DOCUMENT
G -- Healthcare for Homeless Veterans Indiana County, PA - Attachment
- Notice Date
- 4/11/2018
- Notice Type
- Attachment
- NAICS
- 624221
— Temporary Shelters
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4
- Solicitation Number
- 36C24418Q0412
- Response Due
- 4/27/2018
- Archive Date
- 5/12/2018
- Point of Contact
- L. Adam Bryson
- E-Mail Address
-
Leslie.Bryson@va.gov
(leslie.bryson@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Page 20 of 20 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS Healthcare for Homeless Veterans Indiana County, PA General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24418Q0412 Posted Date: April 11, 2018 Original Response Date: April 27, 2018 Current Response Date: April 27, 2018 Product or Service Code: G004 Set Aside (SDVOSB/VOSB): Total Small Business NAICS Code: 624221 Contracting Office Address Department of Veterans Affairs SAO East, NCO4 Philadelphia, PA 19104 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; quotations 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 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 624221, with a small business size standard of $11 Million. The James E. Van Zandt VA Medical Center in Altoona, PA is seeking to purchase Health Care for Homeless Veterans shelter services in Indiana County, PA. All interested companies shall provide a quotation for the following: Line Item Description Unit of Issue Quantity Unit Price Total Price 0001 Provide Health Care for Homeless Veterans (HCHV) Services in accordance with the Performance Work Statement (PWS) for the James E. Van Zandt Medical Center. Contract Period: Base POP Begin: 08-01-2018 POP End: 07-31-2023 The cost per bed is $ ______ per day. MO 60 Services Performance Work Statement for Emergency Shelter Services GENERAL: Purpose: The Department Of Veterans Affairs, James E. Van Zandt VA Medical Center (Altoona VAMC) is seeking a Contractor to provide emergency shelter services in Cambria, Mifflin, Somerset, Centre, Jefferson, or Indiana County, Pennsylvania as part of its Community Based Health Care for Homeless Veterans (HCHV) program to referred Veterans. The goal of the HCHV program is to remove homeless Veterans from the street or habitation unfit for Veterans and place them in community-based, residential environments with sufficient therapeutic services to meet the needs of those Veterans. The target population is chronically homeless, chronically mentally ill Veterans, Veterans with chronic substance abuse disorders and complex needs. Eligibility will be determined by the VA Homeless Coordinator or designee, based on Veteran s assessment. This contract will be awarded to a Contractor having an acceptable facility within Cambria, Mifflin, Somerset, Centre, Jefferson or Indiana County. If no facilities are available within this area, consideration will be given to the Contractor whose facility meets all the stated requirements and is closest to these Counties. The facility awarded the contract, MUST accept Veterans from outside their immediate county when the need arises. Background: Through the HCHV program, VA provides case management services to Veterans and facilitates access to a broad range of medical and mental health services. The purpose of this solicitation is to obtain offers from Contractors who can provide emergency shelter services to Veterans suffering from homelessness, including Veterans' homeless dependents, in community-based treatment facilities offering a safe and secure environment that supports their case management and housing goals. The Contractor will be required to provide shelter and advocacy services, but will not be required to provide detoxification or other hospital level treatment -those services will be provided by the VA at VA facilities. The VA s Plan to End Veteran Homelessness calls for enhancing current homeless service capacity as well as developing new programs and initiatives in concert with community and federal partners. This contract will enable VA to engage a community provider to offer emergency shelter services to homeless Veterans. This will offer services, not to exceed 4 Veterans at any one time, to chronically homeless Veterans under the HCHV Contract Residential Care program enhanced by the services as defined in the PWS. It is expected that the facility will provide emergency shelter services for Veterans up to 30 days while permanent housing being the goal. The VA Homeless Program Social Worker(s) will act as the clinical liaison for all client related issues between the Contractor and VA by providing clinical oversight. VA staff will not provide direct clinical supervision. The VA staff duties will be direct case management with all Veterans in the program and will also consult with and provide input to the Contractor as needed. Period of Performance: This is a multi-year indefinite delivery/indefinite quantity requirements contract for the period of performance beginning on August 1, 2018 to July 31, 2023. Implementation Timeline: The contract facility expected to pass inspection and become fully operational within 30 days from the date of contract award. Failure to meet the 30-day milestone may result in the contract being terminated. The Contractor will demonstrate successful completion of the following tasks, validated by VA inspection, prior to receiving Veteran referrals and invoicing for payment: Site control demonstrated at time of contract award. This may be through ownership or lease. All permits and license will be reviewed. The Contractor is required to ensure that the facility used for this contract meets fire and safety code imposed by the State law, and the Life Safety Code of the National Fire and Protection Association. No additional funds will be made available for capital