Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2013 FBO #4185
DOCUMENT

G -- Female Veteran workshop - Attachment

Notice Date
5/8/2013
 
Notice Type
Attachment
 
NAICS
624221 — Temporary Shelters
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24113Q0637
 
Response Due
5/22/2013
 
Archive Date
6/21/2013
 
Point of Contact
James Cimini
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: VA-241-13-Q-0637 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. (ii) The solicitation number is VA-241-13-Q-0637 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-66, Apr 01, 2013. 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 https://www.acquisition.gov/far/ (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as unrestricted full and open competition. The North American Industry Classification System (NAICS) code is 624221, and the size standard is $10.0 mil. (v) This requirement consists of one (1) line item: 1.All services included in the statement of work to house up to 20 veterans monthly for 1 year. (vi) The following STATEMENT OF WORK is a detailed description of the requirements for this solicitation: The mission of the Women Veterans' Homelessness Program (WVHP) is to provide intensive case management and clinical services to homeless women Veterans, their children, and women Veterans at risk for homelessness in metropolitan Boston and the surrounding areas. The growing numbers of homeless women Veterans either with or without children poses a significant threat to women Veterans in Massachusetts. In addition, there are high rates of serious mental illness (SMI) and substance abuse in this population. Safe and secure shelter is needed for these women. The service provider for this contract must be physically located in Boston area and within the counties of Norfolk or Suffolk Massachusetts. VA Boston Healthcare System is the site of the Women's Stress Disorder Treatment Team, the Women Veteran's Transitional Residence, the Women Veterans Health Center and Women's Health Sciences Division of the National Center for PTSD. These programs are closely linked with the WVHP, which affords the opportunity of highly coordinated and comprehensive services for women in primary care, mental health and substance abuse treatment services. This contract proposes that the WVHP partner a non-VA community resource that can provide 10 shelter beds for homeless woman Veterans. This must include a safe, supervised, clean and sober environment for our Veterans. We require that women Veterans be housed in a separate area than male Veterans (if applicable). The women must be served 3 meals per day and there must be private and secure bath and shower facilities available to them. Each female Veteran must be assigned a case manager within the facility who will partner with the case manager from the WVHP to provide coordinated care. The facility case manager will be trained in advocacy and case management work with homeless clients. He or she will follow the guidelines of confidentiality and HIPPA for all VA clients. He or she must have a basic understanding of military sexual trauma (MST), post traumatic stress disorder (PTSD), symptoms of traumatic brain injury (TBI), and various other mental health and substance abuse disorders commonly detected in female Veterans. Case managers must pass an interview from VA Boston Healthcare System staff and facility must pass a physical inspection before the contract will be awarded. Additional requirements of the facility and its staff include: 1)24 hour supervision of the women residents. This includes at least one woman staff member on each overnight and weekend shift. 2)Locks on the doors of women residents for privacy and security. 3)Closed circuit television monitoring of the hallways and common areas. 4)Sexual harassment policy and staff education of that policy. 5)Special privacy considerations including shower curtains, bathroom stall doors, etc. 6)Safe and secure area for women Veterans to store their psychiatric and non-psychiatric medications. There will be an annual safety and security review provided by the VA Boston Healthcare System to insure the security and safety of the women Veteran residents, and contractual stipulation compliance (inspection documents attached). The WVHP case manager will be given telephone and internet access and office space with privacy for confidential meetings with Veteran clients. The WVHP case manager will provide any case management and clinical services deemed necessary for the homeless women Veterans. The WVHP case manager will be a licensed independent clinical social worker (LICSW). The VA Boston Healthcare System reserves the right to detail the staff appropriate to the position. A social work intern may also provide these aforementioned services under the supervision of the WVHP case manager. All homeless women Veterans will have access to VA inpatient and outpatient programs. There must be an emergency plan in place for any woman who needs either or both medical and psychiatric treatment. (vii) N/A (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, 52.252-1, 52.216-1, 52.217-5, 52.233-2, VAAR852.233-70, VAAR 852.233-71, VAAR 852.270-1, VAAR 852.273-74, (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. 