DOCUMENT
G -- Native American Traditional Practioner Services for the VA Salt Lake City Healthcare System - Attachment
- Notice Date
- 3/24/2014
- 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
- VA25914R0305
- Response Due
- 4/4/2014
- Archive Date
- 5/4/2014
- Point of Contact
- Ian Boettcher
- E-Mail Address
-
2-7060<br
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number for this requirement is VA259-14-R-0305 and is hereby issued as a Request for Proposal (RFP). The VISN 19 Rocky Mountain Acquisition Center, NCO 19, 4100 E Mississippi Ave. Glendale, Colorado 80246, on behalf of the Salt Lake City VA Medical Center, 500 Foothill Drive, Salt Lake City, Utah, 84148, has a requirement for the following services: A base period and four 1-year possible options for Native American Ceremony Services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-672 effective January 30, 2014. The North American Industry Classification System (NAICS) code is 624190-Other Individual and Family Services, with a small business size standard of $10.0 million. This procurement will be a 100% Small Business Set-Aside. The Government intends to issue a firm fixed price, indefinite delivery indefinite quantity contract to the responsible Offeror whose proposal represents the best benefit to the Government. Only technically acceptable offers will be considered. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government. All interested parties must bid on all items. Provide a price quote for each of the following CLINS and total price (fill in the blanks). PRICING FOR: SCHEDULE OF SERVICE for Native American Ceremonies CLINSDescriptionEstimated QTYUnitUnit CostTotal Cost 0001Base Year 14 Apr 2014 to 13 Apr 2015 Provide approved personnel for performance of Sweat Lodge Ceremonies in accordance with the Performance Work Statement 52Each 0002Base Year 14 Apr 2014 to 13 Apr 2015 Provide approved personnel for performance of Talking Circle Ceremonies in accordance with the Performance Work Statement 150Each 0003Base Year 14 Apr 2014 to 13 Apr 2015 Provide approved personnel for performance of Smudge Ceremonies in accordance with the Performance Work Statement 25Each 0004Base Year 14 Apr 2014 to 13 Apr 2015 Provide approved personnel for performance of End of Life Ceremonies in accordance with the Performance Work Statement 5Each Total of Base Year CLINSDescriptionEstimated QTYUnitUnit CostTotal Cost 1001Option Year 1 14 Apr 2015 to 13 Apr 2016 Provide approved personnel for performance of Sweat Lodge Ceremonies in accordance with the Performance Work Statement 52Each 1002Option Year 1 14 Apr 2015 to 13 Apr 2016 Provide approved personnel for performance of Talking Circle Ceremonies in accordance with the Performance Work Statement 150Each 1003Option Year 1 14 Apr 2015 to 13 Apr 2016 Provide approved personnel for performance of Smudge Ceremonies in accordance with the Performance Work Statement 25Each 1004Option Year 1 14 Apr 2015 to 13 Apr 2016 Provide approved personnel for performance of End of Life Ceremonies in accordance with the Performance Work Statement 5Each Total of Option Year 1 CLINSDescriptionEstimated QTYUnitUnit CostTotal Cost 2001Option Year 2 14 Apr 2016 to 13 Apr 2017 Provide approved personnel for performance of Sweat Lodge Ceremonies in accordance with the Performance Work Statement 52Each 2002Option Year 2 14 Apr 2016 to 13 Apr 2017 Provide approved personnel for performance of Talking Circle Ceremonies in accordance with the Performance Work Statement 150Each 2003Option Year 2 14 Apr 2016 to 13 Apr 2017 Provide approved personnel for performance of Smudge Ceremonies in accordance with the Performance Work Statement 25Each 2004Option Year 2 14 Apr 2016 to 13 Apr 2017 Provide approved personnel for performance of End of Life Ceremonies in accordance with the Performance Work Statement 5Each Total of Option Year 2 CLINSDescriptionEstimated QTYUnitUnit CostTotal Cost 3001Option Year 3 14 Apr 2017 to 13 Apr 2018 Provide approved personnel for performance of Sweat Lodge Ceremonies in accordance with the Performance Work Statement 52Each 3002Option Year 3 14 Apr 2017 to 13 Apr 2018 Provide approved personnel for performance of Talking Circle Ceremonies in accordance with the Performance Work Statement 150Each 3003Option Year 3 14 Apr 2017 to 13 Apr 2018 Provide approved personnel for performance of Smudge Ceremonies in accordance with the Performance Work Statement 25Each 3004Option Year 3 14 Apr 2017 to 13 Apr 2018 Provide approved personnel for performance of End of Life Ceremonies in accordance with the Performance Work Statement 5Each Total of Option Year 3 CLINSDescriptionEstimated QTYUnitUnit CostTotal Cost 4001Option Year 4 14 Apr 2018 to 13 Apr 2019 Provide approved personnel for performance of Sweat Lodge Ceremonies in accordance with the Performance Work Statement 52Each 4002Option Year 4 14 Apr 2018 to 13 Apr 2019 Provide approved personnel for performance of Talking Circle Ceremonies in accordance with the Performance