DOCUMENT
G -- Contract Beds for Homeless Veterans Iowa City VA Health Care System - Attachment
- Notice Date
- 8/15/2011
- Notice Type
- Attachment
- NAICS
- 624221
— Temporary Shelters
- Contracting Office
- Department of Veterans Affairs;Iowa City VAMC;601 Highway 6 W.;Iowa City IA 52246
- ZIP Code
- 52246
- Solicitation Number
- VA26311RQ0679
- Response Due
- 8/23/2011
- Archive Date
- 9/6/2011
- Point of Contact
- Steven A Fasko
- E-Mail Address
-
9-7159<br
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial services 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. The combined synopsis/solicitation number is VA-263-11-RQ-0679. The incorporated provisions and clauses herein are in effect through Federal Acquisition Circular 2005-50 effective 03/16/2011. This requirement is being solicited under Full and Open Competition. The associated NAICS is 624221 with a size standard of $7 Million. The contractor shall provide all labor, supervision, materials, equipment and supplies necessary to provide shelter to the veteran homeless population in accordance with the Performance Work Statement. SCHEDULE OF SUPPLIES/SERVICE: 1. SCHEDULE OF SUPPLIES/SERVICE: 1.1. Offeror is to provide firm-fixed pricing for Schedule of Items, Sections I - V. 1.2. The estimated quantity is a minimum of one (1) bed/per day for one day and a maximum of six (6) beds/per day for 365 days. 2. REQUIREMENTS: 2.1. The Department of Veterans Affairs (DVA) Iowa City Health Care System, Iowa (VA) requires community-based, residential environments with sufficient therapeutic services as part of its Health Care for Homeless Veterans (HCHV) program within Eastern and Central Iowa, in particular, Linn County. 3. PRICE SCHEDULE: SECTION I - BASE PERIOD: SEPTEMBER 1, 2011 - AUGUST 31, 2012 LINE ITEMDESCRIPTIONEST. QTYUNITUNIT COSTTOTAL COST CLIN 0001Care, Treatment and Rehabilitative Services to Homeless Veterans.4BED/PER DAY ESTIMATED TOTAL - BASE YEAR SECTION II - OPTION YEAR I: SEPTEMBER 1, 2012 - AUGUST 31, 2013 LINE ITEMDESCRIPTIONEST. QTYUNITUNIT COSTTOTAL COST CLIN 1001Care, Treatment and Rehabilitative Services to Homeless Veterans.4BED/PER DAY ESTIMATED TOTAL - OPTION YEAR I SECTION III - OPTION YEAR II: SEPTEMBER 1, 2013 - AUGUST 31, 2014 LINE ITEMDESCRIPTIONEST. QTYUNITUNIT COSTTOTAL COST CLIN 2001Care, Treatment and Rehabilitative Services to Homeless Veterans.4BED/PER DAY ESTIMATED TOTAL - OPTION YEAR II SECTION IV - OPTION YEAR III: SEPTEMBER 1, 2014 - AUGUST 31, 2015 LINE ITEMDESCRIPTIONEST. QTYUNITUNIT COSTTOTAL COST CLIN 3001Care, Treatment and Rehabilitative Services to Homeless Veterans.4BED/PER DAY ESTIMATED TOTAL - OPTION YEAR III SECTION V - OPTION YEAR IV: SEPTEMBER 1, 2015 - AUGUST 31, 2016 LINE ITEMDESCRIPTIONEST. QTYUNITUNIT COSTTOTAL COST CLIN 4001Care, Treatment and Rehabilitative Services to Homeless Veterans.4BED/PER DAY ESTIMATED TOTAL - OPTION YEAR IV TOTAL - SECTIONS I, II, III, IV & IV: $____________________________________ [END SCHEDULE OF SUPPLIES/SERVICE] PERFORMANCE WORK STATEMENT (PWS) 1. SCOPE OF WORK 1.1. SERVICES: 1.1.1. In accordance with (IAW) this PWS the contractor agrees to provide care, treatment and rehabilitative services to veterans suffering from serious mental illness, substance dependency, including veterans who are homeless, in community-based treatment facilities offering a safe and secure environment that supports their rehabilitation goals. 1.1.2. The Contractor shall provide therapeutic and rehabilitative services, but shall not be required to provide detoxification or other hospital level treatment those services will be provided by the VA at VA facilities. 1.2. CONTRACTOR RESPONSIBILITIES: 1.2.1. Room and Board: 1.2.1.1. Contractor shall be responsible for identifying sufficient residential capacity to place veterans in community-based residences. 1.2.1.1.1. Placement is for a minimum of one (1) bed/per day for one day and a maximum of six (6) beds/per day for 365 days. This amount is variable and based on level of need. 1.2.1.2. Contractor shall provide: 1.2.1.2.1. Sufficient personnel to assure security; 1.2.1.2.2. Staffing available on-site 24 hours per day, 7 days per week; 1.2.1.2.3. Up to three (3) nutritionally adequate meals per day, 7 days per week; 1.2.1.2.4. Availability of nutritious snacks between meals and bedtime for those requiring or desiring additional food, when it is not medically contraindicated; 1.2.1.2.5. Available laundry facilities for residents to do their own laundry or to have laundry services provided; 1.2.1.2.6. Same day placement upon referral from HCHV staff. 