Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2018 FBO #5944
DOCUMENT

R -- TIERED EVALUATIONS, SDVOSB, VOSB and SB. Employee Assistance Program Services Face-to-Face, as Needed Services for VBA RO Muskogee, OK. - Attachment

Notice Date
3/1/2018
 
Notice Type
Attachment
 
NAICS
624190 — Other Individual and Family Services
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Continental District Contracting;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
36C10E18Q0117
 
Response Due
3/16/2018
 
Archive Date
4/15/2018
 
Point of Contact
Jorge Martin
 
E-Mail Address
Martin@va.gov<br
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS SOLICITATION NOTICE OF TIERED EVALUATIONS This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. The government anticipates a single (all or none), firm fixed price award. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. 36C10E18Q0117 the Combined Synopsis Solicitation TIERED EVALUATIONS is issued as a request for quotation (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-97. The combined synopsis/solicitation is a TIERED EVALUATIONS INCLUDING SMALL BUSINESS CONCERNS: This combined synopsis/solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a tiered evaluation for VOSB concerns, or in the alternative, a set-aside for other small business concerns with HUBZone small business concerns and 8(a) participants having priority. If award cannot be made, the solicitation will be cancelled and the requirement resolicited. QUOTES AT A LOWER TIER SHALL NOT BE EVALUATED OR CONSIDERED FOR AWARD UNLESS AWARD CANNOT BE MADE AT A HIGHER (OR PRECEDING) TIER. The Tier Evaluation process is as follows: Evaluate the quotes, if any, submitted by SDVOSB concerns. If no quotes are submitted by SDVOSB concerns, or if none of the SDVOSB s quotes result in award at a fair and reasonable price that offers best value to the U.S. Department of Veterans Affairs then, the SDVOSB set-aside is withdrawn. Next, the evaluation shall proceed to the next tier set-aside for VOSB concerns as follows: Evaluate the quotes, if any, submitted by VOSB concerns. If no quotes are submitted by VOSB concerns, or if none of the VOSB s quotes result in award at a fair and reasonable price that offers best value to the U.S. Department of Veterans Affairs then, the VOSB set-aside is withdrawn. Next, the evaluation shall proceed to the next tier set-aside for other Small Business concerns as follows: Evaluate the quotes, if any, submitted by other small business concerns. If no quotes are submitted by other small business concerns, or if none of the other small business concerns quotes result in award at a fair and reasonable price that offers best value to the U.S. Department of Veterans Affairs then, the solicitation shall be canceled and shall be resolicited as an unrestricted procurement. Note that only VA verified SDVOSBs or VOSB in the VIP database at the time of contract award will be considered for award in the SDVOSB tier or the VOSB tier and non-VIP verified firms will be considered non-responsive and ineligible for award in the SDVOSB or VOSB tier. The applicable NAICS Code for this solicitation is 624190, Other Individual and Family Services, and the Small Business Size limitation is $11 million. Vendors that do not meet the NAICS 624190 Small Business Size limitation of $11 million shall be considered non-responsive and ineligible for award. The contractor shall provide various Employee Assistance Program (EAP) service tasks, deliverables, and activities required for individual, face-to-face and as needed counseling of employees and their immediate family members on a host of personal and job related matters. Problem areas shall include, but are not limited to, alcohol/drug abuse, trauma, mental illness, relationship/family conflicts, financial, stress, and job problems. The Contractor shall provide crisis intervention, assessment, information and referral, short-term counseling, and follow-up monitoring. The contractor shall provide two on onsite Briefing Sessions per quarter (morning and afternoon) of one hour in duration. These sessions shall explain to the government employees the purpose of EAP as it relates to early identification, and prevention of personal, family, and work related problems. CLIN 0001: Base Year: Provide EAP Services per the attached Statement of Work. Unit Price___________ ;Quantity: 12; Unit of Issue: Month; Extended Price ____________ CLIN 1001 Option 1: Provide EAP Services per the attached Statement of Work. Unit Price___________ ;Quantity: 12; Unit of Issue: Month; Extended Price ____________ CLIN 2001 Option 2: Provide EAP Services per the attached Statement of Work. Unit Price___________ ;Quantity: 12; Unit of Issue: Month; Extended Price ____________ CLIN 3001 Option 3: Provide EAP Services per the attached Statement of Work. Unit Price___________ ;Quantity: 12; Unit of Issue: Month; Extended Price ____________ CLIN 4001 Option 4: Provide EAP Services per the attached Statement of Work. Unit Price___________ ;Quantity: 12; Unit of Issue: Month; Extended Price ____________ Total Price _________________________ Description of Requirement The Department of Veterans Affairs (VA), Veterans Benefit Administration (VBA), Muskogee Regional Office is committed to ensuring that employees have access to Employee Assistance Program (EAP) Services. The attached statement of work is designed to obtain the services, labor, materials, and equipment necessary for Employee Assistance Program (EAP) service that provides confidentiality and prevents unauthorized disclosure of information. The VA intends to make a single (all or none), firm fixed price award for a 12 month base period with four option years. SEE ATTACHED STATEMENT OF WORK. Period of Performance: Base and four option years. FOB Destination Point: The VBA Muskogee Regional office s address is 125 South Main, Muskogee, OK 74401. FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: 52.222-52 