Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2016 FBO #5357
DOCUMENT

Q -- Trauma Sensitive Yoga Instruction Services - Attachment

Notice Date
7/22/2016
 
Notice Type
Attachment
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
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
VA25916R0356
 
Response Due
8/5/2016
 
Archive Date
10/4/2016
 
Point of Contact
Shelly Johnstone
 
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. This solicitation VA259-16-R-0356 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular (FAC) 2005-89, effective July 14, 2016. No telephone request will be accepted. Only written requests received directly from the offeror are acceptable. The associated North American Industry Classification System (NAICS) code for this procurement is 611699 - All Other Schools and Instruction, with a small business size standard of $11.0 Million. IF OFFEROR IS A GSA SCHEDULE HOLDER, ALL INFORMATION REQUESTED IN THIS NOTICE MUST BE PROVIDED, NOT JUST THE OFFERORS'S SCHEDULE NUMBERS. This solicitation is a total small business set-aside. SCHEDULE OF SERVICE for Trauma-Focused Yoga Instruction CLINDescription of ServicesUnitQuantityUnit CostTotal Cost Base Year: September 01, 2016 through August 31, 2017 0001Trauma focused yoga: Warrior Renew for Military Sexual trauma Hours104$$ 0002Trauma focused yoga: Yoga for pain one hour class once a weekHours52$$ 0003Trauma sensitive yoga - one hour class three times per week (2 female only and 1 mixed gender)Hours156$$ 0004Trauma sensitive yoga via Telehealth to Orem and Pocatello CBOCs - one hour class once a weekHours52$$ Total for Base YearHours364$$ Option Year #1: September 01, 2017 through August 31, 2018 CLINDescription of ServicesUnitQuantityUnit CostTotal Cost 1001Trauma focused yoga: Warrior Renew for Military Sexual trauma Hours104$$ 1002Trauma focused yoga: Yoga for pain one hour class once a weekHours52$$ 1003Trauma sensitive yoga - one hour class three times per week (2 female only and 1 mixed gender)Hours156$$ 1004Trauma sensitive yoga via Telehealth to Orem and Pocatello CBOCs - one hour class once a weekHours52$$ Total for Option Year #1Hours364$$ Option Year #2: September 01, 2018 through August 31, 2019 CLINDescription of ServicesUnitQuantityUnit CostTotal Cost 2001Trauma focused yoga: Warrior Renew for Military Sexual trauma Hours104$$ 2002Trauma focused yoga: Yoga for pain one hour class once a weekHours52$$ 2003Trauma sensitive yoga - one hour class three times per week (2 female only and 1 mixed gender)Hours156$$ 2004Trauma sensitive yoga via Telehealth to Orem and Pocatello CBOCs - one hour class once a weekHours52$$ Total for Option Year #2 Hours364$$ Option Year #3: September 01, 2019 through August 31, 2020 CLINDescription of ServicesUnitQuantityUnit CostTotal Cost 3001Trauma focused yoga: Warrior Renew for Military Sexual trauma Hours104$$ 3002Trauma focused yoga: Yoga for pain one hour class once a weekHours52$$ 3003Trauma sensitive yoga - one hour class three times per week (2 female only and 1 mixed gender)Hours156$$ 3004Trauma sensitive yoga via Telehealth to Orem and Pocatello CBOCs - one hour class once a weekHours52$$ Total for Option Year #3 Hours364$$ Option Year #4: September 01, 2020 through August 31, 2021 CLINDescription of ServicesUnitQuantityUnit CostTotal Cost 4001Trauma focused yoga: Warrior Renew for Military Sexual trauma Hours104$$ 4002Trauma focused yoga: Yoga for pain one hour class once a weekHours52$$ 4003Trauma sensitive yoga - one hour class three times per week (2 female only and 1 mixed gender)Hours156$$ 4004Trauma sensitive yoga via Telehealth to Orem and Pocatello CBOCs - one hour class once a weekHours52$$ Total for Option Year #4Hours364$$ Total for Base Plus Four Option Years$$ DESCRIPTION OF REQUIREMENTS FOR THE ITEMS TO BE REQUIRED: SCOPE OF WORK: The Department of Veterans Affairs Salt Lake City VA Health Care System is seeking to enter into a firm fixed price Indefinite Delivery Indefinite Quantity, (IDIQ) contract with a base year plus four option years with a qualified contractor to provide a Trauma-Sensitive Certified Yoga Instructor(s). The VA Health Care System, Salt Lake City, UT has conducted a pilot program for Trauma-Sensitive (TS) Yoga in the Women Veterans Program. The results of this pilot program have been very positive. Trauma-Sensitive yoga is a body-based approach that uses the mind and body to promote healing. This modality of yoga helps to create body awareness, calmness and safety for the patients. By releasing held tension, paying attention to the present, and regulating the nervous system, a somatic approach helps ease the feelings of helplessness, fear, arousal, and disconnection that can arise for trauma patients. The VA Health Care System will be utilizing this program for the Post Traumatic Stress Disorder (PTSD), Military Sexual Trauma (MST), and other physical and psychological trauma patients. The successful offeror shall be a registered certified yoga instructor with developed, systematic and objective approach to programs specifically designed for trauma-sensitive yoga. REQUIREMENTS The Offeror shall provide female Registered Certified Yoga Instructor(s) for all sessions in order to accommodate women veterans with PTSD and MST. Instructor certifications shall be submitted by offeror. Instructors shall have a minimum of a 200 hour certification in Yoga Instruction AND additional training and certification in trauma-sensitive yoga, e.g., certification from the nationally recognized certificate program of the Trauma Center at the Justice Resource Institute. (http://www.traumacenter.org/training/Yoga_Certification_Program.php). Copies of the certification and training are required to be submitted with offers. Instructors shall have a minimum of five years of instruction and submit a copy of their resume with the relevant experience listed. OBJECTIVES/DELIVERABLES The Contractor shall: 