Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2015 FBO #5055
DOCUMENT

G -- HCHV Transitional Housing - Bay Pines - Attachment

Notice Date
9/24/2015
 
Notice Type
Attachment
 
NAICS
624221 — Temporary Shelters
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (248);Room 315, Bldg. 2;10,000 Bay Pines Blvd;Bay Pines FL 33744
 
ZIP Code
33744
 
Solicitation Number
VA24815Q2144
 
Response Due
9/29/2015
 
Archive Date
10/29/2015
 
Point of Contact
Annette Whitfield
 
E-Mail Address
e.Whitfield@va.gov<br
 
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; quotes are being requested and a written solicitation will not be issued. Solicitation number is VA248-15-Q-2144 and is issued as a Request for Quote (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-76, effective 25 August 2014. This solicitation starts 09/24/2015 and will end 09/29/2015 at 16:00 pm EST and is unrestricted. Network Contracting Activity 8 - Service Area Office -East intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract with Firm Fixed Price contract line items (CLIN) for a service contract for Transitional Residential Lodging for Homeless Veterans. This procurement is being conducted under the FAR part 13 and simplified acquisition procedures apply. The intent is to award an IDIQ Firm-Fixed Price service contract with a Period Of performance of 1 Oct 2015 - 30 Sep 2016 with one (1) one year option. The North American Industrial Classification System (NAICS) code for this procurement is 624221 with a small business size standard of $11 million. This procurement is unrestricted and all eligible offerors may submit quotes. All offerors shall be registered in the System for Award Management (SAM) at https://www.sam.gov; and www.vetbiz.gov, if applicable, to be considered for an award of a federal contract. The record shall be complete and not missing elements such as representations and certifications. Contractors interested in providing these services should submit their quotes via email to Annette.Whitfield@va.gov. Quotes shall be received 9/30/2015 at 16:00 p.m. Eastern Time Zone and reference the solicitation number. Please direct all questions regarding this procurement to Annette Whitfield, Contracting Officer by phone at 727-399-3333 or fax 727-399-3346. The deadline for Request for Information (RFI) is 9/29/2015. The following Contract Line Items (CLINS) are applicable to this requirement. For detailed service description review the attached SOW. Primary FOB location is Pinellas County SCHEDULE OF SERVICES The contractor shall offer 24-hour supervised environment to include a clean, safe, home-like setting, semi-private or private room with bath access, communal dining with three meals/day and healthy snacks, laundry facilities on site including soaps, and a climate-controlled indoor recreational area for reading, writing, watching television, playing games, relaxing, and/or socializing. Estimated quantities are a maximum of 30 beds per day and/or minimum of 1 bed per day. Contractors shall quote prices for all of the following Contract Line Item Number(s): CLINDESCRIPTIONQUANTITYUNITUNIT PRICETOTAL 1001Transitional housing for Veterans who are homeless in Pinellas County referred by the Bay Pines VA Healthcare System, Bay Pines, Florida. 24/7, weekly. Total estimate of Max 30 rooms per day with a minimum of 1 bed per day. Estimated Base Period of Performance: 10/1/2015 to 9/30/2016 365Day 2002Transitional housing for Veterans who are homeless in Pinellas County referred by the Bay Pines VA Healthcare System, Bay Pines, Florida. 24/7, weekly. Total estimate of Max 30 rooms per day with a minimum of 1 bed per day. Estimated Option 1 Period of Performance: 10/1/2016 to 9/30/2017365Day The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) provisions and clauses are applicable to this acquisition and are available for view at: http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm FAR Provisions: 52.202-1 Definitions (Nov 2013) 52.204-5 Women-Owned Business (Other Than Small Business) (Oct 2014) 52.204-7 System for Award Management (JUL 2013) 52.204-8 Annual Representations and Certifications (Nov 2014) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) 52.209-7 Information Regarding Responsibility Matters (JUL 2013) 52.212-1 Instructions to Offerors- Commercial Items (JUL 2013) QUOTATION SUBMISSION Offerors shall submit quotes electronically by the date and time in accordance with the Request for Quote instructions. The Offerors quote shall consist of three (3) volumes: Volume I -Technical; Volume II - Past Performance; and Volume III - Price. Offerors responses shall be submitted in accordance with the following instructions: a) Format. The proposal submission shall be clearly indexed and logically assembled. All pages of each index shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Quote page limitations are applicable to this procurement. The maximum page count is 25. Page size shall be no greater than 8 1/2" x 11" with printing on one side, only. The top, bottom, left and right margins shall be a minimum of one inch (1") each. Font size shall be no smaller than 12-point using Arial, Calibri, or Times New Roman fonts. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY, and are not bound by the 12-point font requirement. Footnotes to text shall not be used. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror's page limitations unless otherwise indicated. Pages in violation of these instructions, either by exceeding the margin, font or spacing restrictions or by exceeding the total page limit for a particular volume, will not be evaluated. Pages not evaluated due to violation of the margin, font or spacing restrictions will not count against the page limitations. The page count will be determined by counting the pages in the order they come up in the print layout view. b)File Packaging. Files may be compressed (zipped) into one file entitled "quote.zip" using a file compression program (i.e. WinZip) or quote files may be submitted individually. c) Content Requirements. The Offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. 52.212-2 Evaluation-Commercial Items (JAN 1999) The Government will award a firm fixed priced Indefinite Delivery Indefinite Quantity (IDIQ) contract to the responsible offeror meeting or exceeding the technical criteria. Offeror shall demonstrate their ability to meet these factors with their offer in accordance with Paragraphs 1 - 3 below, and offers shall meet the minimum qualifications below in order to be evaluated. Technical and Pass Performance is significantly more important than price. Technical acceptability is rated based on the following: I. Technical. At a minimum, the offeror shall develop a plan showing an understanding of the tasks to be covered and the schedule for the required services as identified under section V Scope of Work. The plan will at a minimum outline: 1) Management Plan outlining at a minimum. a) Treat Plan b) Transition Plan c) Substance Testing d) Face to Face 24/7 Well Fair checks e) Therapeutic and Rehabilitative Services f) Key Personnel Roster g) Veteran Transport Outlining availability and number of drivers. 2) Offeror shall provide Personnel documentation at a minimum a) Certifications, Training and licenses of Key Personnel and daily staff b) Certifications, Training and Licenses of Vehicle Operators c) Certifications and Training of Counselors, social workers, Healthcare Staff. 3) Offerors minimum Facility Requirements. a) As identified in paragraph 12. (provide documentation) b) Vehicle information for transporting Veterans. Documentation of Driver license, Driver records, and vehicle information shall be documented. II. Past Performance. Offerors shall provide a minimum of three (3) identified references when submitting their quote. Emphasis will be on recent, relevant past performance. Recent is defined as work performed within the last three years. Relevant is defined as work similar in size and scope of the work described in the Statement of Work (SOW). III. Price. The offeror shall complete the Price/Schedule for and submit a breakdown that shows the basis for pricing including: equipment, operating supplies, and any additional costs. FAR Provisions: 52.212-3 Certifications and & Representations (NOV 2013) 52.216-1 Type of Contract (APR 1984) The Government contemplates award of a Firm-Fixed Priced IDIQ contract resulting from this solicitation. 52.233-2 Service of Protest (SEP 2006) VAAR Provisions: 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009) 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71 Alternative Protest Procedure (JAN 1998) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) 852.273-74 Award Without Exchanges (JAN 2003) FAR Clauses: 52.203-5 Covenant Against Contingent Fees (May 2014) 52.203-6 Restrictions on Subcontractor Sales to the Government. (Sep 2006) 52.203-7 Anti-Kickback Procedures (May 2014) 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights (Apr 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-9Personal Identity Verification of Contractor Personnel 52.212-4 Contract Terms and Conditions- Commercial Items (SEP 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (SEP 2013) o 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) o 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) o 52.222-3 Convict Labor (JUN 2003) o 52.222-19 Child Labor - Cooperation with Authorities and Remedies (MAR 2012) o 52.222-21 Prohibition of Segregated Facilities (FEB 1999) o 52.222-26 Equal Opportunity (MAR 2007) o 52.222-35 Equal Opportunity for Veterans (SEP 2010) o 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) o 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) o 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (JUL 2013) 52.219-13 Notice of Set-Aside of Orders (Nov 2011) 52.219-14 Limitations on Subcontracting. (Nov 2011) 52.232-40 Providing Accelerated Payment to Small Business Subcontractors (DEC 2013) 52.237-3Indemnification and Medical Liability Insurance (JAN 2008) 52.252-2 Clauses Incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70 Commercial Advertising (JAN 2008) 852.203-71Display of Department of Veterans Affairs hotline poster 852.215-71 Evaluation Factor Commitments (DEC 2009) 852.219-9 VA Small Business Subcontracting Plan Minimum Requirements 852.228-71 Indemnification and Insurance (JAN 2008) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) See attached document: P09 - SOW (final).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24815Q2144/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-15-Q-2144 VA248-15-Q-2144.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2338234&FileName=VA248-15-Q-2144-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2338234&FileName=VA248-15-Q-2144-000.docx

 
File Name: VA248-15-Q-2144 P09 - SOW.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2338235&FileName=VA248-15-Q-2144-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2338235&FileName=VA248-15-Q-2144-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03902037-W 20150926/150924235646-d22aeb68dfafb6c943302af207388a4d (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.