Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2017 FBO #5648
DOCUMENT

G -- Transitional housing for Veterans participating in the Traumatic Brain Injury program - Attachment

Notice Date
5/9/2017
 
Notice Type
Attachment
 
NAICS
624229 — Other Community Housing Services
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan CA 95652-2609
 
ZIP Code
95652-2609
 
Solicitation Number
VA26117Q0556
 
Response Due
5/16/2017
 
Archive Date
6/15/2017
 
Point of Contact
Ricky L. Woods
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR MARKET RESEARCH PURPOSES ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this announcement must be in writing. The purpose of this Sources Sought Announcement is to conduct market research in efforts to make appropriate acquisition decisions and to gain knowledge of potential Contractors that are capable of providing the requested services. The purpose of this announcement is to obtain information from Contractors within the Department of Veterans Affairs Northern California Health Care System area that can provide transitional housing and support services to provide a transition for Veterans leaving the Center for Rehabilitation and Extended Care (CLC) and to augment services for those Veterans receiving services at the Traumatic Brain Injury (TBI) Outpatient Clinic. More than 1,700 Veterans distributed throughout Northern California identified as having TBI. Veterans with brain injury often suffer from deficits in cognition and emotional functioning which can impact successful transition into home, community and work. Contractor shall provide housing that would ideally be within close proximity to the Martinez VA; Veterans placed in this housing will be transitioning from inpatient CREC stays and accessing intensive outpatient treatment at the Martinez VA. Rooms with adequate storage shall be accessible to the Veteran 7 days a week, 365 days a year, and 24 hours per day. The contractor is required to provide a therapeutic and rehabilitative milieu in a safe and supportive setting that supports Veterans goals for recovery and augments their specialized TBI outpatient care at the VA. Description of Services: Provide housing within close proximity to the Martinez VA; Veterans placed in this housing will be transitioning from inpatient CREC stays and accessing intensive outpatient treatment at the Martinez VA.   These Veterans require continued treatment that is more intensive or specialized than can be accessed or arranged from the individual s existing living situation (including neurocognitive rehabilitation, mental health and other post-injury or post-deployment health issues as provided by specialists in Martinez) To provide housing that facilitates treatment programs that will optimize the transition for the individual into a more durable and stable living situation. To minimize setbacks that occurs with transition from a residential program (CREC/CLC) directly to a community living situation. To reduce loss to follow-up after discharge from a residential CREC/CLC program. Housing facilities for veteran care must meet the minimum housing standards: Accommodations will include a bed and other furnishings such as a dresser or other means or secure storage, and personal linens (towels and bedding) Laundry: Laundry facilities must be available for residents to tend to their laundry needs The units will have a kitchen and full bathroom Properties will be close to public transportation and highways Be Americans with Disabilities Act (ADA) accessible Meet California Housing standards Identify and monitor maintenance need to regularly verify compliance with health, safety and building codes. Unit lease and utility agreements will be administered by contract program The contractor staffing is expected to be employee sufficient to carry out all policies, procedures and duties required for service delivery and administrative oversight. The performance period for this acquisition will be from September 22, 2017 through September 21, 2018 with four option year contract continuing through September 21, 2022. The Product Service Code (PSC) for this service is G099 - Other Social Services and the North American Industry Classification System (NAICS) code is 624229 Other Community Housing Services, with a small business size standard of $15 Million. The Government anticipates establishing multiple Blanket Purchase Agreements (BPAs) with community vendors, if possible. All firms capable of providing this service are encouraged to reply to this Sources Sought Notice. Responses shall include the following documentation. a. Company Background Information Number of years in business, number of years providing Housing and/or related social services, types of population served (i.e. veterans, women, men, children, families), facility location/physical building address including a map of the area, indication if facility is accredited by Joint Commission or CARF, and whether or not the facility considers itself a healthcare provider and complies with HIPAA requirements as normal business practice. b. Provide DUNS number and business type and size c. Past performance history with contract number and performance information (min 1 & max of 3 within last 5 years) Interested parties are reminded to register in the System for Award Management (SAM) database at www.sam.gov in order to be eligible to do business with the Government. If a contractor desires to receive Veteran Owned Small Business (VOSB) or Service Disabled Veteran Owned Small Business (SDVOSB) credit, registration and verification in VetBiz at www.vetbiz.gov is required. This Sources Sought Notice shall not be considered as a request for proposal or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the contractor submission of this Sources Sought Notice or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this Notice. No contract will be awarded as a result of this notice and data submitted will not be returned. Interested parties shall submit a response in an electronic format via email to ricky.woods@va.gov and no later than May 16, 2017 by 4:00/16:00 p.m. PST. Facsimile responses will not be accepted. Electronic files should be in Microsoft Office Word or PDF format. All information should be UNCLASSIFIED material only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26117Q0556/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-17-Q-0556 VA261-17-Q-0556.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3482025&FileName=VA261-17-Q-0556-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3482025&FileName=VA261-17-Q-0556-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04501725-W 20170511/170509235439-84e8bcab2991e77b97066c2105f744a9 (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.