Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2012 FBO #3955
DOCUMENT

G -- Community Resource and Rerferral Center (CRRC) - Attachment

Notice Date
9/20/2012
 
Notice Type
Attachment
 
NAICS
624221 — Temporary Shelters
 
Contracting Office
Department of Veterans Affairs;VA Central Iowa Health Care System;Des Moines Division;3600 30th Street;Des Moines IA 50310
 
ZIP Code
50310
 
Solicitation Number
VA26312R0601
 
Response Due
9/27/2012
 
Archive Date
1/4/2013
 
Point of Contact
Cynthia Tabor, Contract Specialist
 
E-Mail Address
l
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, Central Iowa Health Care System in Des Moines, Iowa, intends to issue this combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement is solicited under Federal Acquisition Regulation (FAR) Part 13, with offers evaluated in accordance with FAR 15. The combined synopsis/solicitation number is VA263-12-R-0601. The incorporated provisions and clauses herein are in effect through Federal Acquisitions Circular 2005-61 effective September 13, 2012. This requirement is being solicited under Full and Open Competition. The associated NAICS is 624221 with a size standard of $7.0 million. The contractor shall provide all labor, supervision, materials equipment and supplies necessary to provide a one-stop resource center for homeless Veterans where all services listed herein will be available. The contractor will identify and locate homeless veterans, assess and fulfill their emergent needs, assess and identify their long term needs and communicate the necessary services to the veterans with the VA until all identified needs are met, see Performance Work Statement (Attachment 1). The VA estimates there are approximately 26 veterans requiring shelter daily in the delineated area. There are two line items with a period of performance of one year (365 days) as follows: BID SCHEDULE BASE YEAR - DATE OF AWARD FOR TWELVE (12) MONTHS September 28, 2012 through September 27, 2013 CLINDESCRIPTION OF SERVICESFIXED DAILY COST PER BEDESTIMATED NUMBER OF BED DAYS ESTIMATED TOTAL ANNUAL COST BASE YEAR TOTAL 0001Case Management services $9490 bed days$$ 0002Concrete Services to $9490 bed days$$ NATOTAL BASE YEAR CLIN 0001 THROUGH 0002$$ OPTION YEAR ONE (1) - TWELVE (12) MONTHS September 28, 2013 through September 27, 2014 CLINDESCRIPTION OF SERVICESFIXED DAILY COST PER BEDESTIMATED NUMBER OF BED DAYSESTIMATED TOTAL ANNUAL COST 1001 Case Management services $9490 bed days$ 1002Concrete services $9490 bed days$ NATOTAL OPTION YEAR ONE (1) CLIN 1001 THROUGH 1002$$ OPTION YEAR TWO -(2) - TWELVE (12) MONTHS September 28, 2014 through September 27, 2015 CLINDESCRIPTION OF SERVICESFIXED DAILY COST PER BEDESTIMATED NUMBER OF BED DAYSESTIMATED TOTAL ANNUAL COST 2001 Case Management services $9490 bed days$ 2002Concrete services $9490 bed days$ NATOTAL OPTION YEAR TWO (2) CLIN 2001 THROUGH 2002$$ OPTION YEAR THREE (3) - TWELVE (12) MONTHS September 28, 2015 through September 27, 2016 CLINDESCRIPTION OF SERVICESFIXED DAILY COST PER BEDESTIMATED NUMBER OF BED DAYSESTIMATED TOTAL ANNUAL COST 3001 Case Management services$9490 bed days$ 3002Concrete services $9490 bed days$ NATOTAL OPTION YEAR THREE (3) CLIN 3001 THROUGH 3002$$ OPTION YEAR FOUR (4) - TWELVE (12) MONTHS September 28, 2016 through September 27, 2017 CLINDESCRIPTION OF SERVICESFIXED DAILY COST PER BEDESTIMATED NUMBER OF BED DAYSESTIMATED TOTAL ANNUAL COST 4001 Case Management services$9490 bed days$ 4002Concrete services $9490 bed days$ NATOTAL OPTION YEAR FOUR (4) CLIN 4001 THROUGH 4002$$ BASE YEAR TOTAL (ESTIMATED)$ OPTION YEAR ONE (1) TOTAL (ESTIMATED)$ OPTION YEAR TWO (2) TOTAL (ESTIMATED)$ OPTION YEAR THREE (3) TOTAL (ESTIMATED)$ OPTION YEAR FOUR (4) TOTAL (ESTIMATED) $ BASE + 4 OPTIONS ESTIMATED CONTRACT TOTAL$ This 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. The guaranteed minimum under this contract (the base and option periods, combined) will be 30 days [1 veteran per day for 30 days]. The ceiling amount under this contract is 91,250 days [50 veterans per day X 365 days X 5 years]. All costs and totals are estimated as the exact number of veterans and days of stay cannot be predicted ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE ______________________________ _____________ ______________________________ _____________ OFFERORS MUST COMPLETE AND RETURN ALL INFORMATION as designated by FAR 52.212-1 by the date and time that offers are due, shown in block 8 of Standard Form 1449, or they may be deemed late. Proposals that do not contain all of the required items may be considered non-responsive and may be rejected. Proposal Package: The Offeror's quote shall contain the following: 1.1 copy of this posting with the attached Request for Proposal completed and the Acknowledgement of Amendments shown above, completed. 2.1 completed copy of the Bid Schedule. 