1.Conduct a total of 6 classes per week broken out as follows: oWarrior Renew for Military Sexual Trauma / 2 hour class once week = 104 Hours oYoga for Pain / 1 hour class once a week = 52 Hours oTrauma Sensitive Yoga / 1 hour class three times per week (2 female only and 1 mixed gender) = 156 Hours oTrauma Sensitive Yoga via Telehealth to Orem and Pocatello CBOCs / 1 hour class once a week = 52 Hours "Total of 364 Hours/year (based on 52 weeks/year) 2.Provide Telehealth classes to Orem and Pocatello Community Based Outpatient Clinics, (CBOC) from the VA Health Care Center via the telehealth system; 3.Administrative requirements; totaling 182 hours annually; 4.Take 4 hours annually of required for provider training per year; 5.Provide a certified trauma-sensitive female instructor; 6.If class falls on a Federal Holiday, no class will be held that day and no make-up class is required; 7.Provide no less than 2 hours notification if she is unable to teach class on a specific day; 8.Provide customized yoga program based on a certified trauma-sensitive yoga program to help veterans in healing from the physical and emotional effects of trauma; 9.Provide a thorough assessment and session summaries as requested by the referring provider; 10.Document patient evaluations in the VA's Computerized Patient Record System, (CPRS); 11.Provide a certified female trauma sensitive instructor for all sessions in order to accommodate women veterans with PTSD and MST; 12.Provide participants with the opportunity for written evaluations of each session, in order to provide the participants with a voice and to gain feedback; 13.Provide all labor, supervision, and other resources required to facilitate the program; 14.Provide two to four trainings annually for VA providers on using trauma-sensitive yoga for various traumas; GOVERNMENT FURNISHED PROPERTY The VA Health Care System will furnish group space (Wellness Room) for the sessions and access to a computer. SECURITY 1) The VA Health Care System shall provide the appropriate security badges for the contractor(s). 2) The contractor shall complete the following before being granted access to VA information and its systems: a. Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems; b. Successfully complete the VA Privacy and Information Security Awareness and Rules of Behavior training and annually complete required security training; c. Successful complete the VA 10203 Privacy and HIPAA training in TMS; d. Annually complete required privacy and Information Security and Rules of Behavior training. PLACE OF PERFORMANCE Work shall be performed at the VA Health Care System, George E. Wahlen, located at 500 Foothill Blvd, Salt Lake City, Utah. Performance Measure The government will measure contractor's performance to do work by the Contractor's ability to: 1) Meet agreed scheduled dates 2) Submit all deliverables on time as specified and agreed upon BUSINESS ASSOCIATE AGREEMENT BETWEEN THE DEPARTMENT OF VETERANS AFFAIRS VETERANS HEALTH ADMINISTRATION AND ________________________________ Insert Company Name Purpose. The purpose of this Business Associate Agreement (Agreement) is to establish requirements for the Department of Veterans Affairs (VA), Veterans Health Administration (VHA), VA Salt Lake City Health Care System and Insert Company Name in accordance with the Health Insurance Portability and Accountability Act (HIPAA), the Health Information Technology for Economic and Clinical Health Act (HITECH) Act, and the HIPAA Privacy, Security, Breach Notification, and Enforcement Rules ("HIPAA Rules"), 45 C.F.R. Parts 160 and 164, for the Use and Disclosure of Protected Health Information (PHI) under the terms and conditions specified below. Scope. Under this Agreement and other applicable contracts or agreements, Insert Company Name will provide Trauma Focused Yoga instruction services to, for, or on behalf of the VA Salt Lake City Health Care System. In order for Insert Company Name to provide such services, VA Salt Lake City Health Care System, will disclose PHI to Insert Company Name and Insert Company Name will use or disclose PHI in accordance with this Agreement. Definitions. Unless otherwise provided, the following terms used in this Agreement have the same meaning as defined by the HIPAA Rules: Breach, Data Aggregation, Designated Record Set, Disclosure, Health Care Operations, Individual, Minimum Necessary, Notice of Privacy Practices, Protected Health Information (PHI), Required by Law, Secretary, Security Incident, Subcontractor, Unsecured Protected Health Information, and Use. "Business Associate" shall have the same meaning as described at 45 C.F.R. § 160.103. For the purposes of this Agreement, Business Associate shall refer to Insert Company Name, including its employees, officers, or any other agents that create, receive, maintain, or transmit PHI as described below. "Covered Entity" shall have the same meaning as the term is defined at 45 C.F.R. § 160.103. For the purposes of this Agreement, Covered Entity shall refer to VA Salt Lake City Health Care System. "Protected Health Information" or "PHI" shall have the same meaning as described at 45 C.F.R. § 160.103. "Protected Health Information" and "PHI" as used in this Agreement include "Electronic Protected Health Information" and "EPHI." For the purposes of this Agreement and unless otherwise provided, the term shall also refer to PHI that Business Associate creates, receives, maintains, or transmits on behalf of Covered Entity or receives from Covered Entity or another Business Associate. "Subcontractor" shall have the same meaning as the term is defined at 45 C.F.R. § 160.103. For the purposes of this Agreement, Subcontractor shall refer to a contractor of any person or entity, other than Covered Entity, that creates, receives, maintains, or transmits PHI under the terms of this Agreement. Terms and Conditions. Covered Entity and Business Associate agree as follows: 1.Ownership of PHI. PHI is and remains the property of Covered Entity as long as Business Associate creates, receives, maintains, or transmits PHI, regardless of whether a compliant Business Associate agreement is in place. 