan, WY 82801 6. The deadline for proposal submission is 6 June 2011 at 1500 Mountain Standard Time. Proposals shall include one hard copy and one CD disk (no thumb or USB port drives) with the offeror's entire proposal and should be mailed to the following address: Phil Ake, VISN 19 RMAC, 4100 East Mississippi Ave, Suite 900, Glendale CO 80246. Questions concerning this RFP should be addressed to Matt Ake at phil.ake1@va.gov or 303.504.2685. Neither electronic (email) nor fax proposals shall be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25911RP0209/listing.html)
- Document(s)
- Attachment
- File Name: VA-259-11-RP-0209 VA-259-11-RP-0209_2.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=204930&FileName=VA-259-11-RP-0209-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=204930&FileName=VA-259-11-RP-0209-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-259-11-RP-0209 VA-259-11-RP-0209_2.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=204930&FileName=VA-259-11-RP-0209-000.doc)
- Record
- SN02458938-W 20110529/110527234109-4f9808354a3652213e5dfca5e005bfde (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 |