1.2.1.2.6.1. If the Facility is full or has limited openings, Veterans would be given preference to the next open bed space. 1.2.1.2.7. A bed and other furnishings such as a dresser, storage, and personal linens (towels and bed sheets). 1.2.2. Therapeutic and Rehabilitative Services: 1.2.2.1. The Contractor shall be responsible for identifying services needed by each individual veteran referred for treatment as stated in the treatment plan developed by the contractor, with input from the veteran and the VA Homeless Program Coordinator (or designee). 1.2.2.2. Services which the Contractor must be able to furnish shall include: 1.2.2.2.1. Structured group activities as appropriate - examples include group therapy, social skills training, Alcoholics Anonymous, Narcotics Anonymous, vocational counseling and physical activities as appropriate. 1.2.2.2.2. Collaboration with the VA program staff, which will provide supportive psychosocial services. 1.2.2.2.3. Individual professional counseling, including counseling on self care skills, adaptive coping skills and, as appropriate, vocational rehabilitation counseling, in collaboration with VA program and community resources. 1.2.2.2.4. Assistance to develop responsible living patterns, to maintain an acceptable level of personal hygiene and grooming, and to achieve a more adaptive level of psychosocial functioning, upgraded social skills, and improved personal relationships. 1.2.2.2.5. Support for an alcohol/drug abuse-free lifestyle provided in an environment conducive to social interaction and the fullest development of the resident's rehabilitative potential. 1.2.2.2.6. Assistance to gain and to apply knowledge of the illness/recovery process in an environment supportive of recovery models. 1.2.2.2.7. A program that promotes community interaction. 1.2.3. Treatment and Discharge Planning: 1.2.3.1. The Contractor shall provide treatment and discharge planning reflecting a team assessment of health, social and vocational needs and the involvement of the veteran, the VA staff and appropriate community resources in resolving problems and setting goals. 1.2.4. Case Records: 1.2.4.1. The Contractor shall create an individual case record for each referred veteran. 1.2.4.2. Case records shall be maintained in security and confidence as required by the Confidentiality of Alcohol and Drug Abuse Patient Records (42 CFR part 2) and the Confidentiality of Certain Medical Records (38 USC 7332). 1.2.4.3. Case records and data normally maintained and included in a medical record as a function of compliance with State or community licensing standards shall be made available on a need to know basis to appropriate VA staff members involved with the treatment program of the veterans concerned. 1.3. ADDITIONAL CONTRACTOR RESPONSIBILITIES: 1.3.1. Key Personnel: 1.3.1.1. The contractor shall employ sufficient personnel to carry out the policies, responsibilities, and the program for the facility. 1.3.1.2. The Contractor shall provide at least one (1) administrative staff member, or designee of equivalent professional capability, on duty on the premises or residing at the house and available for emergencies 24 hours a day, 7 days a week. 1.3.2. Qualifications: 1.3.2.1. Contractor personnel that require a license shall maintain a full unrestricted license in a State, Territory, or commonwealth of the United States or the District of Columbia. 1.3.2.1.1. Such personnel shall be subject to review by the VA Chief of Staff and approval by the VA Facility Director. 1.3.2.1.2. Current copies of all licenses shall be provided to the VA upon request. 1.3.2.2. Contractor shall provide evidence of qualifications as required by this contract for all Contractor personnel utilized to perform the services. 1.3.2.3. The Contractor shall remove Contractor personnel from performing under this contract upon written request from the Contracting Officer (CO) to include, but not limited to one or more incidents of the following: 1.3.2.3.1. Sexual harassment of any patients and/or VA employees 1.3.2.3.2. Medical incompetency 1.3.2.3.3. Physical or mental impairment 1.3.2.3.4. Abusive behavior with staff or patients. 1.3.2.4. Contractor shall provide a roster of all employees to be utilized in the performance of this contract. 