Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 07, 2018 FBO #5889
DOCUMENT

U -- This Solicitation serves as an intent to Sole-Source, as well as a oppertunity for vendors to offer different programs/products that will meet the requirements of the SOW - Attachment

Notice Date
1/5/2018
 
Notice Type
Attachment
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;260 E. University Avenue;Cincinnati OH 45219
 
ZIP Code
45219
 
Solicitation Number
36C25018Q0248
 
Response Due
1/20/2018
 
Archive Date
2/19/2018
 
Point of Contact
See Combined Synopsis/Solicitation
 
E-Mail Address
luke.turner@va.gov
(luke.turner@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Intent to Sole-Source Notice The Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office (NCO 10), Cincinnati, Ohio 45220-2637 intends to solicit a RFQ for a sole-source procurement to provide an on-line educational program for employed and unemployed veterans (See Below), using a Firm-Fixed Price Sole-Source contract as the procurement method. The VA anticipates issuing a Firm-Fixed Price Contract (Sole Source) to Catalyst Learning Company on or about 02/01/2018 for the ongoing maintenance and repairs needed. Place of Performance: Cincinnati VA Medical Center 3200 Vine Street Cincinnati, Ohio 45220-2637 513-861-3100 Station Code: 36C539 In accordance with FAR 52.204-7, System for Award Management, prospective contractors must be registered in System for Award Management (SAM) and in VetBiz database, if applicable (VetBiz registration is required for Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses), under the applicable NAICS. Contractors may obtain SAM information at https://www.sam.gov and Vet Biz information at http://www.vip.vetbiz.gov. To be eligible for award, contractors must be registered in the System for Award Management database. Registration is free and potential offerors are encouraged to visit the SAM website as no contract can be awarded to any offeror not registered in SAM. NAICS Code is 611710 with a Small Business Size Standard of $15.0 Million. The solicitation will be issued to a single business with a sole-source justification. One award is expected to be made. The VA will only consider other quotes for similar products and the contractor must be registered as mentioned above and not on the Excluded Parties List. Questions concerning this announcement should be directed to the Contract Specialist using the email link provided. Telephone requests for information or questions will NOT be accepted. Please email requests or questions to Luke Turner at the following e-mail address: luke.turner@va.gov and ensure that the subject line includes: solicitation no. 36C250-18-Q-0248 and the company name and DUNES #. Department of Veterans Affairs Network Contracting Office (NCO) 10 260 E. University Avenue Cincinnati, Ohio 45219-2637 Station Code: 36C250 DEPARTMENT OF VETERANS AFFAIRS Justification for Single Source Awards IAW FAR 13.106-1 For Over Micro-Purchase Threshold but Not Exceeding the SAT ($150K) Acquisition Plan Action ID: VA250-18-AP-1356 Contracting Activity: Network Contracting Office (NCO) 10 260 East University Avenue Cincinnati, Ohio 45219-2637 513-559-3712 Station Code: 36C250 Brief Description of Supplies/ Services required and the intended use/Estimated Amount: School at work program for veterans. Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: The Catalyst Learning Company (CLC) has sole proprietary ownership of the School at Work (SAW) program. All SAW products have been copyrighted by CLC. The program is already in place and this procurement is only for packages that will allow for new participants to begin and the yearly licensing fee for the on-line instruction portion. Description of market research conducted and results or statement why it was not conducted: Market Research was conducted, via FBO, FCO, VIP and internet research for like programs. Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. ____________________________ ________________________ Name: Luke Turner Date Title: Contracting Officer COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C250-18-Q-0248 Posted Date: 01/05/2018 Original Response Date: 01/20/2018 Current Response Date: 01/20/2018 Product or Service Code: U099 Set Aside: Total Small Business Set-Aside NAICS Code: 611710 Contracting Office Address Network Contracting Office (NCO) 10 260 East University Avenue Cincinnati, Ohio 45219-2637 Station Code: 36C250 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 (May have been updated). The associated North American Industrial Classification System (NAICS) code for this procurement is 611710, with a small business size standard of $15.0 Million. The Cincinnati VA Medical Center is seeking to purchase an on-site educational program for our local veteran population that are unemployed or underemployed. All interested companies shall provide quotation(s) for the following: Services Line Item Description Quantity Unit Price Total Price 0001 Educational Packages as described in the statement of work. POP: 02/01/2018 01/31/2019 1 0002 Online Licenses to software as described in the statement of work. POP: 02/01/2018 01/31/2019 1 1001 Educational Packages as described in the statement of work. POP: 02/01/2019 01/31/2020 1 1002 Online Licenses to software as described in the statement of work. POP: 02/01/2019 01/31/2020 