Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2014 FBO #4465
DOCUMENT

G -- Native American Traditional Practioner - Attachment

Notice Date
2/12/2014
 
Notice Type
Attachment
 
NAICS
624190 — Other Individual and Family Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25914I0259
 
Response Due
2/28/2014
 
Archive Date
3/30/2014
 
Point of Contact
Ian Boettcher
 
Small Business Set-Aside
N/A
 
Description
Salt Lake City VAMC Native American Services This is a Sources Sought Notice (NOT A SOLICITATION). The Salt Lake City VAMC is seeking potential sources to provide qualified individuals to lead/perform certain Native American ceremonies. Please direct all questions to ian.boettcher@va.gov General Requirements: The contractor shall to provide qualified Pipe Carriers and/or other appropriate Traditional Practioners and any necessary personnel for conducting Traditional Native American Ceremonies including, but not limited to: Sweat Lodges, Talking Circles, Smudges, and End of Life Blessings. The ceremonies will take place on VA grounds in Salt Lake City, UT except when an alternate site is specified by the VA facility point of contact (POC). Ceremonies shall be led by and "anointed" Native American Indian official certified to conduct specific cultural/spiritual services in accordance with VA Medical Center Policy Memorandum and VA National Chaplain Center Guidelines All personnel provided by the contractor shall be knowledgeable of the ceremony they will be performing and capable of performing it within the timeframes of the VA facility request. Contractor shall provide written verification from appropriate Native American organizations for potential Traditional Practioners. This must document that the Traditional Practioner provides traditional rites and ceremonies for patients who request them. Such organizations must be from one of the following: "The Tribal Health Board; "The Urban Indian Health Program; "The Urban Indian Center; "The Tribal Veteran Committee; "The Tribal Service Officer; "The Tribal Veteran Representative; "Chief or Elders Council of the pertinent Tribe; "An Intertribal Women's Circle of Warrior's Society; or "Another Native American organization acceptable to the Local VA Committee. All interested firms shall submit a response demonstrating their capabilities with regard to the above requirement. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely with the Government discretion. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, veteran owned small business/service disabled veteran owned small business or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominated in the field of operation in which it is proposing on Veterans Administration contracts and with its affiliate. NAICS code to be used for this acquisition is 624190 ($10.0M). The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any Government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUB Zone, 8(a), WOSB, VOSB, etc). All prospective vendors must be registered and current within the System for Award Management (SAM). Visit www.sam.gov for details. In addition, all SDVOSBs and VOSBs must be registered and current within VetBiz. Visit www.vetbiz.gov for details. All responses must be received by 2-28-2014 at 4:30 pm MST POC for this notice is Ian Boettcher / ian.boettcher@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25914I0259/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-14-I-0259 VA259-14-I-0259.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1205335&FileName=VA259-14-I-0259-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1205335&FileName=VA259-14-I-0259-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Salt Lake City VAMC;500 Foothill Dr;Salt Lake City, UT
Zip Code: 84148
 
Record
SN03287136-W 20140214/140212234213-9a59238639f54f8c85840b9ef46cfddd (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.