2.Use and Disclosure of PHI by Business Associate. Unless otherwise provided, Business Associate: A. May not use or disclose PHI other than as permitted or required by this Agreement, or in a manner that would violate the HIPAA Privacy Rule if done by Covered Entity, except that it may use or disclose PHI: (1) As required by law or to carry out its legal responsibilities; (2) For the proper management and administration of Business Associate; or (3) To provide Data Aggregation services relating to the health care operations of Covered Entity. B. Must use or disclose PHI in a manner that complies with Covered Entity's minimum necessary policies and procedures. C. May de-identify PHI created or received by Business Associate under this Agreement at the request of the Covered Entity, provided that the de-identification conforms to the requirements of the HIPAA Privacy Rule. 3.Obligations of Business Associate. In connection with any Use or Disclosure of PHI, Business Associate must: A. Consult with Covered Entity before using or disclosing PHI whenever Business Associate is uncertain whether the Use or Disclosure is authorized under this Agreement. B. Implement appropriate administrative, physical, and technical safeguards and controls to protect PHI and document applicable policies and procedures to prevent any Use or Disclosure of PHI other than as provided by this Agreement. C. Provide satisfactory assurances that PHI created or received by Business Associate under this Agreement is protected to the greatest extent feasible. D. Notify Covered Entity within twenty-four (24) hours of Business Associate's discovery of any potential access, acquisition, use, disclosure, modification, or destruction of either secured or unsecured PHI in violation of this Agreement, including any Breach of PHI. (1) Any incident as described above will be treated as discovered as of the first day on which such event is known to Business Associate or, by exercising reasonable diligence, would have been known to Business Associate. (2) Notification shall be sent to the VA Salt Lake City Health Care System's Privacy Officer, Robert Janes at Robert.Janes@va.gov and to the VHA Health Information Access Office, Business Associate Program Manager by email at VHABAAIssues@va.gov. (3) Business Associate shall not notify individuals or the Department of Health and Human Services directly unless Business Associate is not acting as an agent of Covered Entity but in its capacity as a Covered Entity itself. E. Provide a written report to Covered Entity of any potential access, acquisition, use, disclosure, modification, or destruction of either secured or unsecured PHI in violation of this Agreement, including any Breach of PHI, within ten (10) business days of the initial notification. (1) The written report of an incident as described above will document the following: (a) The identity of each Individual whose PHI has been, or is reasonably believed by Business Associate to have been, accessed, acquired, used, disclosed, modified, or destroyed; (b) A description of what occurred, including the date of the incident and the date of the discovery of the incident (if known); (c) A description of the types of secured or unsecured PHI that was involved; (d) A description of what is being done to investigate the incident, to mitigate further harm to Individuals, and to protect against future incidents; and (e) Any other information as required by 45 C.F.R. § § 164.404(c) and 164.410. (2) The written report shall be addressed to: VA Salt Lake City Health Care System's Privacy Officer, Robert Janes to 500 Foothill Drive, Salt Lake City, Utah, 84148 and submitted by email to Robert.Janes@va.gov and to the VHA Health Information Access Office, Business Associate Program Manager at VHABAAIssues@va.gov. F. To the greatest extent feasible, mitigate any harm due to a Use or Disclosure of PHI by Business Associate in violation of this Agreement that is known or, by exercising reasonable diligence, should have been known to Business Associate. G. Use only contractors and Subcontractors that are physically located within a jurisdiction subject to the laws of the United States, and ensure that no contractor or Subcontractor maintains, processes, uses, or discloses PHI in any way that will remove the information from such jurisdiction. Any modification to this provision must be approved by Covered Entity in advance and in writing. H. Enter into Business Associate Agreements with contractors and Subcontractors as appropriate under the HIPAA Rules and this Agreement. Business Associate: (1) Must ensure that the terms of any Agreement between Business Associate and a contractor or Subcontractor are at least as restrictive as Business Associate Agreement between Business Associate and Covered Entity. (2) Must ensure that contractors and Subcontractors agree to the same restrictions and conditions that apply to Business Associate and obtain satisfactory written assurances from them that they agree to those restrictions and conditions. (3) May not amend any terms of such Agreement without Covered Entity's prior written approval. I. Within five (5) business days of a written request from Covered Entity: (1) Make available information for Covered Entity to respond to an Individual's request for access to PHI about him/her. (2) Make available information for Covered Entity to respond to an Individual's request for amendment of PHI about him/her and, as determined by and under the direction of Covered Entity, incorporate any amendment to the PHI. (3) Make available PHI for Covered Entity to respond to an Individual's request for an accounting of Disclosures of PHI about