improvements under this contract. VA will conduct an inspection that Contractor sites must pass prior to contract award. The Contractor is required to ensure the facility used for this contract meets the Americans with Disabilities Act (ADA) guidelines for accessible accommodations for Veterans with physical limitations or impairments. Contractor facility must be licensed as required for the particular setting under State or Federal authority, and must meet all applicable local, state, and/or Federal requirements concerning licensing and health/occupancy codes. Copies of valid licenses must be provided to the VA at the time of proposal and for all annual inspection reviews. Where applicable, the facility must have a current occupancy permit issued by the authority having jurisdiction. Services for female Veterans under this contract are required to ensure the safety and privacy of these Veterans. Men and women must have separate bathroom facilities. The facility must have female residential rooms or sections that are securely segregated or restricted from men to ensure safety and privacy. If the facility cannot accommodate both male and female Veterans at one location, the provider must make available equivalent facilities and services for the opposite gender that meet the terms of the contract for facilities and services. Pre-Award Inspection of the facility will be conducted by VA inspection team. This team is made up of HCHV clinical staff, safety officials, dietetics, police, infection control and other staff as deemed necessary for facility inspection. Pre-award inspection will be completed within 15 days of proposal submission. Any items requiring corrective action will be communicated to the Contractor in writing within one (1) week of inspection. Contractor shall complete the abatement of all inspection corrective action(s) and pass VA inspection within 30 days of notice. Work will be performed at the Contractor s facility within the geographic limitations outlined above. Government furnished workspace will not be provided for this effort. Government furnished property will not be provided to the Contractor. All equipment required by the Contractor will provided at their expense. SERVICES TO BE PROVIDED: The Contractor shall provide all labor, supervision, housing, material and supplies necessary to provide emergency shelter and supportive services. Services will be provided on-site at the Contractor s facility, in accordance with all terms conditions, provisions and requirements listed herein. The prices provided in the Price Schedule shall be inclusive of all basic services as may be necessary in the treatment of the Veteran. Basic services shall be as defined in the Statement of Work. Basic Services- The Contractor shall furnish each Veteran referred for care under this contract the following basic services. Room and Board: Room and Board for up to (4) Veterans at a time to include a bed and other furnishings such as a dresser, storage, and personal linens (towels and bed sheets). The bed must be designated for use exclusively by the individual Veteran from the time of admission to the time of discharge. The bed must be situated in a room that affords the Veteran safety, privacy and security. Each Veteran must have a safe and secure place to store their belongings that is readily accessible to the Veteran (such as a locking closet, a locking armoire, a locker, etc.). Dietetic Services: On-site fully functioning kitchen for food storage, meal preparation, and consumption of meals. Kitchen is to be available for Veteran to prepare his/her own meals or for the facility to prepare meals, 7 days a week. The VA has particular concern for chronically homeless Veterans, many of whom are either undernourished or have developed poor eating habits or both, because of chronic medical, mental health or substance abuse disorders. If the facility prepares the meals, a VA dietitian may assess printed menus as well as Veterans satisfaction with meals and the actual consumption of food offered. The VA Dietician will inspect the kitchen and food storage areas during annual facility inspection or at any point during the contract period. Laundry Facilities: On-site laundry facilities and supplies for Veterans to do their own laundry or to have laundry done. Internet and Computer Access: Internet access shall be available to Veterans residing at the facility. Facility shall provide hardware (computer(s), printer, etc.) to be utilized. Veterans enrolled at the local community college or taking online courses should be given priority of usage. The Contractor will be responsible for establishing hours of usage as well as setting any parental controls they deem essential. Environment of Care Services: The Contractor must provide a clean and comfortable environment of care that is structurally sound facility; does not pose any threat to the health and safety of the occupants and protects them from the elements. The facility entries and exit locations are capable of being utilized without unauthorized use and provide alternate means of egress in case of fire; every room or space will have natural or mechanical ventilation; be free of pollutants in the air at levels that threaten the health of Veterans; provide a water supply free from contamination; has sufficient sanitary facilities in proper operational condition, allowed to be used in privacy, and are adequate for personal cleanliness and the disposal of human waste. Facility must have adequate heating and or cooling mechanisms that are in proper operating condition; adequate natural or artificial illumination to permit normal indoor activities and to support the health and safety of Veterans; provides sufficient electrical sources to permit use of essential electrical appliance while