Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2016 FBO #5297
DOCUMENT

Q -- Contractor to provide Speech Pathology Services - Attachment

Notice Date
5/23/2016
 
Notice Type
Attachment
 
NAICS
621340 — Offices of Physical, Occupational and Speech Therapists, and Audiologists
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24116Q0437
 
Response Due
5/26/2016
 
Archive Date
9/2/2016
 
Point of Contact
Kelly L. Byers
 
E-Mail Address
kelly.byers@va.gov
(kelly.byers@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Veterans Affairs, VAMC Manchester, NH has a requirement for a contractor to provide all personnel and supervision to perform Speech Pathology Services at the VAMC Manchester, 718 Smyth Road, Manchester, NH 03104. The Contractor is to provide Speech Pathology Services to include evaluation of referred patients from VA Manchester with a variety of diagnoses that impair ability to communicate, CVA, Psychological Dysfunctions, MS, and Laryngectomy etc. The Speech Pathologist will evaluate patient's ability to utilize a variety of communication aids as alternative to vocalization. Also recommend devices and provide guidance to staff. The period of performance is for a Base Year with four (4) One Year Options to be exercised at the Government's discretion. A Firm, Fixed-Price contract award is anticipated. The extension for the closing date for the RFQ is 26 May 2016, which will serve to provide evaluation criteria for potential offerors. The three factors that will be used to evaluate the proposals are technical, past performance and price. The technical aspects evaluated will be based on the offerors' ability to meet the requirements of the government. Past Performance considers such things as timeliness of service, efficiency and professionalism, respect and preservation of property and client overall satisfaction. The Government will rate an offeror's past performance using descriptive adjectives that most accurately define the offeror's performance risk as contained in the Source Selection Plan considering all evaluation criteria identified in this section. Price evaluation is based on Realism and Reasonableness. The Government evaluation team will conduct a price evaluation of each offeror's price proposal to determine whether or not each proposal complies with the stated criteria of realism. The Source Selection Authority will determine price reasonableness. This RFQ is issued as a 100 Small Business Set-Aside. All responsible sources are invited to submit proposals under this solicitation. The NAICS code applicable to this requirement is 621340. Hard copies of the solicitation document will not be available. All interested parties are responsible for monitoring the Federal Business Opportunity website at http://www.fbo.gov for status of RFQ and amendments. The RFQ and amendments, if any, shall be submitted to kelly.byers@va.gov on or before the closing time and date. The RFQ will be posted and accessed electronically by the public at http://www.fbo.gov. The solicitation will not be mailed out or faxed. Offerors submitting proposals that are not registered in the Central Contractor Registration database at htt://www.ccr.gov may not be eligible for award. ? Acceptable proposals will be evaluated against the proposal evaluation criteria as follows: Ratings for Technical Factors In evaluating the offerors proposals, the evaluation team will fully evaluate and document strengths, weaknesses, deficiencies, and potential discussion questions for each offeror's proposal. Based on the strengths, weaknesses, significant weaknesses, and deficiencies noted above, the evaluation team will assign each technical factor / subfactor a rating using the following rating scale: AdjectivalRating Descriptors SuperiorProposal demonstrates superior understanding of requirements and approach that exceeds performance or capability standards. Has one or more strengths that will significantly benefit the government. Risk of unsuccessful performance is very low. GoodProposal demonstrates good understanding of requirements and approach that meets performance or capability standards. Has one or more strengths that will benefit the government. Risk is v low. SatisfactoryProposal demonstrates acceptable understanding of requirements and approach that meets performance or capability standards. Acceptable solutions are identified. No major strengths are identified. Risk is minimal. MarginalProposal demonstrates shallow understanding of requirements and approach that only marginally meets performance or capability standards necessary for acceptable contract performance. Several moderate-range risk elements are identified. UnsatisfactoryProposal fails to meet performance or capability standards. Requirements can only be met with major changes to the proposal. Risk of unsuccessful performance is high. Technical Evaluation Rating Contractor Rated: Evaluator: Date Evaluated: CriteriaRating 1. Demonstrated ability to meet the scope of work and requirements with a clear understanding of government needs based on criteria as outlined in the statement of work (to include a timeline and outline of document or process or product). Comments: 2. Technical approach to performing work according to the details of what's been outlined in the statement of work (to include addressing the unique approach to completing this work and how it sets your organization apart from other companies). Comments: 3. Qualifications & experience of organization and personnel (for example, 2 social scientists, a PhD in botany, etc.) Comments: 4. Cost Proposal Evaluation Comments:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24116Q0437/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-16-Q-0437 VA241-16-Q-0437_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2750608&FileName=VA241-16-Q-0437-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2750608&FileName=VA241-16-Q-0437-003.docx

 
File Name: VA241-16-Q-0437 VA241-16-Q-0437 Solicitation.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2750609&FileName=VA241-16-Q-0437-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2750609&FileName=VA241-16-Q-0437-004.pdf

 
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: Manchester VA Medical Center; 718 Smyth Rd;Manchester, NH
Zip Code: 03104
 
Record
SN04126085-W 20160525/160523234746-eeecc3629fed9a2c15c0512379759933 (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.