him/her. J. Business Associate may not take any action concerning an individual's request for access, amendment, or accounting other than as instructed by Covered Entity. K. To the extent Business Associate is required to carry out Covered Entity's obligations under Subpart E of 45 CFR Part 164, comply with the provisions that apply to Covered Entity in the performance of such obligations. L. Provide to the Secretary of Health and Human Services and to Covered Entity records related to Use or Disclosure of PHI, including its policies, procedures, and practices, for the purpose of determining Covered Entity's, Business Associate's, or a Subcontractor's compliance with the HIPAA Rules. M. Upon completion or termination of the applicable contract(s) or agreement(s), return or destroy, as determined by and under the direction of Covered Entity, all PHI and other VA data created or received by Business Associate during the performance of the contract(s) or agreement(s). No such information will be retained by Business Associate unless retention is required by law or specifically permitted by Covered Entity. If return or destruction is not feasible, Business Associate shall continue to protect the PHI in accordance with the Agreement and use or disclose the information only for the purpose of making the return or destruction feasible, or as required by law or specifically permitted by Covered Entity. Business Associate shall provide written assurance that either all PHI has been returned or destroyed, or any information retained will be safeguarded and used and disclosed only as permitted under this paragraph. N. Be liable to Covered Entity for civil or criminal penalties imposed on Covered Entity, in accordance with 45 C.F.R. § § 164.402 and 164.410, and with the HITECH Act, 42 U.S.C. § § 17931(b), 17934(c), for any violation of the HIPAA Rules or this Agreement by Business Associate. 4.Obligations of Covered Entity. Covered Entity agrees that it: A. Will not request Business Associate to make any Use or Disclosure of PHI in a manner that would not be permissible under Subpart E of 45 C.F.R. Part 164 if made by Covered Entity, except as permitted under Section 2 of this Agreement. B. Will promptly notify Business Associate in writing of any restrictions on Covered Entity's authority to use or disclose PHI that may limit Business Associate's Use or Disclosure of PHI or otherwise affect its ability to fulfill its obligations under this Agreement. C. Has obtained or will obtain from Individuals any authorization necessary for Business Associate to fulfill its obligations under this Agreement. D. Will promptly notify Business Associate in writing of any change in Covered Entity's Notice of Privacy Practices, or any modification or revocation of an Individual's authorization to use or disclose PHI, if such change or revocation may limit Business Associate's Use and Disclosure of PHI or otherwise affect its ability to perform its obligations under this Agreement. 5.Amendment. Business Associate and Covered Entity will take such action as is necessary to amend this Agreement for Covered Entity to comply with the requirements of the HIPAA Rules or other applicable law. 6.Termination. A. Automatic Termination. This Agreement will automatically terminate upon completion of Business Associate's duties under all underlying Agreements or by termination of such underlying Agreements. B. Termination Upon Review. This Agreement may be terminated by Covered Entity, at its discretion, upon review as provided by Section 9 of this Agreement. C. Termination for Cause. In the event of a material breach by Business Associate, Covered Entity: (1) Will provide an opportunity for Business Associate to cure the breach or end the violation within the time specified by Covered Entity, and; (2) May terminate this Agreement and underlying contract(s) if Business Associate does not cure the breach or end the violation within the time specified by Covered Entity. D. Effect of Termination. Termination of this Agreement will result in cessation of activities by Business Associate involving PHI under this Agreement. E. Survival. The obligations of Business Associate under this Section shall survive the termination of this Agreement as long as Business Associate creates, receives, maintains, or transmits PHI, regardless of whether a compliant Business Associate Agreement is in place. 7.No Third Party Beneficiaries. Nothing expressed or implied in this Agreement confers any rights, remedies, obligations, or liabilities whatsoever upon any person or entity other than Covered Entity and Business Associate, including their respective successors or assigns. 8.Other Applicable Law. This Agreement does not abrogate any responsibilities of the parties under any other applicable law. 9.Review Date. The provisions of this Agreement will be reviewed by Covered Entity every two years from Effective Date to determine the applicability and accuracy of the Agreement based on the circumstances that exist at the time of review. 10. Effective Date. This Agreement shall be effective on the last signature date below. Department of Veterans Affairs Insert Company Name Veterans Health Administration VA Salt Lake City Health Care System By: By: Name:Robert JanesName: Title: Privacy OfficerTitle: Date: Date: ? Quality Assurance Surveillance Plan (QASP) The contractor will be evaluated in accordance with the following: 1.PURPOSE This Quality Assurance Surveillance Plan (QASP) provides a systematic method to evaluate performance for the stated contract. This QASP explains the following: "What will be monitored. "How monitoring will take place. "Who will conduct the monitoring. "How monitoring efforts and results will be documented. This QASP does not detail how the contractor accomplishes the work. Rather, the QASP is created with the premise that the contractor is responsible for management and quality control actions to meet the terms of the contract. It is the Government's responsibility to be objective, fair, and consistent in evaluating performance. This QASP is a "living document" and the Government may review and revise it on a regular basis. However, the Government shall coordinate changes with the contractor through contract modification. Copies of the original QASP and revisions shall be provided to the contractor and Government officials implementing surveillance activities. 