1.3.2.4.1. Contractor shall provide updated rosters of Contractor personnel performing under this contract as personnel changes occur. 1.3.3. Security: 1.3.3.1. All Contract personnel shall go through background checks at no cost to the VA and shall provide the background check results to the VA upon request. 1.3.3.2. The Contractor facility shall meet all state security requirements. 1.3.4. Patient Rights: 1.3.4.1. Contractor shall not require or force any patient attend any programming that is outside the curriculum of programs offered to all patients. 1.3.4.1.1. The Veteran is expected to participate in all aspects of the contractors existing programming, preferably giving choice to the Veteran of some different skills and activities to assist in their treatment. 1.3.4.2. Contractor shall respect and integrate the patient's beliefs, values and cultural influences. 1.3.4.3. The Contractor shall comply with the principles listed in 38 CFR 17.707(b) to provide housing and supportive services in a manner that is free from religious discrimination. 1.3.4.4. Contractor shall maintain patient privacy and confidentiality at all times. 1.3.4.5. Contractor shall refer to the Contracting Officer's Technical Representative (COTR) Patient complaints which cannot be resolved by the contractor. 1.3.5. Patient Safety: 1.3.5.1. The Contractor facility shall meet VA safety standards, to include specifications of the NFPA Patient Life Safety Code. 1.3.5.2. Patients will be removed and housed elsewhere at the cost of the contractor until the facility meets safety standards. 1.3.5.3. Joint Commission (JC) and/or Iowa Public Health standards, quality management safety and any and all measures designated by the VA or private accreditation agencies shall be met. 1.3.5.4. Contractor shall inform VA of any safety citations received. 1.3.5.5. The Contractor shall make every effort to prevent medication errors, falls, and patient injury. 1.3.5.6. Upon request by the VA, The contractor shall conduct all Root Cause Analysis (RCA) according to VAMC policy within established timeframes and submit it to the COTR. 1.3.6. Environment of Care: 1.3.6.1. The Contractor shall maintain a safe and clean environment in the facility at all times. 1.3.6.2. The Contractor shall report all significant problems related to VA patient care to the CO or COTR as soon as possible. 1.3.6.3. The Contractor shall maintain environmental safety regarding snow removal, cleaning services, building upkeep, lighting, signage, security, electricity services, ventilation, heating and air conditioning. Building should be in good repair as follows: 1.3.6.3.1. No water leaks or problems. 1.3.6.3.2. Free of pests (insects or rodents) 1.3.6.3.3. Toilets, sinks, and showers in working condition 1.3.6.3.4. Free of mold or other allergens 1.3.6.3.5. Building structurally sound 1.3.6.3.6. Well lit hallways 1.3.7. Training and Employee Health: 1.3.7.1. The Contractor shall provide or afford VA mandated training/orientation to Contractor personnel providing services under this contract. 1.3.7.2. The Contractor shall provide evidence or certification of the training or orientation to the CO or COTR for the following: 1.3.7.2.1. Blood borne Pathogens 1.3.7.2.2. Safety 1.3.7.2.3. Tuberculosis 1.3.7.2.4. Customer Service 1.3.7.2.5. Equal Employment Opportunity including Sexual Harassment 1.3.7.2.6. Prevention and Management of Disturbed Behavior 1.3.7.3. The Contractor shall meet the prerequisite and yearly employment preventive health screenings IAW the National Institute of Health directives as it relates to physical examinations, vaccinations, and inoculations. 1.3.7.4. Contractor shall provide the CO or COTR the following: 1.3.7.4.1. Pre-employment PPD skin test 1.3.7.4.2. Pre-employment Hepatitis B, Prophylaxysis or declination of option signed and on file 1.3.7.4.3. Other preventive health screening/testing as required by Occupational Safety and Health (OSHA), JC, and other screening agencies. 1.3.7.4.4. All related documentation, such as completed competency checklists or educational training records, shall be maintained by the contractor and available for VA review upon request. 1.3.8. Quality Management Monitoring: 1.3.8.1. The Contractor shall meet basic principles of risk reduction, safety, staff competence, and performance improvement. 