assuring safety from fire. All housing and equipment will be maintained in a sanitary manner free from pests, insects and vermin and will provide a warm, welcoming, and respectful atmosphere through lighting and décor. Contractor ensures that furniture is well maintained and not broken. It is the Contractor s responsibility to maintain a clean and comfortable environment that meets these conditions. For example, the Contractor would be responsible for alleviating a bed bug infestation by hiring an exterminator at its own expense. Transportation: The Contractor will ensure that transportation is available for Veterans to attend medical/mental health appointments, search for transitional or permanent housing and address other care needs. This can be done through provision of bus passes, utilization of cab services or Contractor s transportation. These costs will be considered part of the basic services provided. Supportive Services: Supportive Services determined to be needed by each individual Veteran referred for treatment as stated in the plan developed by the Contractor, with input from the Veteran and the VA Homeless Program Coordinator (or designee). Services which the Contractor must be able to furnish shall include: Structured group activities as appropriate or by referral to community resources where such services are accessible examples include group therapy, social skills training, Alcoholics Anonymous, Narcotics Anonymous, vocational counseling and physical activities as appropriate. Collaboration with the VA program staff, which will provide supportive/therapeutic social services (i.e. provide Veteran with HCHV Participant Handbook and liaison's business card, have Veteran sign and submit Release of Information, etc.). Assistance to develop responsible living patterns, to maintain an acceptable levels of personal hygiene and grooming, and to achieve a more adaptive level of psychosocial functioning, upgraded social skills, and improved personal relationships. This may include day-to-day verbal cuing or conversation about how to best function in a social environment. 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. Delivery of the rules and regulations Veterans must abide by that are related to the alcohol/drug free environment. A program that promotes community interaction. This may mean informing Veterans of volunteer, community service, employment, and organization activities and involvement opportunities. Provide assistance to residents in gaining and applying knowledge of the illness/recovery process. In addition, the Contractor shall act as point person for the Veteran to obtaining information to resolve unmet needs.. ADDITIONAL CONTRACT REQUIREMENTS: Patient Bill of Rights: The Contractor shall comply with the VA patient s Bill of Rights as set forth in Section 17.34a, Title 38, Code of Federal Regulations. The Contractor is responsible for maintaining Veterans privacy and confidentiality and must have systems in place that protect Veteran s personal identifying information and protected health information. This includes but is not limited to the following: having adequate private office space for Veterans to meet in confidence with their case manager; having secured paper and electronic filing systems to protect clients case records and other documentation; conducting ongoing training of staff about maintaining client privacy and confidentiality in all verbal and written communications and interactions; ensuring that non-clinical/non-case management facility staff have access to Veteran information only as needed in order to meet the service requirements contained in the contract. Key Personnel: The Contractor will employ sufficient personnel to carry out the policies, responsibilities, and the program for the facility. There must be, as a minimum, at least one 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. The Contractor must identify each person functioning as Key Personnel under this contract, and provide to the VA a description of the services to be provided by such person. Name and Title, along with normal business hours of operation and contact number is sufficient. Changes in Key Personal should be relayed to the COR in writing, e-mail is sufficient, in order to have the correct point of contacts for the Contractor. Referrals: VA is responsible for determining eligibility of Veterans prior to referral to the Contractor for services. VA will only pay for services provided to Veterans who have been referred by VA to the Contractor s Facility. Prior to sending any Veterans to the Contractor s Facility, VA will notify the Contractor s designated point of contact at the facility to provide basic admittance information on the Veteran. At this time the VA will inform the Contractor of the Veteran s current location and estimated time of arrival at the Contractor s facility. It is understood that 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 VA. The initial stay period for a Veteran may be up to 30 days, depending upon the needs of the Veteran as mutually determined by the Veteran, the Contractor s staff, and VA s Homeless Coordinator or COR. Absences and Cancellations: The Contractor shall notify the VA of unauthorized absences by a referred Veteran from the facility immediately (within 24 hours). Should a Veteran absent himself/herself from the Contractor s facility in an unauthorized manner, payment for services will not be made for that time of absences. VA reserves the right to remove any or all Veterans from the facility at any time, without additional cost, when it is determined to be in the best interest of the VA or the Veteran. The Contractor shall notify the authorizing VA facility immediately (within 24 hours) when a medical emergency occurs that requires hospitalization