2.GOVERNMENT ROLES AND RESPONSIBILITIES The following personnel shall oversee and coordinate surveillance activities. a.Contracting Officer (CO) - The CO shall ensure performance of all necessary actions for effective contracting, ensure compliance with the contract terms, and shall safeguard the interests of the United States in the contractual relationship. The CO shall also assure that the contractor receives impartial, fair, and equitable treatment under this contract. The CO is ultimately responsible for the final determination of the adequacy of the contractor's performance. Administering Contract Specialist: Shelly Johnstone Organization or Agency: Department of Veterans Affairs, Office of Acquisition and Material Management b.Contracting Officer's Point of Contact, (POC) - The POC is responsible for technical administration of the contract and shall assure proper Government surveillance of the contractor's performance. The POC shall keep a quality assurance file. The POC is not empowered to make any contractual commitments or to authorize any contractual changes on the Government's behalf. Assigned POC: Nicole Fredrickson ? 3.CONTRACTOR REPRESENTATIVES The following employees of the contractor serve as the contractor's program manager for this contract. _______________________________, Contractor Point of Contact 4.PERFORMANCE STANDARDS Performance standards define desired services. The Government performs surveillance to determine if the contractor exceeds, meets or does not meet these standards. The Performance Requirements are listed below in Section 6. The Government shall use these standards to determine contractor performance and shall compare contractor performance to the standard and assign a rating. 5. INCENTIVES/DEDUCTS The Government shall use past performance as incentives. Incentives shall be based on exceeding, meeting, or not meeting performance standards (if you include any monetary incentives, this requires approval through the Department's SPE). 6. METHODS OF QA SURVEILLANCE Various methods exist to monitor performance. The POC shall use the surveillance methods listed below in the administration of this QASP. The table below is a sample that can be tailored - note that the table must identify where in the PWS the standards are found for monitoring performance. Measures Performance RequirementStandardAccept. Quality LevelSurveillance MethodIncentiveDisincentive 1 - Key Personnel Service CoveragePerform scheduled sessionsQualified personnel are available and in location as needed to properly perform tasks as specified.No more than one (1) unplanned absence per quarterChecking clinical records and time and attendance sheets. Favorable contactor performance evaluation.1st offence, per quarter consultation with the ACOS and cc: POC and CO 2nd Offence, contact by the POC and CO 3rd Offence, per quarter, letter of cure, negative performance report 2 - Clinical Access and measureProvide thorough assessment and session summariesAssessment write-ups per patient in CPRSNo more than one failure per quarterChecking clinical recordsFavorable contactor performance evaluation.1st offence, per quarter consultation with the ACOS and cc: POC and CO 2nd Offence, contact by the POC and CO 3rd Offence, per quarter, letter of cure, negative performance report 3 - Patient SafetyMaintains licensing, registration, and certificationAll incidents reported immediately (within 24 hours.)100%Direct Observation Favorable contactor performance evaluation.Unfavorable contractor performance evaluation 4 - Mandatory TrainingContractor completes all mandatory required trainingContractor will complete all required training per VAMC policy100%Contractor to provide documented evidenceFavorable contactor performance evaluation.Suspension or termination of all physical and/or electronic access privileges and removal from contract until such time as the training is complete 5 - Privacy, Confidentiality and HIPPAContractor is aware of all laws, regulations, policies and procedures relating to Privacy, Confidentiality and HIPPA and complies with all standards Zero breaches of privacy or confidentiality100% Contractor to provide evidence of annual training required by VAMC, reports violations per policy Favorable contactor performance evaluation. Immediate removal from contract 6 - Timely Invoicing Within 30 days of the end of each month services were provided, as described above, the vendor shall provide itemized invoicingAll itemized invoices provided within 30 days of end of each month services delivered100%InspectionFavorable contactor performance evaluation.Unfavorable contractor performance evaluation 7. Maintains licensing, registration, and certificationLicensing and registration information kept current.100%Periodic Sampling and Random Sampling Favorable contactor performance evaluation.Unfavorable contractor performance evaluation Other performance evaluation factors will be monitored that are not quantified by numerical measurements which include: no inappropriate prescriptions; patient customer service comments; provider and Contractor relationship with hospital staff/government contracting personnel; compliance with hospital policy and procedures. The contractor is responsible for performance of ALL terms and conditions of the contract, the elements above represent those that will be subject to ongoing reporting by the POC in accordance with this plan. a. DIRECT OBSERVATION. 