Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2018 FBO #6105
DOCUMENT

Q -- Yoga Services for inpatient Mental Health - Attachment

Notice Date
8/9/2018
 
Notice Type
Attachment
 
NAICS
611620 — Sports and Recreation Instruction
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);3001 Green Bay Road;North Chicago
 
Solicitation Number
36C25218Q9774
 
Response Due
8/13/2018
 
Archive Date
9/12/2018
 
Point of Contact
Antaeus Gayles
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This is not a solicitation for proposals, proposal abstracts, bids, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Responses to the information requested will assist the Government in determining the appropriate acquisition method. The Great Lakes Acquisition Center (GLAC) - Southern Tier in North Chicago, IL is soliciting businesses for Yoga Instructor at the Captain James A. Lovell Federal Healthcare Center (FHCC) located in North Chicago, IL. The current systems and devices are listed in the attached SOW. It is understood that all Contractors submitting a response to this Sources Sought will have an established business with three (3) years of consecutive experience in performing these types of services at healthcare facilities. The Contractor must also be licensed and authorized to perform services on all the equipment listed. The Contractor shall furnish all labor, supervision, materials, tools, and equipment necessary to complete the required services. The following NAICS Code and Small Business Size Standard has been identified for this requirement: 611620 Sports And Recreation Instruction with a Size Standard of $7 Million in annual revenue. Interested parties shall provide a brief overview of their firm s capabilities and past experience with projects similar in size and scope of this project. Capability statements shall also include: DUNS number Organization Name and Assumed Name/dba (if applicable) Organization Address Point of Contact (including name, title, addresses, telephone number, fax number and Email address) Business size (small business or other than small business) Socio-economic status (If SDVOSB or VOSB provide SDVOSB or VOSB CVE verification) Organization experience in performing these types of services Copies of applicable certifications and/or accreditations (All information shall be submitted in Word or PDF format, not to exceed 10 pages, including all attachments.) Firms shall identify whether they are a small business or other than small business in accordance with the size standard for NAICS code 238210. If another NAICS code may be applicable, please identify the NAICS in your capability statement along with your corresponding socio-economic status. All information must be received no later than Monday August 13, 2018 at 11:00 AM (CST). Email all information to Antaeus Gayles, Contract Specialist at Antaeus.Gayles@va.gov. The Government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Telephone inquiries will not be accepted or returned. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES, SOLE SOURCED, OR PROCURED THROUGH FULL AND OPEN COMPETITION. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Interested parties may register at http://www.fedbizopps.gov to receive notification when the solicitation and any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, we recommend that you monitor the FBO website for all information relevant to desired acquisitions. SOW Yoga Therapy Sessions A. Acquisition Background and Objectives (A1) Statement of need: The purpose of the proposed Yoga classes on the acute inpatient psychiatric units is to provide meditation and other stress-reduction techniques to assist as an adjunct for psychotherapy and medication management treatment for depression, anxiety, and other mental health disorders. In January 2010, VA North Chicago Medical Center received a Koziol Foundation grant to initiate a project on the effectiveness of yoga on the inpatient psychiatric units. The purpose of this Koziol Family Foundation Grant was to stimulate interest in alternative medicine treatments at FHCC in general as well as the specific use of yoga in a clinical setting. The yoga class teaches gentle movement, breathing techniques, and mindfulness/meditation in manner that is accessible to all patients regardless of any physical limitations. The explicit intent of the project was to examine the effectiveness and efficacy of yoga therapy as a complementary intervention for patients with psychiatric disorders such as schizophrenia, depression, anxiety, and posttraumatic stress disorder (PTSD). The Koziol Foundation funded the project for an additional year until September 2012. In this respect, over the past several years we have seen an increased awareness of yoga as a useful program component. Outcome data was collected during the project. Based on the daily census, participation in group was between 20%-70%. Overall, 90% of Veterans who participated in the Yoga groups completed a 5-question survey with questions on pain level, relaxation, and ability to quiet random thoughts post participation in the yoga group. The feedback results showed 75% of group participants experience pain reduction as a result of group participation. 97% experience some level of relation for the group, and 95% of the participants noted some level of ability to quiet random thoughts as a result of their participation in the yoga group. This shows that the inpatient yoga program has had a significant presence and impact in the milieu of the acute inpatient units this year and in the previous years that the project has been funded. The patients in the mental health program have been very positive about the yoga program. (A sample of their comments is included in the attachments). The yoga groups have provided a basic introduction to a health management, mood balancing practice that patients can use during the course of their inpatient treatment as well as when they leave the hospital. Contract purchase of Yoga therapy for the acute inpatient mental health units is desired as it supports the Department of Mental Health and the FHCC s strategic goal of improving care to our Veterans. While our staff does an excellent job of providing numerous