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: (i)Technical capability of the item offered to meet the Government requirement 1.Management Approach: Provide a short, written plan that addresses quality control procedures that would be used on this contract. It should address the minimum requirements found in the statement of work and illustrate a good understanding of the work required. 2.Accommodations: Provide a description of the facility, rooms, security procedures, and everything else outlined in the statement of work pertaining to the living situations that the veterans receive. 3.Veteran Preference: The VA will evaluate Offerors based on their service-disabled veteran-owned small business (SDVOSB) or veteran-owned small business (VOSB) status. Eligible service-disabled veteran-owned Offerors will receive full credit, and Offerors qualifying as veteran-owned small businesses will receive partial credit for this evaluation factor. To receive credit, an Offeror must be registered in VetBiz.gov Vendor Information Pages (http://www.VetBiz.gov). *Please note full and partial credit received for Veteran Preference does not constitute the receipt of an award. * (ii)Price 1.Quotes should be submitted as one fixed price line item to include all services requested in the statement of work. Quotes should be reflected as a monthly total for housing up to 20 veterans. Contract will be for 1 base year with four 1 year options. Option year pricing should display the total for the month as well as yearly totals. Pricing must be submitted on the attached price schedule. (iii)Past Performance 1.Provide 3 past performance references. Past performance document is attached to this solicitation. Document shall be completely filled out with all applicable information. 2.Past performance information shall also be obtained from other sources available to the Government to include, but not limited to, PPIRS (past performance retrieval system) or other databases; interviews with Program Managers, and other Contracting Officers. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE SUBMITTED QUOTE,. Offeror should provide "reps and certs" print out from SAM (System for Award Management) at (https://www.sam.gov). Vendors will need to have an active registration in SAM.gov in order to be considered for award. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 52.204-4, 52.216-21, 52.217-8, 52.217-9, 52.232-19, 852.203-70, VAAR 852.215-70, VAAR 852.215-71, VAAR 852.273 70, VAAR852.273-76. (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: 52.203-6, 52.209-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.225-13, 52.232-34, 52.222-41, 52.222-4252.222-43, (xiii) n/a (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) RESPONSES ARE DUE Wednesday, May 22nd by 9:00 a.m. eastern standard time (est). Only Electronic offers will be accepted. All offers must be emailed to James.Cimini@va.gov (xvi) Contact James Cimini at James.Cimini@va.gov for any questions related to this solicitation. Contracting Office Address: Department of Veterans Affairs VA Boston Healthcare System 940 Belmont Street Brockton, Ma 02301 Place of Performance: Boston, MA Primary Point of Contact.: James Cimini Contract Specialist James.Cimini@va.gov Phone: 774-826-3371 Base Year: (Period of one (1) year from date of contract award.) Price Schedule Qty UnitUnit Cost Total Cost 1.Perform all services outlined in the performance work statement. 12 MO$_______ $_________ Option Year #1 (Period of one (1) year, commencing on the day following the last day of the Base Year.) Price Schedule Qty UnitUnit CostTotal Cost 2.Perform all services outlined in the performance work statement. 12 MO$_______ $_________ Option Year #2 (Period of one (1) year, commencing on the day following the last day of Option Year 1.) Price Schedule Qty UnitUnit CostTotal Cost 3.Perform all services outlined in the performance work statement. 12 MO$_______ $_________ Option Year #3 (Period of one (1) year, commencing on the day following the last day of Option Year 2.) Price Schedule Qty UnitUnit CostTotal Cost 4.Perform all services outlined in the performance work statement. 12 MO$_______ $_________ Option Year #4 (Period of one (1) year, commencing on the day following the last day of Option Year 3.) Price Schedule Qty UnitUnit CostTotal Cost 5.Perform all services outlined in the performance work statement. 12 MO$_______ $_________ Grand Total (base year, option year #1, #2, #3, #4) ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦..$______________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24113Q0637/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-13-Q-0637 VA241-13-Q-0637.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=746826&FileName=VA241-13-Q-0637-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=746826&FileName=VA241-13-Q-0637-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03056541-W 20130510/130508235235-5c8a209b667e4f9a06104bc3357bb312 (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.