Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2017 FBO #5640
DOCUMENT

G -- Homeless Veterans SMI North Hampton - Attachment

Notice Date
5/1/2017
 
Notice Type
Attachment
 
NAICS
624221 — Temporary Shelters
 
Contracting Office
Department of Veterans Affairs;VAMC Togus;1 VA Center;Augusta ME 04330
 
ZIP Code
04330
 
Solicitation Number
VA24117Q0332
 
Response Due
5/22/2017
 
Archive Date
6/21/2017
 
Point of Contact
Corey L Labbe
 
E-Mail Address
3-8411
 
Small Business Set-Aside
N/A
 
Description
Page 10 of 11 (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA241-17-Q-0332 and the solicitation is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-91. (iv) This requirement is being issued as a full and open competition. The associated NAICS code is 624221 Temporary Shelter Services (v) The Government intends to award a firm-fixed price contract for a Contractor to provide Homeless Veterans with Serious Mental Illness services in support of the North Hampton VA Medical Center, North Hampton, MA. Please see the attached Performance Work Statement and the Price Schedule below for full requirement details and pricing submission. PRICE/COST SCHEDULE ITEM INFORMATION ESTIMATED QUANTITY The below quantities are hereby estimated and are not to exceed ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT 0001 The contractor shall provide all management, supplies, equipment and labor necessary to perform Residential Services for Homeless Veterans with SMI in accordance with the Performance Work Statement. Number of Beds: 10 Estimated Number of Days: 3,650 (10 Beds X 365 Days) Contract Period: Base POP Begin: 06-01-2017 POP End: 05-31-2018 3,650.00 DY __________________ __________________ GRAND TOTAL __________________ ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT 1001 The contractor shall provide all management, supplies, equipment and labor necessary to perform Residential Services for Homeless Veterans with SMI in accordance with the Performance Work Statement. Number of Beds: 10 Estimated Number of Days: 3,650 (10 Beds X 365 Days) Contract Period: Option One POP Begin: 06-01-2018 POP End: 05-31-2019 3,650.00 DY __________________ __________________ GRAND TOTAL __________________ ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT 2001 The contractor shall provide all management, supplies, equipment and labor necessary to perform Residential Services for Homeless Veterans with SMI in accordance with the Performance Work Statement. Number of Beds: 10 Estimated Number of Days: 3,650 (10 Beds X 365 Days) Contract Period: Option Two POP Begin: 06-01-2019 POP End: 05-31-2020 3,650.00 DY __________________ __________________ GRAND TOTAL __________________ ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT 3001 The contractor shall provide all management, supplies, equipment and labor necessary to perform Residential Services for Homeless Veterans with SMI in accordance with the Performance Work Statement. Number of Beds: 10 Estimated Number of Days: 3,650 (10 Beds X 365 Days) Contract Period: Option Three POP Begin: 06-01-2020 POP End: 05-31-2021 3,650.00 DY __________________ __________________ GRAND TOTAL __________________ ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT 4001 The contractor shall provide all management, supplies, equipment and labor necessary to perform Residential Services for Homeless Veterans with SMI in accordance with the Performance Work Statement. Number of Beds: 10 Estimated Number of Days: 3,650 (10 Beds X 365 Days) Contract Period: Option Three POP Begin: 06-01-2021 POP End: 05-31-2022 3,650.00 DY __________________ __________________ GRAND TOTAL __________________ ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE AMOUNT 5001 The contractor shall provide all management, supplies, equipment and labor necessary to perform Residential Services for Homeless Veterans with SMI in accordance with the Performance Work Statement. Number of Beds: 10 Estimated Number of Days: 3,650 (10 Beds X 365 Days) Contract Period: Option Four POP Begin: 06-01-2022 POP End: 05-31-2023 3,650.00 DY __________________ __________________ GRAND TOTAL __________________ (vi) The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, and supervision necessary to provide Residential Services for Homeless Veterans with SMI in accordance with the Performance Work Statement. (vii) The period of performance is listed in the price schedule. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-16 Commercial and Government Entity Code Reporting (NOV 2014); 52.209-5 Certification Regarding Responsibility Matters (Oct 2015); 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS REPRESENTATION (FEB 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End 52.233-2 Service of Protest (Sep 2006) (a) 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 Corey Labbe, 1 VA Center, Augusta, Maine 04330. (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) VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation. (End of Provision) VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998): As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW., Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW., Washington, DC 20420. The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer. (End of Provision) (ix) Submission of Quotes and Evaluation process: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors may submit their quotes electronically via email to corey.labbe@va.gov. (3) Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 05/08/2017 at 4:30 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. 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:   Price (Follow these instructions): Offeror will complete the Price Schedule in Section (v), with offerors proposed contract line item prices inserted in appropriate spaces.   Offerors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Labor Standards. Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information; a brief description of the work completed and contract number (if relevant).   Please utilize Attachment 2 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work.   The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Performance Work Statement in a timely efficient manner.   Provide information that includes collegiate or advanced degrees obtained, training courses completed and the dates of completion, all certifications, (MHRT/C DSP, MHSS) licenses, or other professional recognition of equal merit. This documentation is required for all personnel who will be performing services under this contract. Describe management methods and/or corporate policy to assure the provisions of prompt quality service, including a description of quality assurance and customer service plan tailored towards the unique client base of the Department of Veterans Affairs. In this section include emergency on-call procedures. Reference the Performance Standards incorporated into the Performance Work Statement. Provide a list of soup kitchens in the area of the shelters. Contractor must identify each person functioning as Key Personnel under this contract, and provide to the VA a description of the services to be provided by such person, together with a résumé summarizing that person s relevant skills and experience. Contractor shall provide a contingency plan to be utilized if personnel leave the Contractor s employment or are unable to continue performance in accordance with the terms and conditions of the resulting contract Contractor shall provide proof of license to transport Veterans in the event local transportation (bus or taxi) or the DAV is unavailable. Contractor shall provide copies of all licenses, permits, and accreditations issued by the local and state Governments. Contractor shall provide proof that facilities are compliant with State life safety codes, fire safety codes, and sanitation codes 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). 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. (x) Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 "Offeror Representation and Certifications -Commercial Items", and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.203-17 Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014); 52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015), 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016); 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 852.203-70 Commercial Advertising (JAN 2008); 52.204-4 Printed or copied double-sided on recycled paper(May 2011); 52.237-3 Continuity of Services(Jan 1991); (xii) 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. (xiii) Clause 52.217-9, Option to Extend the Term of the Contract(MAR 2000) - 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 before the contract expires. The preliminary notice does not commit the Government to an extension. Subcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract 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 compliance with the subcontracting commitments. 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, e-mail, 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. (End of clause) 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 Massachusets. 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) (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6; 52.204-10, 52.209-6, 52.219-8; 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-40; 52.222-50, 52.223-18, 52.225-13, 52.232-34, 52.222-41, 52.222-42 (Wage Determination Applicable (WD - 1996-0185 REV 32), 52.222-43; 52.222-54; 52.222-55 (xiii) All contract requirement(s) and/or terms and conditions are stated above and attached. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due 05/22/2017 at 12:00 PM EST. RFQ responses must be submitted via email to: corey.labbe@va.gov. Hand deliveries will not be accepted. (xvi) The POC of this solicitation is Corey Labbe (corey.labbe@va.gov). See attached document: Bedford Safe Haven PWS Revised3. See attached document: S02 Attachment 2 Past Performance. See attached document: BUSINESS ASSOCIATE AGREEMENT BETWEEN THE DEPARTMENT OF VETERANS AFFAIRS VETERANS HEALTH ADMINISTRATION. See attached document: HCHV CERS - LDSH Inspection Form. See attached document: Wage Determination 96-0049.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ToVAMROC402/ToVAMROC402/VA24117Q0332/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-17-Q-0332 VA241-17-Q-0332.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3459251&FileName=VA241-17-Q-0332-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3459251&FileName=VA241-17-Q-0332-000.docx