1.3.8.2. The Contractor shall ensure that all contracted services provided by licensed independent practitioners and/or allied health physicians are within the scope of their privileges. 1.3.8.3. The Contractor shall provide documents such as policies and procedures to demonstrate compliance with State residential licensing related to credentialing and privileging, competency assessment and initial and ongoing training for staff provision of care, treatment and/or services performed. 1.3.8.4. The Contractor shall provide documents such as policies and procedures to demonstrate prevention and management of safety risks; and, upon request, reports of incidents involving care, treatment and/or services of VA patients. 1.3.8.5. The Contractor shall provide the VA with copies of all state agency reports when requested, and cooperate fully with VA's quality improvement-quality assurance program functions relating to this agreement, including VA's on-site inspection and monitoring. 1.3.9. Medical Liability: 1.3.9.1. The Contractor shall maintain medical liability insurance as specified by the VA and will provide copies for proof of this to the VA. 1.3.9.2. The Contractor shall indemnify the Government from any liability producing act or omission by the Contractor, its employees and agents occurring during the term of the contract. 1.3.9.3. The Contractor shall ensure that any subcontract utilized in the performance of this contract has medical liability insurance and has the indemnification clause in it also. 1.3.10. Medications and Prescriptions (If Applicable): 1.3.10.1. Storage, labeling, and monitoring of medications at the contract facility should follow the Iowa Department of Public Health requirements for residential level of care (Section 155.21(18)). 1.3.11. Referrals: 1.3.11.1. The VA will determine eligibility of veterans prior to referral to the Contractor for treatment. 1.3.11.1.1. A written referral (hard copy, fax or e-mail are acceptable) signed by an authorized VA ordering officer will be provided to the Contractor for each Veteran referred for services under the contract. 1.3.11.2. A list of authorized VA ordering officials for the contract will be provided to the Contractor upon award of the contract. 1.3.11.2.1. Ordering officials may be added or deleted from the list during the term of the contract at the discretion of the Contracting Officer. 1.3.11.2.2. The Contractor will be provided an updated list of authorized VA ordering officials whenever such changes are made. 1.3.11.3. The Contractor will not be paid for care provided to a referred veteran beyond the period authorized in the referral, unless an extension of the authorization is provided in writing by the Contracting Officer. 1.3.11.3.1. An extension of the referral period up to a total of 6 months may be authorized by the VA Homeless Program Coordinator or designee, provided that funding is available. 1.3.11.3.2. Average length of stay is variable and depends on the length of the contract provider's programming and treatment. 1.3.11.3.3. Treatment periods in excess of 6 months for individual veterans must be authorized by the Medical Center Director or designee. 1.3.12. Absences and Cancellations: 1.3.12.1. The contractor shall notify the VA of unauthorized absences by a referred veteran from the facility. 1.3.12.2. Should a Veteran absent himself/herself from the Contractor's facility in an unauthorized manner, payment for services for that Veteran shall be continued for a maximum period of two days, provided there is an active outreach attempt on the part of the Contractor's staff to return the Veteran to the facility and there is a reasonable belief that the veteran will return. 1.3.12.3. Management of program dropout will be an element of quality assurance review of this program. 1.3.12.4. Absences of the veteran from the facility in excess of two days will not be reimbursable unless authorized in advance by the VA Homeless Program Coordinator. 1.3.12.5. The Contractor shall notify the authorizing VA facility immediately when a medical emergency occurs that requires hospitalization of a referred Veteran. 1.3.12.5.1. The Contractor shall admit the veteran to the appropriate VA facility. 1.3.12.5.2. When such admission is not feasible because of the nature of the emergency, it is agreed that hospitalization in a non-federal hospital may be accomplished provided that VA authorization is obtained. 