psychotherapy interventions, we are limited in the availability of holistic therapies in a restrictive acute psychiatric environment. By having a certified Yoga Instructor on the team, we can offer patients yoga classes that will help support their health and cope with symptoms related to acute and chronic mental health conditions. We believe the overall effect will be an integrative approach to psychiatric treatment and to the management of the physiologically and psychologically symptoms in a variety of mental health disorders. This is of value in the Veteran population where exposure treatments are widely utilized and are also less effective than in other populations exposed to trauma. Finding acceptable, strength-based treatments that are tolerable for both the short- and long-term application is critical for Veterans and service personnel and this intervention has demonstrated its potential utility to this population. (A2) Applicable conditions: The current contract vehicle will expire September 29, 2018. The earliest contract performance is targeted to start on October 1, 2018. Contract performance shall begin no later than October 1, 2018. The contractor shall provide Yoga Therapy Sessions for 52 weeks, 9 hours per week for 52 weeks of Hatha-based Yoga Therapy. Contractor shall provide all labor, materials, transportation and supervision necessary to provide beginner level Hatha-based Yoga Therapy to Department of Veterans Affairs (DVA) beneficiaries at the CAPT James A. Lovell, Federal Health Care Center (Lovell, FHCC) in North Chicago, IL. (A3) Costs: NA (A4) Capability or performance: Normal hours of coverage are Monday through Friday from 7:30 am to 4:30 pm CST, excluding government holidays. 9 hours per week, 468 sessions/hours per week for 52 weeks of Hatha-based Yoga Therapy. The Program must incorporate (5) five practices: Discipline, Breathing, Posture, Meditation, and Gratitude. Yoga Therapy will be provided for a beginner s level participant. Contractor (or designated therapist) must be a certified yoga therapist graduating from a 200-hour yoga training program from a recognized Registered Yoga School (RYS ®), and shall have at least 1000 hours and three (3) years of teaching experience since graduating from the 200-hour yoga training program. In addition, the Contractor (or designated therapist) must have experience working with Veterans patients who may have the following diagnosis: Chronic Pain, Traumatic Brain Injury, Anxiety, Insomnia, Depression, Drug Addictions, or Anger issues. (A5) Delivery or performance-period requirements: Contract will be awarded for a base year period, plus four (4) one (1) year option periods to extend at the discretion of the Government. Contract performance is targeted to start no later than October 01, 2018. The delivery and performance requirements are stringent due to the reasons described above. Performance period to be determined upon award of each Work Order and will be communicated through the Notice to Proceed. (A6) Trade-offs: Not applicable (A7) Risks: All Contractors and Subcontractors performing services for the Government shall comply with all Occupational Safety and Health Administration (OSHA), State, County and Municipal Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and Subcontractors shall be held responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site area under this contract. There are always some technical risks in contracts procurement risk control will be outlined in the contract. HIPPA Compliance: Contractor must adhere to the provisions of Public Law 104-191, Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the National Standards to Protect the Privacy and Security of Protected Health Information (PHI). As required by HIPAA, the Department of Health and Human Services (HHS) has promulgated rules governing the security and use and disclosure of protected health information by covered entities, including the Department of Veterans Affairs (VA) and Department of Defense (DOD). In accordance with HIPAA, the Contractor may be required to enter into a Business Associate Agreement (BAA) with FHCC. (A8) Acquisition Streamlining: There are no existing Government Wide Acquisition Contracts (GWACs), for Certified Yoga Services; nor are there existing Multi-award contracts (GSA) through-out the federal Government for this type of service. B. Plan of Action (B1) Sources: The COR did a market research of GSA vendors offering Yoga Services. A total of two (2) vendors were selected. Both vendors are Woman Owned Small Business. Routine contract administration will be identified in the solicitation to include the progress schedule and routine procedural requirements. (B2) Competition: In accordance with Market Research analysis conducted by the Supervisor, Inpatient Mental Health, FHCC Lovell, it was determined there was determined there was reasonable expectation that at least two (2) small businesses had the capability to perform this requirement. The requirement will be Set-Aside for Small Business. (B3) Contract Type Selection: The Government contemplates award of a fixed priced, nonpersonal, delivery/requirements (Base + 4 option Year) contract resulting from this solicitation; contract personnel performing under this contract shall cover the range of services as described under (A4) in accordance with the specifications and requirements contained herein and Yoga Alliance Standards. (B4) Source-Selection procedures: Award will be made based upon the Lowest Price Technically Acceptable evaluation process. Evaluation Factors will include Technical Capability, Price, and Subcontracting Plan. Past
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25218Q9774/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25218Q9774 36C25218Q9774 - Yoga.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4534829&FileName=36C25218Q9774-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4534829&FileName=36C25218Q9774-000.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: Captain James A. Lovell FHCC;3001 Green Bay Road;North Chicago Il
Zip Code: 60064
 
Record
SN05029113-W 20180811/180809231156-92aa4ddcf9d4fdaa976fa9163f467438 (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.