of a referred Veteran. The Contractor shall notify VA s Homeless Coordinator or designee immediately (within 24 hours) of any incidents involving Veterans residing in the residential program. Reportable incidents include but are not limited to elopement, abuse, neglect, or psychotic decompensation with homicidal/suicidal presentations. Drug abuse or relapse with alcohol will be reported to the Homeless Coordinator or designee immediately. The Contractor shall notify the Homeless Coordinator or designee by telephone during the hours of 8:00am and 4:30pm. For all incidents that occur after normal business hours, the Contractor should notify the Altoona VAMC s Administrative Officer of the Day (AOD) by calling the medical center s main number at 814-943-8164. The Contractor shall provide the Homeless Coordinator and COR with a copy of the incident report within 24 hours via secure fax. The Contractor shall maintain a copy of the incident report in the Veteran s case record. Subpoenas, search warrants, investigations, and other legal actions: Contractor shall have a process in place to respond to subpoenas, search warrants, investigations, and other legal actions. The Contractor must contact the COR for any of these legal actions against a Veteran under their care during the period of the contract. Contractor Staff Conduct/Complaints Handling: 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. The Contractor shall comply with the VA Patient's Bill of Rights as set forth in 38 CFR 17.34a (copy available upon request). 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. 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. The Contractor and Contracting Officer s Representative shall deal with issues raised concerning Contractor personnel conduct. The Contracting Officer shall be the final arbiter on questions of acceptability and in validating complaints. Facility: It is the responsibility of the Contractor to properly maintain its facilities and the VA shall have no responsibility for paying or reimbursing the Contractor for such expenses. The contract facility must: Have a current occupancy permit issued by the local and state governments in the jurisdiction where the facility is located. Be in compliance with existing standards of State safety codes and local, and/or State health and sanitation codes. Be licensed under State or local authority. Where applicable, be accredited by the State. Be equipped with operational air conditioning /heating systems. Be kept clean and free of dirt, grime, mold, or other hazardous substances and damaged noticeably detract from the overall appearance. Be equipped with first aid equipment and an evacuation plan in case of emergency. Have windows and doors that can be opened and closed in accordance with manufacturer standards. The Contractor facility must meet fire safety requirements, as follows: 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. All residents in the facility must be mentally and physically capable of leaving the building, unaided, in the event of an emergency. 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. A written fire plan for evacuation in the event of fire shall be developed and reviewed annually. The plan shall outline the duties, responsibilities and actions to be taken by the staff and residents in the event of a fire emergency. This plan shall be implemented during fire exit drills. A written policy regarding tobacco smoking in the facility shall be established and enforced. Portable fire extinguishers shall be installed at the facility. Use NFPA 10, Portable Fire Extinguishers, as guidance in selection and location requirements of extinguishers. 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. The annual inspection by a VA team shall include a fire and safety inspection conducted at the facility unless a review of past Department of Veterans Affairs 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. Inspection of Facility and Program: Prior to the award of a contract and annually during the contract term, a multidisciplinary VA team consisting of COR, Homeless Coordinator/designee, dietitian, registered nurse, and a Facilities Management Safety Officer, and other subject matter experts as determined necessary 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. Inspections may also be carried out at such other times as deemed necessary by the Department of Veterans Affairs. The Contractor will be advised of the findings of the inspection team. If deficiencies are noted during any inspection, the Contractor will be given a reasonable time to take corrective action and to notify the COR that the corrections have been made. A contract will not be awarded until noted deficiencies have been eliminated. Failure by the Contractor to take corrective action within a reasonable time will be reported to the VA Contracting Officer. 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. 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: General observation of residents to determine access to maintain an acceptable level of personal hygiene and grooming. Assessment of whether the facility meets applicable fire, safety and sanitation standards. Determining whether the facility is in attractive surroundings conducive to social interaction and the fullest development of the resident's rehabilitative potential. 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 physical activities and assistance with health and personal hygiene. 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. Observation of staff behavior and interaction with residents to determine if they convey an attitude of genuine concern and caring. 