1.3.12.6. The Contractor shall notify the authorizing VA facility promptly if a non-emergency admission to the appropriate. 1.3.12.7. The Contractor shall notify the authorizing VA facility immediately of any incidents involving veterans residing in the residential program. 1.3.12.8. The Contractor shall notify the VA case manager by telephone during the hours of 8:00am and 4:30pm. 1.3.12.9. The contractor shall notify the Administrator on Duty (AOD) for all incidents that occur after normal business hours. 1.3.12.10. The contractor shall provide the Homeless Program Coordinator or designee and the COTR with a copy of the incident report within 24 hours. 1.3.12.11. The Contractor shall maintain a copy of the incident report in the Veteran's case record. 1.3.13. Contractor Staff Conduct/Complaints Handling: 1.3.13.1. Contractor personnel shall be expected to treat referred veterans with dignity and respect and abide by standards of conduct mirroring those prescribed by current federal personnel regulations. 1.3.13.2. The Contractor shall comply with the VA Patient's Bill of Rights as set forth in 38 CFR 17.34a (copy available upon request). 1.3.13.3. The VA reserves the right to exclude Contractor staff members from providing services to Veterans under this contract based on breaches of conduct, including conduct that jeopardizes patient care or interferes with the regular and ordinary operation of the facility. 1.3.13.4. Breaches of conduct include intoxication or debilitation resulting from drug use, theft, patient abuse, dereliction or negligence in performing directed tasks, or other conduct resulting in formal complaints by veterans or other staff members to designated Government representatives. 1.3.13.5. The Contractor and Contracting Officer's Technical Representative shall deal with issues raised concerning contractor personnel conduct. 1.3.13.6. The Contracting Officer will be the final arbiter on questions of acceptability and in validating complaints. 1.3.14. Transportation: 1.3.14.1. The Contractor shall assist the veterans with local transportation to scheduled meetings and appointments (ex. direct transportation, bus tokens, etc.). 1.3.14.2. The Contractor will be expected to help the veteran access public transportation, including providing information and instructions necessary to enable Veterans to utilize public transportation. 1.3.14.3. If VA or Contracting staff determines that adequate public transportation is not available or appropriate for a Veteran, the Contractor shall arrange for alternative transport by car. 1.3.15. Facility: 1.3.15.1. The Contractor shall properly maintain its facilities and the VA shall have no responsibility for paying or reimbursing the Contractor for such expenses. 1.3.15.2. The Contractor's facility shall: 1.3.15.2.1. Have a current occupancy permit issued by the local and state governments in the jurisdiction where the facility is located. 1.3.15.2.2. Be in compliance with existing standards of State safety codes and local, and/or State health and sanitation codes. 1.3.15.2.3. Be licensed under State or local authority. 1.3.15.2.4. Where applicable, be accredited by the State. 1.3.15.2.5. Be equipped with operational air conditioning /heating systems. 1.3.15.2.6. Be kept clean free of dirt, grime, mold, or other hazardous substances and damaged noticeably detract from the overall appearance. 1.3.15.2.7. Be equipped with first aid equipment and an evacuation plan in case of emergency. 1.3.15.2.8. Have windows and doors that can be opened and closed in accordance with manufacturer standards. 1.3.15.3. The Contractor's facility shall meet fire safety requirements, as follows: 1.3.15.3.1. The building must meet the requirements of the applicable residential occupancy chapters of the current version of NFPA 101, National Fire Protection Association's Life Safety Code. Any equivalencies or variances must be approved by the appropriate Veterans Health Administration Veterans Integrated Service Network (VISN) Director. 1.3.15.3.2. All residents in the facility must be mentally and physically capable of leaving the building, unaided, in the event of an emergency. 1.3.15.3.3. Fire exit drills must be held at least quarterly. Residents must be instructed in evacuation procedures when the primary and/or secondary exits are blocked. 1.3.15.3.4. A written fire plan for evacuation in the event of fire shall be developed and reviewed annually. 