100% surveillance b. PERIODIC INSPECTION. Inspections scheduled annually or asneeded. 10 randomly selected patient files per inspection period. c. VALIDATED USER/CUSTOMER COMPLAINTS. Customer complaint data is compiled quarterly and reviewed by Service Chief - any validated complaints against a Contractor that are not resolved within the required seven day period will be further investigated. d. RANDOM SAMPLING. Patient treatment files to be reviewed will be randomly selected and cover the period of service. e. Verification and/or documentation provided by Contractor. 7.RATINGS Metrics and methods are designed to determine if performance exceeds, meets, or does not meet a given standard and acceptable quality level. A rating scale shall be used to determine a positive, neutral, or negative outcome. The following ratings shall be used: EXCEPTIONAL:Performance significantly exceeds contract requirements to the Government's benefit. SATISFACTORY:Performance meets contractual requirements. UNSATISFACTORY:Performance does not meet contractual requirements. 8.DOCUMENTING PERFORMANCE a.ACCEPTABLE PERFORMANCE The Government will document positive performance. Any report may become a part of the supporting documentation for any contractual action. b. When unacceptable performance occurs, the CO shall inform the contractor. This will normally be in writing unless circumstances necessitate verbal communication. In any case the CO shall document the discussion and place it in the contract file. When the CO determines formal written communication is required, the CO shall prepare a Contract Discrepancy Report (CDR), and present it to the contractor's program manager. The contractor shall acknowledge receipt of the CDR in writing. The CDR will specify if the contractor is required to prepare a corrective action plan to document how the contractor shall correct the unacceptable performance and avoid a recurrence. The CDR will also state how long after receipt the contractor has to present this corrective action plan to the CO. The Government shall review the contractor's corrective action plan to determine acceptability. Any CDRs may become a part of the supporting documentation for any contractual action deemed necessary by the CO. 9. FREQUENCY OF MEASUREMENT a.Frequency of Measurement. During contract performance, the POC will quarterly analyze whether the negotiated frequency of surveillance is appropriate for the work being performed. b.Frequency of Performance Assessment Meetings. The POC shall meet with The Contractor semi-annually to assess performance and shall provide a written assessment. SIGNED CONTRACTORDATE SIGNED POCDATE The full text of a solicitation provision or contract clause may be accessed electronically at the address(es) below: http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm Proposals shall include the RFP number, the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, the company point of contact, address, phone number, fax number, e-mail address, Tax Identification Number, DUNS number, and business size status. All information has been posted and there are no other documents available. The provision at FAR 52.212-1, INSTRUCTION TO OFFERORS -- COMMERCIAL ITEMS (OCT 2015), applies to this acquisition with the following addendum: FAR52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION) (FEB 2015); FAR 52.204-16, Commercial and Government Entity code Reporting (JUL 2016). FAR 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016); FAR 52.204-17 Ownership or control of Offeror (JUL 2016); FAR 52.204-20 Predecessor of offeror (APR 2016); FAR 52.216-1 Type of Contract (APR 1984): The government anticipates the awarding of a single firm-fixed price IDIQ contract to fulfill this requirement; VAAR852.270-1 (JAN 2008). FAR 52.233-2, Service of Protest (SEPT 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: Protest - Shelly Johnstone, Contract Specialist Hand-Carried Address: Rocky Mountain Acquisition Center, 4100 East Mississippi Ave, Ste 900, Glendale, CO 80246-3055. Mailing Address: Rocky Mountain Acquisition Center, 4100 East Mississippi Ave, Ste 900, Glendale, CO 80246-3055. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. VAAR 852.233-70, PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008): VAAR 852.233-71, ALTERNATE PROTEST PROCEDURE (JAN 1998); VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009);) The provision at FAR 52.212-2, EVALUATION -- COMMERCIAL ITEMS, applies to this acquisition. (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, price and other factors considered. The following factors shall be used to evaluate offers: EVALUATION FACTORS FOR AWARD: Definitions of Key Technical Merit Evaluation Terms: Deficiency - A material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level. Strength - Any aspect of a proposal that, when judged against a stated evaluation criterion enhances the merit of the proposal or increases the probability of successful performance of the contract. Weakness - A flaw in a proposal that increases the risk of unsuccessful contract performance. FACTOR 1: TECHNICAL: a)Offeror is a Registered Certified Yoga Instructor; b)Instructor must have a minimum of a 200 hour certification in Yoga Instruction AND additional training and certification in trauma-sensitive yoga, e.g., certification from the nationally recognized certificate program of the Trauma Center at the Justice Resource Institute. (http://www.traumacenter.org/training/Yoga_Certification_Program.php). Copies of the certification and training are required to be submitted with offers. c)Instructors must have a minimum of five years of instruction and submit a copy of their resume with the relevant experience listed. Factor 1 Technical will be evaluated as follows: ADJECTIVALDEFINITION AcceptableProposal meets requirements and indicates an adequate approach and understanding of the requirements. Proposal