Exemption From Application of the Service Contract Labor Standards to Contracts for Certain Services Certification 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) Offers will be evaluated as follows: Criteria: The Government will evaluate quotes submitted in response to this solicitation based on a consideration of the following factors: Price and Past Performance. Price: Price will be evaluated to determine if it is fair and reasonable. Past Performance: The Contractor shall provide at least one reference that corresponds with relevant experience and demonstrates an acceptable past performance record. The Government reserves the right to consider sources other than just those submitted by the by the Contractor in response to questionnaires in evaluating past performance. Basis for Award: The Government shall make award to that quote that is found to be the lowest priced and meets the Government s stated Past Performance requirements based upon the stated considerations above. FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. The offeror must have completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this solicitation. The following FAR and VAAR provisions and clauses are added as addenda: 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (JUN 2016) 52.217-5 Evaluation of Options (JUL 1990) 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1 Disputes (MAY 2014) 52.252-2 Clauses Incorporated by Reference (FEB 1998) (FAR) http://www.acquisition.gov/far/index.html (VAAR) http://www.va.gov/oal/library/vaar/index.asp 52.252-6 Authorized Deviations in Clauses. 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. (End of Clause) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 10 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 10 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five (5) years. (End of Clause) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION) VAAR 852.219-11 VA Notice of Total Veteran-owned Small Business Set-aside (JUL 2016) (DEVIATION) LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION) and 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Asides. Accordingly, any contract resulting from this solicitation will include one of these clauses. 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. VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibilities (APR 1984) 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b applicable clauses: (4) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (22) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) (25) 52.222-3 Convict Labor (June 2003) (27) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) (28) 52.222-26 Equal Opportunity (MAR 2007) (30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (33) 52.222-50 Combating Trafficking in Persons (MAR 2015) (42) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (45) 52.224-3 Privacy Training (JAN 2017) (49) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (56) 52.232-34 Payment by Electronic Funds Transfer Other Than System for Award Management (Jul 2013) Paragraph c applicable clauses: (7) 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) N/A N/A Quotes are due no later than March 16, 2018 by 5:00 PM Central Time. All vendors must be active in SAM. Venders must be registered as verified as a SDVOSB and VOSB in Vetbiz.gov to receive an award under the SDVOSB tier or VOSB tier set aside. Vendor is to ensure the following information is on their written quote: Unit Price, Extended Price, Grand Total, Prompt Payment Terms, Correct Remittance Address, Cage Code, Duns Number, Tax Identification Number, Full Name and Telephone Number of Vendor's Point of Contact. Included with each quote, the Offeror is to provide the following: Completed above solicitation s section v, CLINS 0001-4001 with unit, extended and total price. 3) Completed Past Performance Questionnaire Failure to provide any of this information or providing inadequate or unclear information will result in the quote being rated unsatisfactory and ineligible for award. Quotes shall be submitted electronically to email address Jorge.Martin@va.gov. The maximum size of each email cannot exceed 5 MB. Note that emails that contain compressed files such as Zip files will be rejected by the government server. Only written quotes shall be acceptable and must be received and identified by solicitation # 36C10E18Q0117. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. All pages of the quote must be emailed before the deadline specified in this solicitation. For additional information, please contact the Contracting Officer, Jorge Martin at (314) 253-5386 or by e-mail at Jorge.Martin@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/36C10E18Q0117/listing.html)
 
Document(s)
Attachment
 
File Name: 36C10E18Q0117 36C10E18Q0117.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4119965&FileName=36C10E18Q0117-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4119965&FileName=36C10E18Q0117-000.docx

 
File Name: 36C10E18Q0117 Statement of Work.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4119966&FileName=36C10E18Q0117-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4119966&FileName=36C10E18Q0117-001.docx

 
File Name: 36C10E18Q0117 VA 6500.6 Appendix_C.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4119967&FileName=36C10E18Q0117-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4119967&FileName=36C10E18Q0117-002.pdf

 
File Name: 36C10E18Q0117 Past Performance Report Form.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4119968&FileName=36C10E18Q0117-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4119968&FileName=36C10E18Q0117-003.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: Department of Veterans Affairs;Veterans Benefits Administration;Muskogee Regional Office;125 South Main;Muskogee, OK
Zip Code: 74401
 
Record
SN04839062-W 20180303/180301230929-9ed5e04717f1ed49118ebfeee098e7b1 (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.