Work Statement 150Each 4003Option Year 4 14 Apr 2018 to 13 Apr 2019 Provide approved personnel for performance of Smudge Ceremonies in accordance with the Performance Work Statement 25Each 4004Option Year 4 14 Apr 2018 to 13 Apr 2019 Provide approved personnel for performance of End of Life Ceremonies in accordance with the Performance Work Statement 5Each Total of Option Year 4 TOTAL COST with OPTIONS: ____________________ Performance Work Statement For Native American Ceremony Services SCOPE OF WORK Contractor shall provide qualified Pipe Carriers and/or other appropriate Traditional Practitioners 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). A Native American Traditional Practitioner is an individual who provides Native American traditional practices for patients who desire them and whose competence to do so have been verified in accordance with the policy. A Traditional Practitioner is recognized traditional ceremonial leader who is a member of a recognized Tribal Nation to conduct the ceremonies". A Traditional Practitioner is not a chaplain. Traditional Practitioners are not required to meet the qualification requirements for VA chaplain. I.SPECIFIC REQUIREMENTS Contractor provided personnel shall follow the VA Salt lake City Healthcare System (VASLCHCS) Memorandum 125.02 when performing any ceremony. The memorandum will provide guidance on subjects including, but not limited to, ceremony structure maintenance, any set-up and/or take down, use of VA property during ceremonies, and fire safety regulations. The following is an estimation of the ceremonies needed on a yearly basis, and could be more or less than the estimated number: A. 52 Sweat Lodge Ceremonies (estimated) B. 150 Talking Circle Ceremonies (estimated) C. 25 Smudge Ceremonies (estimated) D. 5 End of Life Ceremonies (estimated) II.HOURS OF WORK AND SCHEDULING. Work shall occur during normal hours of operation except when specified by the facility Point of Contact (POC) or designee, for example in the case of End of Life Blessings (anytime), or Sweat Lodges (mostly on Friday evenings). Hours of Operation are Monday - Friday 8am - 4:30 pm except the following Federal Holidays: New Year's Day, Martin Luther King Jr.'s Birthday, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Christmas Day, and any other day specifically declared by the President of the United States to be a national holiday "The Government will notify the contractor a minimum of two hours prior to an End of Life ceremony and 4 days prior to all other ceremonies. Sweat Lodge Ceremonies will be conducted no less than once per week at minimum and no more than 52 per year. The ceremonies shall be conducted during the evening hours after 4:30pm on business days, or during the weekends or holidays after 8:00 am. On-site fires are prohibited during regularly scheduled work hours; 8:00 am - 4:30 pm; Monday through Friday (except for holidays) QUALIFICATIONS 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 (see appendix a) from appropriate Native American organizations for potential Traditional Practitioners. This must document that the Traditional Practitioner 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. The Chief of Chaplain Services will forward all written documentation from the endorsement of the Traditional Practitioner to the National Director of VA Chaplain Service. To ensure fair and impartial compensation for services rendered, the Director, VHA Chaplain Service must certify that the verification from a Native American organization conforms to this before the Traditional Practitioner(s) may perform work in a VHA medical facility. Payment will not be authorized for personnel unable to correctly perform the ceremony they were assigned. The Chief of Chaplain Services will forward all written documentation from the endorsement of the Traditional Practitioner to the National Director of VA Chaplain Service. COMPLIANCE The contractor personnel shall check in with the Project Coordinator (PC) or designee at each ceremony. The PC or designee will identify themself to the contractor prior to any ceremony via email/phone call. In return, the contractor shall notify the PC or designee prior to all ceremonies, identifying any personnel being sent to that specific ceremony. The Government will keep an electronic spreadsheet of all ceremonies performed and the personnel performing them. To the greatest extent practicable, the Government will adjust the ceremony schedule to any late-arrivals, cancellations, or no-shows, so long as it does not disrupt the formal Vet schedule set by the VA. When adjustments can't be made, late arrivals by contractor personnel will result in partial payment and cancellations / no-shows will result in no payment being authorized. The contractor shall maintain patient privacy. The C&A requirements do not apply, and thus a Security Accreditation Package is not required. Any unsatisfactory performance will be communicated to the contractor in writing (email) and the contractor shall respond in writing with an action plan detailing how the issue will be avoided in the future. 