has no strengths or deficiencies. UnacceptableProposal does not meet requirements and contains one or more deficiencies. Proposal is not awardable. FACTOR 2: PAST PERFORMANCE: Provide Past Performance information on two (no more than 5) recent and relevant contracts demonstrating the Offeror's capability of providing yoga instruction as described in the SOW. More recent and relevant performance will have a greater impact on the performance confidence assessment than less recent and /or less relevant effort. The Government will conduct a performance confidence assessment based on aspects of an offeror's past performance, focusing on and targeting performance that is recent (within the last 3 years), relevant to the requirements of this solicitation, and similar in complexity and magnitude compared to the requirements of the solicitation. Performance that is not recent, relevant, similar in complexity, or similar in magnitude will not be evaluated for purposes of the confidence assessment. The performance confidence assessment process will result in an overall confidence rating. This performance confidence assessment rating represents the Government's judgment of the probability of an offeror successfully accomplishing the proposed effort based on the offeror's demonstrated present and past performance. Lack of recent and relevant past performance that is similar in complexity and magnitude to this solicitation will not be evaluated favorably or unfavorably, but on a neutral or unknown basis. If adverse past performance is revealed, the offeror will be afforded an opportunity to address the adverse information (unless the information was obtained through PPIRS, in which case the offeror has already had an opportunity to respond). Factor 2 Past Performance will be evaluated as follows: ADJECTIVALDEFINITION OutstandingPast performance meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low. GoodPast performance meets requirements and indicates a thorough approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low. AcceptablePast performance meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is moderate. MarginalPast performance does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high. UnacceptablePast performance does not meet requirements and contains one or more deficiencies. Proposal is not awardable. Subcontractor Consent: Past performance information pertaining to a proposed subcontractor cannot be disclosed to an offeror without the subcontractor's consent. Offeror shall provide with its proposal a letter from each proposed subcontractor that will perform major or critical aspects of the requirement, consenting to the release of its past performance information to an offeror. FACTOR 3: PRICE: Price will be considered for "reasonableness" in conjunction with the technical and past performance ratings in determining the best overall value to the Government. All technical factors other than cost or price, when combined, are significantly more important than cost or price. The Government intends to award only one (1) contract to the responsible offeror whose proposal is responsive to the solicitation and determined to be the best overall value to the Government. In order to determine best overall value, this acquisition will utilize a trade-off process. The process permits trade-offs among technical, past performance and price and allows the Government to accept other than the lowest price proposal. (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. PERFORMANCE QUESTIONNAIRE: Please complete and return the performance questionnaire to Shelly Johnstone via fax or e-mail: (303) 202.8410 or Shelly.Johnstone@va.gov. Do not send this back to the evaluated contractor, please send it directly to the contracting officer no later than: Friday August 05, 2016. 1.CONTRACT INFORMATION: Complete the following information on the contractor that provided or is currently providing services for your company. a.Period of Performance: _______________________ b.Place of Performance: ________________________ c.Contract Number: ____________________________ d.Total Contract Dollar Value: ___________________ c.Brief Description of Contracted Item(s) or Service(s): ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ The following information will help us track the responses received, as well as resolve whatever differences may arise between your perception of the contractor's performance and the contractor's perception of their performance. a.Evaluator's Name: _______________________________________ b.Title: _________________________________________________ c.Telephone Number: ______________________________________ d.Organization Name and Address:____________________________ _______________________________________________________ _______________________________________________________ e.Length of involvement in the contract: _______________________ f.Date of questionnaire completion: ___________________________ 2.Please respond to the following questions regarding the contractor's past performance using the following ratings: Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, or Unknown. Please check the box that corresponds to your answer. QUESTIONS RATINGS a. Rate the contractor in terms of numbers and quality of personnel, their ability to perform contract requirements, and contractor's ability to recruit and retain qualified personnel.0 Exceptional 0Very Good 0Satisfactory 0Marginal 0Unsatisfactory 0Unknown b. Please rate the contractor's ability to identify problems and solve them as they occurred. 0 Exceptional 0Very Good 0Satisfactory 0Marginal 0Unsatisfactory 0Unknown c. Please rate the contractor's responsiveness to contract changes, without project delays or disruption to your operations. 0 Exceptional 0Very Good 0Satisfactory 0Marginal 0Unsatisfactory 0Unknown d. Please rate your overall customer satisfaction with the contractor's performance. 