DOCUMENT
G -- Sheridan Native American Ceremony Services - Attachment
- Notice Date
- 4/3/2017
- Notice Type
- Attachment
- NAICS
- 813319
— Other Social Advocacy Organizations
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25917N0378
- Response Due
- 4/17/2017
- Archive Date
- 5/17/2017
- Point of Contact
- Ian Boettcher
- Small Business Set-Aside
- N/A
- Description
- Sheridan VAMC Native American Services This is a Sources Sought Notice (NOT A SOLICITATION). The Sheridan VAMC is seeking potential sources to provide qualified individuals to lead/perform certain Native American ceremonies. Please direct all questions to ian.boettcher@va.gov General Requirements: The Contractor shall provide an approved Native American Traditional Practitioner authorized to conduct Native American Traditional Healing Ceremonies including, but not limited to: Sweat Lodges, Talking Circles, Smudges, and End of Life Blessings. These Ceremonies will take place on the Sheridan Veterans Affairs Healthcare System (SVAHCS) grounds in Sheridan, Wyoming except when an alternate site is specified by the VA facility Point of Contact. In addition, the Contractor shall provide two (2) personnel each year to attend annual Tribal Veterans Representative (TVR) Training Events. A Native American Traditional Healer / Practitioner (Traditional Practitioner) is an individual who provides Native American traditional healing practices for patients who desire them. A Traditional Practitioner is a recognized traditional ceremonial leader who has the competent skills and experience to perform the requested Ceremonies and is a member of a recognized Tribal Nation to conduct such Ceremonies. It is the requirement of the Traditional Practitioner to maintain his/her recognition from the Contractor. A Traditional Practitioner is not considered a VA chaplain. Traditional Practitioners are not required to meet the qualification requirements of VA chaplains. Contractor provided Traditional Practitioners shall follow the VA provided Standard Operating Procedures (SOPs) when performing any Ceremony. SOPs will provide guidance on subjects including, but not limited to, Ceremony structure maintenance, any set-up and/or take down, use of VA property during Ceremonies, and fire safety regulations All interested firms shall submit a response demonstrating their capabilities with regard to the above requirement. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely with the Government discretion. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, veteran owned small business/service disabled veteran owned small business or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominated in the field of operation in which it is proposing on Veterans Administration contracts and with its affiliate. NAICS code to be used for this acquisition is 813319 ($7.5M). The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any Government assessments. The Government s evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUB Zone, 8(a), WOSB, VOSB, etc). All prospective vendors must be registered and current within the System for Award Management (SAM). Visit www.sam.gov for details. In addition, all SDVOSBs and VOSBs must be registered and current within VetBiz. Visit www.vetbiz.gov for details. All responses must be received by 4-17-2017 at 4:30 pm MST POC for this notice is Ian Boettcher / ian.boettcher@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25917N0378/listing.html)
- Document(s)
- Attachment
- File Name: VA259-17-N-0378 VA259-17-N-0378.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3386763&FileName=VA259-17-N-0378-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3386763&FileName=VA259-17-N-0378-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-17-N-0378 VA259-17-N-0378.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3386763&FileName=VA259-17-N-0378-000.docx)
- Place of Performance
- Address: Sheridan VA Medical Center;1898 Fort Road;Sheridan, WY
- Zip Code: 82801
- Zip Code: 82801
- Record
- SN04458058-W 20170405/170403235448-ba05ffdfb886296582d91408b144fb5b (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 |