1.3.15.3.4.1. The plan shall outline the duties, responsibilities and actions to be taken by the staff and residents in the event of a fire emergency. 1.3.15.3.4.2. This plan shall be implemented during fire exit drills. 1.3.15.3.5. A written policy regarding tobacco smoking in the facility shall be established and enforced. 1.3.15.3.6. Portable fire extinguishers shall be installed at the facility. Use NFPA 10, Portable Fire Extinguishers, as guidance in selection and location requirements of extinguishers. 1.3.15.3.7. Requirements for fire protection equipment and systems shall be in accordance with NFPA 101. All fire protection systems and equipment, such as the fire alarm system, smoke detectors, and portable extinguishers, shall be inspected, tested and maintained in accordance with the applicable NFPA fire codes and the results documented. 1.3.15.3.8. The annual inspection by a VA team required by paragraph 7 shall include a fire and safety inspection conducted at the facility unless a review of past DVA inspections or inspections made by the local authorities indicates that a fire and safety inspection would not be necessary, in which case the fire and safety inspection may be waived by the VA. 1.3.16. Inspection of Facility and Program: 1.3.16.1. Prior to the award of a contract and annually during the contract term, a multidisciplinary VA team consisting of a social worker, dietitian, registered nurse, a representative of the VA Police, and a Facilities Management Safety Officer, and other subject matter experts as determined necessary by the medical center director or Homeless Coordinator shall conduct a survey of the Contractor's facilities to be used to provide Veterans food, shelter, and therapeutic services to assure the facility provides quality care in a safe environment. 1.3.16.1.1. Inspections may also be carried out at such other times as deemed necessary by the DVA. 1.3.16.2. The contractor will be advised of the findings of the inspection team. 1.3.16.2.1. If deficiencies are noted during any inspection, the contractor will be given a reasonable time to take corrective action and to notify the Contracting Officer that the corrections have been made. 1.3.16.2.2. A contract will not be awarded until noted deficiencies have been eliminated. 1.3.16.2.3. Failure by the Contractor to take corrective action within a reasonable time will be reported to the VA Contracting Officer. 1.3.16.2.4. If corrections are not made to the satisfaction of the VA, the Contracting Officer will consult with the appropriate officials so that suitable arrangements can be made to discontinue plans to award a contract, or to discharge or transfer patients and to terminate the existing contract, as appropriate. 1.3.16.3. The inspection of the Contractor facilities will include inspection for conformity to the current Life Safety Code as described in paragraph 6, and will also include the following: 1.3.16.3.1. General observation of residents to determine if they maintain an acceptable level of personal hygiene and grooming. 1.3.16.3.2. Assessment of whether the facility meets applicable fire, safety and sanitation standards. 1.3.16.3.3. Determining whether the facility is in attractive surroundings conducive to social interaction and the fullest development of the resident's rehabilitative potential. 1.3.16.3.4. Observation of facility operations to see if appropriate organized activity programs are available during waking hours (including evenings) and degree to which a high level of activity is observed in the facility, such as individual professional counseling, physical activities, assistance with health and personal hygiene. 1.3.16.3.5. Seeking evidence of facility-community interaction, demonstrated by the nature of scheduled activities or by information about resident flow out of the facility, e.g., community activities, volunteers, local consumer services, etc. 1.3.16.3.6. Observation of staff behavior and interaction with residents to determine if they convey an attitude of genuine concern and caring. 1.3.16.3.7. Inspecting the types of meals and other nutrition provided to residents to see if appetizing, nutritionally adequate meals are provided in a setting, which encourages social interaction and if nutritious snacks between meals and bedtime are available for those requiring or desiring additional food, when it is not medically contraindicated. 