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. The addition of nutritious snacks to the requirements for room and board is particularly indicated for homeless chronically mentally ill patients. Many of these patients are either undernourished or have developed poor eating habits or both, because of their chronic psychiatric disorder, including alcohol/drug abuse behaviors. The Altoona VAMC dietitian may consult with the inspection team in evaluating not only the printed menus but the patient s satisfaction with meals and the actual consumption of food offered. Making a spot check of veterans records to ensure accuracy with respect to veterans length of stay and services provided to the veterans. PERFORMANCE STANDARDS, QUALITY ASSURANCE (QA) AND QUALITY IMPROVEMENT(QI) Measure: Customer Service Performance Requirement: The Contractor assesses Veteran s satisfaction and reports all complaints immediately (within 24 hours). Standard: Care provided meets the needs of the customer and supports the VA mission. Acceptable Quality Level: 95% Surveillance Method: Validated user/customer complaints Frequency: As occurs and reported on monthly report from Contractor. Measure: Patient Access Performance Requirement: Contractor shall provide open beds to Veterans as referred by VAMC. Standard: Empty beds are readily available within 24 hours of notification by VAMC. Acceptable Quality Level: 100% Surveillance Method: Monthly reports Frequency: Monthly Measure: Patient Safety Performance Requirement: Contractor shall provide a safe environment for residents. Standard: Safety concerns are reported to VA within 24 hours of incident. Acceptable Quality Level: 100% Surveillance Method: Monthly reports Frequency: as occurs and reported on monthly report from Contractor. Measure: Facility Performance Requirement: The Contractor shall maintain facility permits, licensing, and meet all requirements of the PWS. Standard: All permits, licensing, building requirements will be maintained. Acceptable Quality Level: 100% Surveillance Method: Annual inspection Frequency: Annually GOVERNMENT RESPONSIBILITIES VA Contract Performance Oversight: Day to day contract oversite will be performed by the COR with clinical oversight from the Homeless Coordinator and designees. Contract Administration/Performance Monitoring: After award of contract, all inquiries and correspondence relative to the administration of the contract shall be addressed to: CO RESPONSIBILITIES: CO The Contracting Officer is the only person authorized to approve changes or modify any of the requirements of this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitments or issue any modification to include (but not limited to) terms affecting price, quantity or quality of performance of this contract. The Contracting Officer shall resolve complaints concerning Contractor relations with the Government employees or patients. The Contracting Officer is final authority on validating complaints. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer without authority, no adjustment shall be made in the contract price to cover an increase in costs incurred as a result thereof. In the event that contracted services do not meet quality and/or safety expectations, the best remedy will be implemented, to include but not limited to a targeted and time limited performance improvement plan; increased monitoring of the contracted services; consultation or training for Contractor personnel to be provided by the VA; replacement of the contract personnel and/or renegotiation ofthe contract terms or termination of the contract. COR Responsibilities: The COR for this contract is: Jessica Barnes (814) 943-8164 x7294, Jessica.Barnes@va.gov The COR shall be the VA official responsible for verifying contract compliance. After contract award, any incidents of Contractor noncompliance as evidenced by the monitoring procedures shall be forwarded immediately to the Contracting Officer. The COR will be responsible for monitoring the Contractor s performance to ensure all specifications and requirements are fulfilled. Quality Improvement data that will be collected for ongoing monitoring includes but is not limited to: enter data that may be collected. The COR will maintain a record-keeping system of services. The COR will review this data monthly when invoices are received and certify all invoices for payment by comparing the hours documented on the VA record-keeping system and those on the invoices. Any evidence of the Contractor's non-compliance as evidenced by the monitoring procedures shall be forwarded immediately to the Contracting Officer. The COR will review and certify monthly invoices for payment. If in the event the Contractor fails to provide the services in this contract, payments will be adjusted to compensate the Government for the difference. All contract administration functions will be retained by the VA. SPECIAL CONTRACT REQUIREMENTS Reports/Deliverables: The Contractor shall be responsible for complying with all reporting requirements established by the Contract. Contractor shall be responsible for assuring the accuracy and completeness of all reports and other documents as well as the timely submission of each. Contractor shall comply with contract requirements regarding the appropriate reporting formats, instructions, submission timetables, and technical assistance as required. The following are brief descriptions of required documents that must be submitted by Contractor: upon award; weekly; monthly; quarterly ; annually, etc. identified throughout the PWS and is provided here as a guide for Contractor convenience. If an item is within the PWS and not listed here, the Contractor remains responsible for the delivery of the item. What Submit as noted Submit To Key Personnel working under this contract, this includes: name, title, description of the services to be provided, business hours, and contact phone