0 Exceptional 0Very Good 0Satisfactory 0Marginal 0Unsatisfactory 0Unknown e. Rate the contractor's organizational support structure and their ability to provide Quality Control and Supervision while providing services.0 Exceptional 0Very Good 0Satisfactory 0Marginal 0Unsatisfactory 0Unknown f. Please rate overall customer satisfaction with the contractor's performance.0 Exceptional 0Very Good 0Satisfactory 0Marginal 0Unsatisfactory 0Unknown g. Based on your judgment of the contractor's performance, would you award the contractor another contract? 0 Yes (please explain) 0 No (please explain) The minimum guarantee, to be paid out during the base year of the contract, is $2,500.00. The maximum limit to be ordered during the life of the contract shall not to exceed $350,000. FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERICAL ITEMS (JUL 2016), THE OFFEROR SHALL INCLUDE A COMPLETED COPY OF THE PROVISION WITH OFFER. The clause at FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (MAY 2015), applies to this acquisition, with the following addendum: FAR 52.203-17, CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014); FAR 52.203-99, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (FEB 2015); FAR 52.204-4, PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2016); FAR 52.204-9, PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011); FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015); FAR 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 SEPTEMBER 01, 2016 through AUGUST 31, 2021. 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. FAR 52.216-19, ORDER LIMITATION (OCT 1995); (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $2,500, 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 $60,000.00; (2) Any order for a combination of items in excess of $60,000.00; or (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 7 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. FAR 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 August 31, 2021. 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. 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 30 DAYS 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. FAR 52.228-5 INSURANCE-WORK ON A GOVERNMENT INSTALLATION (JAN 1997); CL-120 SUPPLEMENTAL INSURANCE REQUIREMENTS, In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. 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 30TH 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 30TH 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. 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013); FAR 52.237-2, PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984); FAR 52.237-3, CONTINUITY OF SERVICES (JAN 1991). VAAR852.203-70 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. LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011): This solicitation includes FAR 52.219-6 VA Notice of Total Small Business Set-Aside (Dec 2009). Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012); 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. VAAR 852.271-70 NONDISCRIMINATION IN SERVICES PROVIDED TO BENEFICIARIES (JAN 2008 FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (JUN 2016) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006); FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards (OCT 2015); FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015); FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011); FAR 52.219-8 Utilization of small business concerns (OCT 2014); FAR 52.219-13, Notice of Set-Aside of Orders (NOV 2011); FAR 52.219-14, Limitations on Subcontracting (NOV 2011); FAR 52.219-28 Post-Award Small Business Program Rerepresentation (JUL 2013); FAR 52.222-3 Convict Labor (JUNE 2003); FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015); FAR 52.222-26 Equal Opportunity (APR 2015); FAR 52.222-35 Equal Opportunity for Veterans (OCT 2015); FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUL 2014); FAR 52.222-37 Employment Reports on Veterans (FEB 2016); FAR 52.222-40, Notification of Employee Rights Under the national labor Relations Act (DEC 2010)(E.O.13496); FAR 52.222-41, Service Contract labor Standards (MAY 2014); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) refer to the Department of Labor Wage Determination for the State of Utah, WD 05-2531 (Rev-17) dated 12/29/2015; FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (May 2014); FAR 52.222-50 Combating Trafficking in Persons (MAR 2015); FAR 52.222-54, Employment Eligibility Verification (OCE 2015); FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008); FAR 52.232-34 Payment by Electronic Funds Transfer-Other than System for Award Management (JULY 2013); FAR 52.222-17 Nondisplacement of Qualified Workers (MAY 2014); Offers are to be received at the Department of Veterans Affairs, NCO 19 Rocky Mountain Acquisition Center, 4100 East Mississippi Avenue, Suite 900, Glendale, CO 80246 Attn: Shelly Johnstone, Contract Specialist no later than 4:30 P.M. mountain time on August 05, 2016. PROPOSALS SUBMITTED BY FASCIMILE (FAX MACHINE) WILL NOT BE ACCEPTED. You may contact Shelly Johnstone, via email at Shelly.Johnstone@va.gov or via telephone at 303-202-8252. Any questions regarding this solicitation must be submitted in writing to the contract specialist no later than 2:00 p.m. on Friday July 29, 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25916R0356/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-16-R-0356 VA259-16-R-0356_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2893876&FileName=VA259-16-R-0356-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2893876&FileName=VA259-16-R-0356-000.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: VA Health Care System;500 Foothill Drive;Salt Lake City, UT
Zip Code: 84148-0001
 
Record
SN04192536-W 20160724/160722234020-dd1042c4f096bf37b3c201ecc3280177 (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.