1.3.16.3.8. Making a spot check of veterans' records to ensure accuracy with respect to veterans' length of stay and services provided to the veterans. 1.3.16.4. All DVA reports of inspection of residential facilities furnishing treatment and rehabilitation services to eligible veterans shall, to the extent possible, be made available to all government agencies charged with the responsibility of licensing or otherwise regulating or inspecting such institutions. 1.3.17. Contract Changes/Technical Directions: 1.3.17.1. The Contracting Officer is the only person authorized to approve changes or modify any of the requirements of this contract. 1.3.17.2. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. 1.3.17.3. Only the Contracting Officer is authorized to make commitments or issue changes that shall affect price, quantity or quality of performance of this contract. 1.3.17.4. In the event the Contractor affects any such change at the direction of any person other than the Contracting Officer without authority, no adjustment will be made to the contract price to cover an increase in costs incurred as a result thereof. 1.3.17.5. The COTR will be responsible for the overall technical administration of this contract as outlined in the COTR Delegation of Authority, including monitoring of the Contractor's performance. [END PERFORMANCE WORK STATEMENT] The resultant contract will be an Indefinite Delivery/Indefinite Quantity Contract (IDIQ) as the exact number of veterans cannot be clearly defined. This will be a single award IDIQ and the total minimum of one (1) bed/per day for one day and a maximum of six (6) beds/per day for 365 days. Offerors can find the Federal Acquisition Regulation (FAR) and the VA Acquisition Regulation (VAAR) provisions and clauses shown in reference below at the following website: http://farsite.hill.af.mil. The VAAR clauses can also be found at www1.va.gov/oamm/oa/ars/policyreg/vaar/. The following provisions and clauses apply to this requirement; the information in the parenthesis immediately following the clause is the information for the clause fill-in(s): FAR 52.212-1, with the following addendum: a. Small businesses, especially veteran-owned and service-disabled veteran-owned small businesses, are encouraged to contact their nearest Procurement Technical Assistance Center (CPAC) if assistance is needed in preparing their proposals. The website address for the location of the nearest PTAC is http://www.sellingtothegovernment.net. b. In accordance with VAAR 852.215-70, eligible service-disabled veteran-owned small business (SDVOSB) offers will receive full credit. Veteran-owned small businesses (VOSBs) will receive partial credit. Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration. Offerors must state in their proposals the names of the SDVOSBs and VOSBs whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. All SDVOSBs and VOSBs, whether prime or sub-contractors must be registered and verified in the VetBiz.gov VIP database. c. ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to this combined synopsis/solicitation (if any) with the numbers and dates as follows [offeror must return with their offer]: AMENDMENT NO DATE ______________________________ _____________ ______________________________ _____________ d. OFFERORS MUST COMPLETE AND RETURN ALL INFORMATION as designated by FAR 52.212-1 by the date that offers are required or they may be deemed late. CAUTION - LATE Submissions, Modifications, and Withdrawals: See FAR 52.212-1. All offers are subject to all terms and conditions herein. e. Non-Personal Services Contract: The services provided in the contract will involve non-personal services. The personnel rendering the services of the contract are not subject, either by contract terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the Government and its employees. f. Proposal Package: The Offeror's quote shall contain the following: One copy of this posting with all Line Items filled out in the Schedule of Services, and the Acknowledgement of the Amendments. FAR 52.212-1 paragraph (b) Submission of Offers, Offers shall submit on letterhead stationery as follows: - The solicitation number; - The time specified in the solicitation for receipt of offers; - The name, address, and telephone number of the offeror; - A technical description of items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation (This may include product literature, or other documents); - Any discount terms; - Remit to address if different than mailing address; - A completed copy of the representations and certifications at FAR 52.212-3 or 52.212-3(b) if representations and certifications are available through the Online Representations and Certifications (ORCA); - Past performance information to include recent and relevant contracts for the same or similar items and other references ( including contract numbers, points of contact with telephone numbers and other relevant information); and - Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in this combined synopsis/solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. Offerors must be registered and in active status in Central Contractor Registration (www.bpn.gov/ccr/) and can complete their Online Representations and Certification at orca.bpn.gov. Offerors are encouraged to read all provisions and clauses as found herein. g. Submit proposal packages in accordance with this combined synopsis/solicitation. Quotes that do not contain all the above materials may be rejected as non-responsive. The following FAR and VAAR provisions are also part of the addendum to FAR 52.212-1: FAR 52.252-1(http://www.acquisition.gov/far/index.html [FAR] and http://www.va.gov/oamm/oa/aars/policyreg/vaar/index.cfm [VAAR]: 52.223-4; 52.216-1 (Firm-Fixed Price Indefinite Delivery/Indefinite Quantity single award); 52.233-2 (Iowa City VA Health Care System, Attention: Steven A. Fasko (90C), 601 Highway 6 West, Iowa City, IA. 52242), 852.233-70, 852.233-71, 852.270-1, 852.273-74. This ends the addendum to 52.212-1. FAR 52.212-2 with the following fill-ins: (Technical capability, Past Performance, Service-Disabled Veteran-Owned and Veteran Owned Small business and Price). Second fill-in: (not applicable, using FAR Part 13 (see FAR 13.106(a)(2)) FAR 52.212-3, FAR 52-212-4 with the following addendum: FAR52.252-2 (http://www.acquisition.gov/far/index.html [FAR] and http://www.va.gov/oamm/oa/aars/policyreg/vaar/index.cfm [VAAR], 52.216-18 (start of contract through end of contract), 52.216-19 ((a) 1 veteran per day, (4) veterans per day, (2) 4 veterans per day, (3) 24 hours, (d) 1);, 52.216-22 (the end of the current period of performance), 52.217-8 (15), 52.217-9 (15)(30)(2 years); 52.223-6, 52.227-17, 52.232-19 (2012), 52.237-3, VAAR 852.203-70, 852.237-70, 852.271-70, 852.273-76. This ends the addendum to FAR 52.212-4. FAR 52.212-5 with the following clauses checked: 52.203-6, 52.204-10, 52.209-6, 52.219-8, 52.219-28, 52.222-3, 52.222-21 Alt 1, 52.222-22 (the end date of the contract), 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-41, 52.222-54, 52.223-18, 52.232-34, 52.222-42, 52.222-43, 52.226-6, 52.237-11, This is the end of the provisions and clauses. All amendments to this combined synopsis/solicitation will be posted electronically, no amendments will be mailed. Offers are due on August 23, 2011, by 2:00 p.m. CST to the Iowa City VA Health Care System, Attention: Steven A. Fasko (90C), 3601 Highway 6 West, Iowa City, IA. 52242. Hand-delivered offers can be delivered at the aforementioned address, Building 21, Room 90C. The "preferred method" for Offerors to submit their offers is electronically to steven.fasko@va.gov; however, they must arrive at the government's server by the date and time specified herein. Offerors are responsible for ensuring electronic e-mails are received. All questions must be submitted in writing to steven.fasko@va.gov. Questions and answers will be posted as an addendum, therefore, it is highly suggested that offerors monitor this requirement as the omission of the acknowledgement of amendments can deem their offer nonresponsive.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ICVAMC584/ICVAMC584/VA26311RQ0679/listing.html)
- Document(s)
- Attachment
- File Name: VA-263-11-RQ-0679 VA-263-11-RQ-0679.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=233224&FileName=VA-263-11-RQ-0679-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=233224&FileName=VA-263-11-RQ-0679-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-263-11-RQ-0679 VA-263-11-RQ-0679.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=233224&FileName=VA-263-11-RQ-0679-000.docx)
- Record
- SN02534729-W 20110817/110815235345-f7a3431846ac7da4f5d82fc5e5ea60bb (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 |