number/email. Upon proposal and as key personnel changes. COR Provide a list of all Veterans staying at the Contractor's Facility that were referred by VA during the previous month. List should include the following information: Name Last 4 Social Security Number Admittance Date Anticipated/Actual Discharge Date Description of any incidents during the previous month involving the Veteran. Monthly by the 5th day of month for the previous month. COR Occupancy Permit Upon Award and annually prior to inspection. COR The period of performance is August 1, 2018 through July 31, 2023. Place of Performance Address: Contractor Operated Facility within Indiana County, PA Postal Code: 15681, 15701, 15710, or 15712 Country: UNITED STATES Evaluation The Government shall conduct a comparative evaluation of offers in accordance with FAR 13.106-2 (b)(3) to make its award determination. The government will evaluate information based on the following evaluation criteria: technical capability factor "meeting or exceeding the requirement, Site control: demonstrated at time of contract award. This may be through ownership or lease. Offeror must submit plan to purchase or lease a proposed facility to include site permits at the time of offer. Site Permits Occupancy Permit State Fire and Safety Permits Life Safety Code of the National Fire and Protection Association compliance Pre-Award Inspection of the facility may be conducted by VA inspection team. This team is made up of HCHV clinical staff, safety officials, dietetics, police, infection control and other staff as deemed necessary for facility inspection. Offeror must pass inspection prior to award. Offeror will have 15 days to correct any deficiencies identified during inspection. Key Personnel working under this contract, this includes: name, title, description of the services to be provided, business hours, and contact phone number/email. past performance, and Offerors shall provide examples of previous contracts for healthcare for homeless veterans or homeless shelter of similar size, dollar value, and scope. price. Offerors shall provide the price per bed per night. The Government currently estimates using 60 beds per year. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items [insert date of provision] FAR 52.212-3, Offerors Representations and Certifications Commercial Items [insert date of provision] 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: FAR 52.212-4, Contract Terms and Conditions Commercial Items [insert date of clause] [Insert a statement regarding any addenda to FAR 52.212-4] FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [insert date of clause] The following subparagraphs of FAR 52.212-5 are applicable: 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222 26, Equal Opportunity (SEP 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (MAY 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) FAR 52.222-41 Service Contract Labor Standards (May 2014) FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) 52.216-18 Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from August 1, 2018 through July 31, 20213. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. FAR 52.216-19, Order Limitations (Oct 1995) FAR 52.216-19, Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $2,500, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of $6,500; (2) Any order for a combination of items in excess of $32,500; or (3) A series of orders from the same ordering office within 365 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 3 days after issuance, with written notice stating the Contractor s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. FAR 52.216-21 Requirements (Oct 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government s requirements do not result in orders in the quantities described as estimated or maximum in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor s and Government s rights and obligations with respect to that order to the same extent as if the order were completed during the contract s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after January 31, 2024. FAR 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond July 31, 2019. The Government s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond July 31, 2019, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. FAR 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 30 days. VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) All quoters shall submit the following: one Technical Proposal, one Price Quote, and one Past Performance Reference list. These should be separate attachments to the email submission in PDF format. All quotations shall be sent to the Mr. L. Adam Bryson via email at leslie.bryson@va.gov. This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a multiyear requirements contract 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:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 4:00 PM eastern on April 9, 2018 via email to Mr. L. Adam Bryson at leslie.bryson@va.gov. 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 Mr. L. Adam Bryson at leslie.bryson@va.gov. Point of Contact Mr. L. Adam Bryson Email: leslie.bryson@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418Q0412/listing.html)
- Document(s)
- Attachment
- File Name: 36C24418Q0412 36C24418Q0412.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4218540&FileName=36C24418Q0412-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4218540&FileName=36C24418Q0412-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24418Q0412 36C24418Q0412.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4218540&FileName=36C24418Q0412-000.docx)
- Record
- SN04885790-W 20180413/180411230837-515b5020f610d0ab36a1e3e8998c488b (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 |