3.Completed copy of FAR 52.213-3 Offeror Representations and Certifications - Commercial Items 4.Evidence of technical capability -Offeror should provide a narrative addressing its relevant technical capabilities, addressing such items as: "The firm's ability to provide the full range of services as outlined in the performance work statement to include "Number of years the firm has been in the business of providing services to homeless "Firm's knowledge, understanding and experience in providing for the special needs of homeless "Provide evidence of the organization's compliance with Federal, State and local regulations governing the provisions of services provided to the homeless. "The firm's capability/mechanism to begin contract performance within thirty (30) days after award. "Specify the location of the proposed facility to be utilized under this contract. Include mailing address and street address, city, and count y, as applicable "Provide evidence of the facility's conformity to the current Life Safety Code "Provide evidence of the facility's license under State or local authority. "Provide a copy of the current occupancy permit. "Provide a certificate of insurance evidencing that all required coverage has been obtained. "The ease of access for patients (e.g. located on bus route, parking space proximity, handicap accommodations, facility location in relation to VA Medical Center. "Staffing Plan demonstrating the contractor employs sufficient staff and personnel to carry out the policies and procedures. "A list of the names Key Personnel to be utilized in the performance of this contract, a description of the particular services to be provided by such personnel and a copy of their resume summarizing that person's relevant skills and experience. 5.Evidence of successful past performance "Identify any federal, state and local government contracts as well as any private /commercial contracts of similar scope, size, and complexity that are ongoing or were completed within the past two years. Include for each contract the company name and address; types of services performed; the name, telephone number and e-mail address of the Contracting Officer and/or individual with firsthand knowledge of performance; Dates of contract performance and total contract value. "In accordance with FAR 15.305, offerors with no relevant past performance shall not be evaluated favorably or unfavorably on past performance. However, the proposal of an offeror with no relevant past performance may not represent the most advantageous proposal to the Government. 6.Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in this solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. PROPOSALS ARE TO BE SUBMITTED TO: oCynthia Tabor (90C) VA Central Iowa Health Care System Building 2, Room 2025 3600 30th Street Des Moines, IA 50310 "Offerors must be registered and in active status in Central Contractor Registration (https://www.bpn.gov) and can complete their online Representations and Certifications at (https://orca.bpn.gov). If offerors wish to receive credit as a Service Disabled Veteran Owned Small Business or Veteran Owned Small Business they must be registered and verified at https://www.vip.vetbiz.gov/. Submit the proposal package in accordance with this solicitation. Quotes that do not contain all of the above items may be considered non-responsive and may be rejected. The following FAR and VAAR clauses are incorporated in to this combined synopsis/solicitation. Offerors can find the Federal Acquisition Regulation (FAR) provisions and clauses shown in reference below at the following website: https://www.acquistition.gov/far/. The VAAR clauses can be found at http://www1.va.gov/oamm/oa/ars/policyreg/vaar. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition along with additional addenda. a. Small businesses, especially veteran-owned and service-disabled veteran-owned small business, 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 s http://ww.sellingtothegovernment.net. The FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (AUG 2012), applies to this acquisition and the following clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), 52.209.6, Updates of Publicly Available Information Regarding Responsibility Matters (FEB 2012) 41 U.S.C. 2313); 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (FEB 2012)(41 U.SA.C. 2313), 52.219-4, Notice of Price evaluation Preference for HUBZone Small Business Concerns (JAN 2011)(if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a); 52.219-8, Utilization of Small Business Concerns (JAN 2011)(15 U.S.C. 637(d)(2) and (3)), 52.219-9, Small Business Subcontracting Plan (JAN 2011) (15 U.S.C. 637(d)(4)), 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). 52.219-25, Small Disadvantaged Business Participation Program---Disadvantaged Status and Reporting (DEC 2010) (Pub L. 103-355, section 7102, and 10 U.S.C. 2323). 52.219-28, Post Award Small Business Program Rerepresentation (APR 2012) (15 U.S.C 632(a)(2)), 52.222-3, Convict Labor (June 2003) (E.O. 11755), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2010) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2010) (38 U.S.C. 4212), 52.222-40, Notification of Employee Rights Under the Labor Relations Act (DEC 2010)(E.O. 13496), 52.222-54, Employment Eligibility Verification )(JUL 2012). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 212.1803.) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513); 52.222-5, Trade Agreements (MAY 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note); 52.225-13, Restrictions on Certain Foreign Purchase (JUN 2008) (E.O.'s, proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332)., 52.222-41, Service Contract Act of 1965 (NOV 2007)(41 U.S.C. 351, et seq.), 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq,) [24620 Family Readiness and Support Services Coordinator, $14.40 per hour + fringes], 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts)(SEP 2009)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.), 52.237-11, Accepting and Dispensing of $1 Coin(SEPT 2008) (31 U.S.C. 5112(p)(1)). The following FAR Clauses are incorporated in to this combined synopsis/solicitation: 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012); 52.204-4 Printed or Copied Double Sided on Postconsumer Fiber Content paper (MAY 2011); 52.216-18 Ordering [365 days] (OCT 1995); 52.216-19, Order Limitations (OCT 1995)[1 veteran per day][75 veterans per day][75 veterans per day][2][2]; 52.216-22, Indefinite Quantity (OCT 1955); 52.217-8, Option to Extend Services (NOV 1999) [30 days]; 52.217-9, Option to Extend the Term of the Contract (MAR 2000) [15 days][30][five (5) years]; 52.219-9. Small Business Subcontracting Plan (JAN 2011), 52.224-1 Privacy Act Notification (APR 1984), 52.224-2 Privacy Act (APR 1984), 52.232-18, Availability of Funds (APR 1984), 52.232-19, Availability of Funds for the Next Fiscal Year (APR 1984); The following VAAR Clauses are incorporated in to this combined synopsis/solicitation: 852.203-70, Commercial Advertising (JAN 2008); 852.203-71, Display of Department of Veterans Affairs Hotline Poster (DEC 1992); 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009); 852.215-71, Evaluation Factor Commitments (DEC 2009); 001AL-11-15, Subcontracting Plan-Monitoring and Compliance (JUNE 2011), 852.219-9 VA Small Business Subcontracting Plan Minimum Requirements (DEC 2009), 001AL-11-15, Subcontracting Plan-Monitoring and Compliance (JUNE 2011); 852.219-71, VA Mentor-Protege Program (DEC 2009); 852.219-72, Evaluation Factor for Participation in the VA Mentor-Protégé Program (DEC 2009); 852.237-70, Contractor Responsibilities (APR 1983) [ Iowa]; 852.273-76, Electronic Invoice Submission (Interim-October 2008). The following FAR and VAAR provisions are incorporated in to this combined synopsis/solicitation: FAR 52.209-7, Information Regarding Responsibility Matters (FEB 2012), 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012); 52.212-2, Evaluation - Commercial Items (FEB 2012) [ In descending order of importance - (1) Technical, (2) Past Performance, (3) Socio Economic Considerations** (4) Price,] [When combined non-price factors are significantly more important than price) [**Socioeconomic considerations: In an effort to achieve socioeconomic small business goals, the Government will evaluate proposed participation in performance of the contract by Service-Disabled Veteran-Owned Small Businesses ("SDVOSB") and Veteran-Owned Small Businesses ("VOSB"). The following clauses, which are included in the Addendum to Far 52.212-4 and 52.212-5 in Section C of this Solicitation, set forth what will be considered under this evaluation factor. VAAR 852.215-70, Service Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors VAAR 852.215-71, Evaluation Factor Commitments VAAR 852.219-71, VA Mentor-Protégé Program VAAR 852.219-72, Evaluation Factor for Participation in the VA Mentor-Protege Program FAR 52.219-9, Small business Subcontracting Plan VAAR 852.219-9, VA Small Business Subcontracting Plan Minimum Requirements (End of Provision). 52.213-3, Offeror Representations and Certifications-Commercial Items (APR 2012), 52.216-1, Type of Contract (APR 1984) [Indefinite Delivery, Indefinite Quantity]; 52.219-22 Small Disadvantaged Business Status (OCT 1999). 52.233-2, Service of Protest (SEPT 2006) [Department of Veterans Affairs, VISN 23, VA Central Iowa Health Care, Attention: Contracting officer, 3600 30th Street Room 2025, Des Moines, IA 50310], VAAR Provisions - 852.233-70, Protest Content/Alternative Dispute Resolution (JAN 2008); 852.233-71, Alternate Protest Procedure (JAN 1998); 852.270-1, Representatives of Contracting Officers (JAN 2008); 852.271-70, Nondiscrimination in Services Provided to Beneficiaries (JAN 2008).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DmVACIHCS/VACIHCS/VA26312R0601/listing.html)
 
Document(s)
Attachment
 
File Name: VA263-12-R-0601 VA263-12-R-0601_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=482873&FileName=VA263-12-R-0601-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=482873&FileName=VA263-12-R-0601-000.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: Des Moines, Iowa
Zip Code: 50310
 
Record
SN02891500-W 20120922/120921000825-b82d0acda919746e63f5744b14076487 (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.