Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 27, 2014 FBO #4751
DOCUMENT

G -- Residential Housing for Substance Abuse Program Participants - Attachment

Notice Date
11/25/2014
 
Notice Type
Attachment
 
NAICS
623220 — Residential Mental Health and Substance Abuse Facilities
 
Contracting Office
Department of Veterans Affairs;Veterans Health Administration;Network Contracting Office 16;2575 N. Keystone Crossing;Fayetteville AR 72703
 
ZIP Code
72703
 
Solicitation Number
VA25614Q1567
 
Response Due
12/15/2014
 
Archive Date
2/13/2015
 
Point of Contact
James Hunt
 
E-Mail Address
7-5956
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION; PROVIDE ALL TOOLS, MATERIALS, LABOR, TRANSPORTATION, LICENSES AND TRAINING NECESSARY FOR THE SAFE AND SANITARY HOUSING OF VETERANS IN THE SUBSTANCE ABUSE TREATMENT PROGRAM OF THE VETERANS HEALTHCARE SYSTEM OF THE OZARKS (VHSO) LOCATED IN FAYETTEVILLE, AR. (I) This is a combined synopsis/solicitation for commercial items/services 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; quotes are being requested and a written solicitation will not be issued. All businesses submitting an offer/quote must be registered on https://www.sam.gov. Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov ). (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes referencing RFQ Number VA256-14-Q-1567. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-77. (IV) This procurement is unrestricted. The associated NAICS code is 623220. The small business size standard is $15,000,000. (V) This combined solicitation/synopsis is for Residential Housing of Veterans in accordacne with the Statement of Work (ATTACHMENT 3): 1. Schedule of Supplies/Services and Pricing: SEE ATTACHMENT 1 (VI) Description of requirements is as follows: Salient Characteristics: SEE ATTACHMENT 3 (VII) The required performance period is for a base period of 2/1/2015 thru 1/31/2016, with an option for a continued performance period of 2/1/2016 thru 1/31/2017. Place of performance shall be as identified in the successful offer/quote. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Apr 2014) with addenda, applies to this acquisition (SEE ATTACHMENT 2). (IX) Evaluation - This acquisition will be conducted in accordance with Federal Acquisition Regulation (FAR) Subpart 13.106-2, and as supplemented by agency procedures. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2014), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the above website, the offeror shall complete only paragraphs (c) through (o) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2014), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2014) applies to this acquisition. The following procurement specific clauses under subparagraphs (b) and (c) apply: Under subparagraph (b): (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (12) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (16) 52.219-8, Utilization of Small Business Concerns (MAY 2014) (22) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Jul 2013) (25) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (28) 52.222-3, Convict Labor (June 2003) (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (31) 52.222-26, Equal Opportunity (Mar 2007) (32) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (33) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (34) 52.222-37, Employment Reports on Veterans (JUL 2014) (35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (36) 52.222-54, Employment Eligibility Verification (AUG 2013) (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (45) 52.225-5, Trade Agreements (NOV 2013) (46) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (53) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) Under subpagraph (c): (1) 52.222-41, Service Contract Labor Standards (MAY 2014) (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014), completed as follows: Wage GradeMonetary Wage - Fringe Benefits Clerk-Typist GS-0322-07$19.40 - $4.28 Cook WG-7404-06$17.91 - $5.19 Housekeeper WG-3566-04$14.76 - $4.28 Medical Record Tech. GS-0675-07$19.40 - $5.63 Clinical Nurse GS-0610-09$23.73 - $6.88 Laundry Machine Op. WG-7305-07$19.47 - $5.65 Motor Vehicle Op. WG-5703-06$17.91 - $5.19 (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (7) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (XIII) Additional Terms and Conditions applicable to this acquisition: SEE ATTACHMENT 2 (XIV) All interested parties must submit all questions concerning this solicitation in writing via email to the Contract Specialist. Questions must be submitted by email to james.hunt2@va.gov, and received no later than 12:00 PM, December 8, 2014. (XV) Quotes are required to be received in the contracting office no later than 12:00 P.M. CST on December 15, 2014. All quote materials must be emailed to the attention of Jim Hunt, at james.hunt2@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/FaVAMC564/FaVAMC564/VA25614Q1567/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-14-Q-1567 VA256-14-Q-1567_FBO.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1744172&FileName=VA256-14-Q-1567-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1744172&FileName=VA256-14-Q-1567-000.docx

 
File Name: VA256-14-Q-1567 Attachment 1 - Price Schedule.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1744173&FileName=VA256-14-Q-1567-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1744173&FileName=VA256-14-Q-1567-001.pdf

 
File Name: VA256-14-Q-1567 Attachment 2 - Additonal Terms and Conditions.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1744174&FileName=VA256-14-Q-1567-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1744174&FileName=VA256-14-Q-1567-002.pdf

 
File Name: VA256-14-Q-1567 Attachment 3 - Statement of Work.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1744175&FileName=VA256-14-Q-1567-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1744175&FileName=VA256-14-Q-1567-003.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03582019-W 20141127/141125234727-f1735c3b0b8f930862afcb1f9cadd7cb (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.