1.CONTRACTOR RESPONSIBILITIES: Contractor shall provide all necessary items needed to conduct a Sweat Lodge Ceremony in keeping with the appropriate traditions. This includes, but is not limited to wood, tobacco, and any other items required by the faith tradition, or healing practices. Contractor shall conduct Talking Circles and Sweat Lodge Ceremonies, for Veteran patients, Residents, and Outpatients currently being treated at the VASLCHCS with the main focus on those patients enrolled in the Substance Abuse Residential Rehabilitation Treatment Program (SARRTP) or our Intensive Outpatient Program. All participants will be cleared in writing by their physician to participate in any Sweat Lodge Ceremony. Contractor shall be required to maintain the current Sweat Lodge structure. All maintenance items will be performed within 24 hours of the ceremony to prevent mold and mildew, and maintain the Healing Grounds. "The tarps will be removed to prevent mold/mildew. "The sides will be rolled to promote air circulation "All blankets and towels shall be removed "The Healing Grounds will be cleaned up within 24 hours (e.g., trash, wood, buckets cleaned out, and stored appropriately; wood covered in the winter months) "Adhere to the No Smoking policy except during the ceremony. Only Ceremonial Tobacco may be used. Contractor shall abide by all Utah Department of Environmental Quality Emission Standards. Contractor shall maintain strict confidentiality of all Veteran participants in any of the Native American ceremonies listed above. Information on a "need to know" basis only shall be provided to the VASLCHCS provider. 2.GOVERNMENT RESPONSIBILITIES: The medical center director has designated the Healing Grounds for our Native American services. This area is private and secure from random intrusion and general onlookers. NOTE: Some traditional practices may be conducted at the patient's bedside, as appropriate. The VA medical facility may also arrange to transport interested patients to community-based Centers that provide Native American practices and rituals, if the patient has medical clearance to travel and to participate in such practice or ritual. The VASLCHCS will fund the following supplies and services: " Tarps: Replacement tarps will be replaced approximately every 3-5 years, dependent on wear and tear. Government will not replace tarps damaged due to contractor's negligence; improper maintenance and care. "SARRTP providers will monitor the alternative therapeutic value of residents/outpatients. "Chaplain Service will monitor the need of smudges, and End of Life Blessings. The Chief of Chaplain service will coordinate the services with the Traditional Practitioner. GOVERNMENT PRIMARY POINTS OF CONTACT (POC's): Submit offers or any questions to the primary POC Ian Boettcher Ian.Boettcher@va.gov DEADLINES: Submit questions and proposals to the primary POC. All questions or requests for information must be submitted by email no later than March 31, 2014 @ 4:00 P.M. MST. All proposals must be submitted by email no later than April 04, 2014 @ 4:00 P.M. MST. OTHER PERTINENT SUBMISSION INFORMATION: The proposal must list the Company name, address, DUNS number, and point of contact to include phone number and email address. If you need to obtain or renew a DUNS number or CAGE code, please visit www.SAM.gov. In order to be eligible for the award, contractors must be registered in SAM. Please send RFP to: Ian.Boettcher@va.gov PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil): The provision at 52.212-1 Instructions to offerors- Commercial applies to this acquisition with following addendum: The following FAR provisions apply to this solicitation and are incorporated in full text: 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm-Fixed-Price contract resulting from this solicitation. (End of Provision) The following FAR / VAAR provisions apply to this solicitation and are incorporated by reference: 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) 52.232-38SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFER (JUL 2013) VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) 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; technical, past performance and price considered. When combined, technical and past performance are of greater importance than price. The following factors shall be used to evaluate offers: BASIS OF AWARD: The government intends to issue a firm fixed price contract to the responsible Offeror whose proposal conforms to the solicitation evaluation factors and is deemed to be the best value to the Government. EVALUATION FACTORS FOR AWARD: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the Offer deemed to be the most advantageous to the Government. Competing offeror's technical approach and past performance will be evaluated as significantly more important than price considerations. The lowest price proposal may not necessarily be selected; likewise, the proposal receiving the highest technical rating may not necessarily be selected. Offerors who propose to perform the work for an unrealistically low price will not be considered for award. Where applicable, the techniques and procedures described under FAR 15.404-1 will be the primary means of assessing proposal reasonableness. An offeror's proposal shall represent the offeror's best efforts to respond to the solicitation. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offeror's must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: A.Technical: Provide a detailed explanation as to how the offeror plans to meet the requirements of the Performance Work Statement including how the offeror plans to secure the proper, qualified personnel for the required ceremonies and how these personnel have been or will be deemed satisfactory to perform said ceremonies. Technical explanations will receive a rating of Acceptable or Unacceptable. B. Past Performance Assessment: 1) Past Performance, the offeror shall provide 2-3 relevant past performance references which shall include the following: Contact name, number, and email, contract reference #, date(s) of performance, dollar amount of contract. Information obtained from provided references through phone/email communication as well as questionnaires will be used to create a confidence rating for each offeror based on the relevance and quality of the past performance. Relevant performance includes performance of efforts involving contracting support that is similar or greater in scope, magnitude and complexity than the effort described in this solicitation. Past Performance that does not meet the relevancy requirement will be excluded from evaluation. 2) Past performance regarding predecessor companies, key personnel who have relevant experience, or sub-contractors that will perform major or critical aspects of the requirement will be considered as highly as past performance information for the principal offeror. Offeror's with no relevant past or present performance history shall receive the rating ?Unknown Confidence, meaning the rating is treated neither favorably nor unfavorably. 3) In evaluating past performance, the Government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this RFP. For each effort evaluated, a relevancy determination of the offeror's present and past performance, including joint ventures, subcontractors and/or teaming partners, will be made. In determining relevancy for individual contracts, consideration will be given to the effort, or portion of the effort, being proposed by the offeror, teaming partner, or subcontractor whose contract is being reviewed and evaluated. Relevancy will be assessed for contracts that are most similar to the effort, or portion of the effort, for which that contractor is being proposed, and may contribute to an overall higher relevancy determination for the offeror. The Government is not bound by the offeror's opinion of relevancy. The following relevancy definitions apply: VERY RELEVANT: Past/present performance programs involved essentially the same magnitude of effort and complexities this solicitation requires. RELEVANT: Past/present performance programs involved much of the magnitude of effort and complexities this solicitation requires. SOMEWHAT-RELEVANT: Past/present performance programs involved some of the magnitude of effort and complexities this solicitation requires. NEUTRAL: Past/present performance programs did not involve any magnitude of effort and complex. 4) Recent past performance is defined as past performance on contracts within the last three years from the issue date of this solicitation. Past performance for contracts exceeding the timeframe will be excluded from evaluation. 5) If the lowest priced evaluated offer is judged to have a Substantial Confidence performance rating, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Based on the quality and relevancy of each offeror's past performance, a confidence rating from the following table will be assigned: TABLE 1- PERFORMANCE CONFIDENCE ASSESSMENTS Rating Description SUBSTANTIAL CONFIDENCE Based on the offeror's performance record, the government has a high expectation that the offeror will successfully perform the required effort. SATISFACTORY CONFIDENCE Based on the offeror's performance record, the government has an expectation that the offeror will successfully perform the required effort. LIMITED CONFIDENCE Based on the offeror's performance record, the government has a low expectation that the offeror will successfully perform the required effort. NO CONFIDENCE Based on the offeror's performance record, the government has no expectation that the offeror will be able to successfully perform the required effort. UNKNOWN CONFIDENCE No performance record is identifiable or the offeror's performance record is so sparse that no confidence assessment rating can be reasonably assigned. (b) Options. The Government will 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. Offeror to include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications-Commercial Items, Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); The clause at 52.212-4, Contract Terms and Conditions--Commercial Items; applies to this acquisition with following addendum: The following FAR clauses apply to this solicitation and are incorporated in full text: 52.216-18 ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from effective date of the contract through end of effective date of the contract. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of Clause) 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $250.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of; $68,505.00 (2) Any order for a combination of items in excess of; or $68,505.00 (3) A series of orders from the same ordering office within 365 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) 52.216-22 INDEFINITE QUANTITY (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after April 13, 2019. (End of Clause) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of Clause) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond September 30 of ANY fiscal year. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30 of ANY fiscal year, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) 52.233-2 SERVICE OF PROTEST (SEP 2006) 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 Barnes Ian Boettcher Hand-Carried Address: Department of Veterans Affairs Network Contracting Office NCO 19 4100 E. Mississippi Avenue, Suite 900 Glendale CO 80246 Mailing Address: Department of Veterans Affairs Network Contracting Office NCO 19 4100 E. Mississippi Avenue, Suite 900 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. (End of Provision) The following FAR clauses apply to this solicitation and are incorporated by reference: 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013), 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011), 52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997), 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS, 52.237-3 CONTINUITY OF SERVICES (JAN 1991), 52.245-1 GOVERNMENT PROPERTY (APR 2012), 52.245-9 USE AND CHARGES (APR 2012), The following VA Acquisition Regulation (VAAR) clause applies and is incorporated in full text: VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor (End of Clause) 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (Nov 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA's Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.. VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Utah. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) (End of Addendum to 52.212-4) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items applies to this acquisition, the following clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995), 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013), 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013), 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011), 52.219-8, Utilization of Small Business Concerns (Jul 2013), 52.219-13, Notice of Set-Aside of Orders (NOV 2011), 52.219-14, Limitations on Subcontracting (NOV 2011), 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013), 52.222-3, Convict Labor (June 2003), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-35, Equal Opportunity for Veterans (SEP 2010), 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010), 52.222-37, Employment Reports on Veterans (SEP 2010), 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010), ) 52.222-54, Employment Eligibility Verification (AUG 2013), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011), ) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-34, Payment by Electronic Funds Transfer--Other than System for Award Management (Jul 2013), 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (End of Document)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25914R0305/listing.html)
- Document(s)
- Attachment
- File Name: VA259-14-R-0305 VA259-14-R-0305.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1268899&FileName=VA259-14-R-0305-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1268899&FileName=VA259-14-R-0305-000.docx
- File Name: VA259-14-R-0305 4b-Memorandum 125.02 Native American Tradition Practioner.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1268900&FileName=VA259-14-R-0305-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1268900&FileName=VA259-14-R-0305-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-14-R-0305 VA259-14-R-0305.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1268899&FileName=VA259-14-R-0305-000.docx)
- Place of Performance
- Address: Salt Lake City VA Medical Center;500 Foothill Drive;Salt Lake City, UT
- Zip Code: 84148
- Zip Code: 84148
- Record
- SN03318787-W 20140326/140324234926-a642f74a196372a4aa2eca0e5ec931b4 (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 |