1 2001 Educational Packages as described in the statement of work. POP: 02/01/2020 01/31/2021 1 2002 Online Licenses to software as described in the statement of work. POP: 02/01/2020 01/31/2021 1 3001 Educational Packages as described in the statement of work. POP: 02/01/2021 01/31/2022 1 3002 Online Licenses to software as described in the statement of work. POP: 02/01/2021 01/31/2022 1 4001 Educational Packages as described in the statement of work. POP: 02/01/2022 01/31/2023 1 4002 Online Licenses to software as described in the statement of work. POP: 02/01/2022 01/31/2023 1 Total Price Services The contractor shall provide the licensing and support services, as stated above, that will allow for continuity of services for the educational program. See Statement of Work (See page 9). Please add any additional cost for training of the program contents to government staff into the first year. The Purchase Order period of performance is to begin on 02/01/2018 and will end on 01/31/2023. Place of Performance Cincinnati VA Medical Center 3200 Vine Street Cincinnati, Ohio 45220-2637 Station Code: 36C539 Award shall be made to the quoter, whose quotation is evaluated as the Lowest Price Quoted. Limitations in Subcontracting: This solicitation includes FAR 52.219 Limitations on Subcontracting. 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. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html or at http://farsite.hill.af.mil/vmfara.htm. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (NOV 2017) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109 282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). All quoters shall submit the following: Priced Quote (a quote submitted by a vendor signifies the submitter understands and accepts as terms and conditions under this solicitation) Company contact, name and DUNS number. This is an open-market combined synopsis/solicitation for services as defined herein.    The government intends to award a single Purchase Order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s) below: Submission shall be received not later than 01/15/2018 at 12:00 P.M. EST. at the following location: Network Contracting Office (NCO) 10 260 East University Avenue Cincinnati, Ohio 45219-2637 513-559-3712 Station Code: 36C250 All quotes shall be submitted, via email, to luke.turner@va.gov. No hard copies will be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer (Point of Contact below). No phone calls will be accepted for questions regarding this solicitation. Point of Contact Luke A. Turner Contracting Officer Network Contracting Office (NCO) 10 260 East University Avenue Cincinnati, Ohio 45219-2637 Station Code: 36C250 513-559-3712 Luke.turner@va.gov STATEMENT OF WORK (SOW) Contract Title: Cincinnati VAMC requires to provide an educational program to its Homeless Veteran Program population to address their career development needs. Background: The VA intends to continue the Catalyst Learning s School at Work program which provides an educational opportunity for Cincinnati VAMC Homeless Veteran population to address their career development needs. The goals it to aid in career development opportunities for the unemployed/underemployed homeless Veterans. Contractors that fill they meet the criteria below should quote the work for a different program. Scope: The Contractor shall provide a blended learning system such as: students workbooks, e-learning coursework, DVD classroom sessions, independent reading and study, and homework assignments. The contract should enable individuals to learn life management skills, communication skills, reading, writing, grammar, math. The program provides the opportunity to assess the Veteran s abilities and builds their confidence in the areas of goal setting, resume writing and job searching. The time frame of the training schedule shall be determined between the Designated Learning Officer and the vendor. Specific Tasks: The contractor shall provide online licenses and materials for the following purposes: Basic math skills Reading skills Writing skills Resume building skills Management skills Communication skills The contractor shall provide an instructor to train the VA staff that administer the program on-site (If different than SAW program) The contractor shall provide an online platform with instructors teaching lessons for each phase of the program. Security Requirements: None Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI): None Place of Performance: Cincinnati VA Medical Center, 3200 Vine Street, Cincinnati, Ohio, 45220 Period of Performance: Base: February 1, 2018 through January 31, 2019. Option Year 1: February 1, 2018 through January 31, 2019. Option Year 2: February 1, 2018 through January 31, 2019. Option Year 3: February 1, 2018 through January 31, 2019. Option Year 4: February 1, 2018 through January 31, 2019.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CiVAMC/VAMCCO80220/36C25018Q0248/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25018Q0248 36C25018Q0248.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4001547&FileName=36C25018Q0248-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4001547&FileName=36C25018Q0248-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04782520-W 20180107/180105230808-8eff79a128bcd6eb1ff4c92696b8c9b1 (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.