 
File Name: VA241-17-Q-0332 SMI PWS 2017.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3459252&FileName=VA241-17-Q-0332-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3459252&FileName=VA241-17-Q-0332-001.docx

 
File Name: VA241-17-Q-0332 S02 Attachment 2 Past Performance.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3459253&FileName=VA241-17-Q-0332-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3459253&FileName=VA241-17-Q-0332-002.docx

 
File Name: VA241-17-Q-0332 HCHV CERS - LDSH Inspection Form.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3459254&FileName=VA241-17-Q-0332-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3459254&FileName=VA241-17-Q-0332-003.docx

 
File Name: VA241-17-Q-0332 Wage Determination.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3459255&FileName=VA241-17-Q-0332-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3459255&FileName=VA241-17-Q-0332-004.pdf

 
File Name: VA241-17-Q-0332 BUSINESS ASSOCIATE AGREEMENT BETWEEN THE DEPARTMENT OF VETERANS AFFAIRS VETERANS HEALTH ADMINISTRATION.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3459257&FileName=VA241-17-Q-0332-005.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3459257&FileName=VA241-17-Q-0332-005.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: North Hampton VA Medical Center;421 N. Main St;North Hampton
Zip Code: 01062
 
Record
SN04491385-W 20170503/170501234939-d47ead6af55ca88c2dcbcccbe9f09278 (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.