SOLICITATION NOTICE
G -- TeleMental Health Services - South Texas - Solicitation Medical Space to host Clinical Video Technology for VA Mental Health Providers
- Notice Date
- 3/2/2020 8:53:38 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621420
— Outpatient Mental Health and Substance Abuse Centers
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25720Q0225
- Response Due
- 3/20/2020 12:00:00 AM
- Archive Date
- 05/19/2020
- Point of Contact
- Christine A. BennettContract SpecialistChristine.Bennett2@va.gov
- E-Mail Address
-
Christine.Bennett2@va.gov
(Christine.Bennett2@va.gov)
- Awardee
- null
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25720Q0225 Posted Date: 02 March 2020 Response Date: 20 March 2020 Product or Service Code: G0004 Set Aside: Full and Open NAICS Code: 621420 Contracting Office Address RPO-West/ Network Contracting Office 17 (NCO 17) 11495 Turner Road El Paso, TX 79936 Introduction and Authority 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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04 (eff. 01/15/2020) and VAAR update 2008-19 (eff. 10/04/2019). This solicitation is full and open. The associated North American Industrial Classification System (NAICS) code for this procurement is 621420, with a small business size standard of $16.5M. The FSC/PSC is G004. The Government requires that all Contractors doing business with this office be registered with System for Award Management (SAM). No award can be made to a company not registered in SAM.gov. For additional information and to register in SAM, please access the following web site: https://www.sam.gov/. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. In order to register, all firms must have a Dun & Bradstreet Number. A Dun& Bradstreet number may be acquired free of charge by accessing the Dun & Bradstreet website at https://iupdate.dnb.com/iUpdate/viewiUpdateHome.htm or by phone at (800) 234-3867. Description The South Texas VA Healthcare Center (7400 Merton Minter Blvd., San Antonio, TX 78229), Office of Rural Health, is seeking to purchase medical space to host VA provided mental healthcare through Clinical Video Technology in rural counties of south Texas to increase the availability of mental health care to qualified beneficiaries. Coverage areas: Area 1: South Texas Counties: Kinney, Edwards, Atascosa, Frio, Wilson, Val Verde, Live Oak, Bee, Crockett, Terrell, Uvalde, Sutton, Schleicher, Menard, Kimble, Kerr, Mason, Llano, Gillespie, Bandera, Kendall, Medina, McMullen, Bexar, Comal, Guadalupe, Gonzales, Kames, Dewitt, Lavaca, Jackson, Victoria, Goliad, and Calhoun. (See attached Performance Work Statement). Schedule of Services/ Pricing Data See Attachment #2, Schedule of Services/ Pricing Data. Performance Work Statement (PWS) See Attachment #1, Performance Work Statement Contract Administrative Data All Contract administration matters will be handled by the following individuals: CONTRACTOR Company Name: Administrative Contact: Clinical Contact: Title: Address: City/State/Zip: Overnight Mailing Address (if different from above): Phone: Fax: E-Mail: 2nd email contact: Tax ID No.: DUNS No. GOVERNMENT: Christine A. Bennett, Contract Specialist (CS) Marisela Galarza, Contracting Officer (CO) Hugo Ochoa-Cruz, Contracting Officer Representative (COR) Department of Veterans Affairs Regional Procurement Office- West (RPO-West) Network Contracting Office -17 (NCO 17) 11495 Turner Road El Paso, TX 79936 The following contract clauses apply to this acquisition: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) applies to this acquisition. The following addenda apply: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; FAR 52.204-13 System for Award Management Maintenance; FAR 52.204-18 Commercial and Government Entity Code Maintenance; FAR 52.217-8 Option to Extend Services (Fill-in = 60 days, The specified rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause.); 52.217-9 Option to Extend the Term of the Contract (Fill-ins = 30 days of contract expiration, 60 days of contract expiration, 5 years). FAR 52.224-1 Privacy Act Notification; FAR 52.224-2 Privacy Act; FAR 52.227-14 Rights in Data General; FAR 52.232-40 Providing Accelerated Payment to Small Business Subcontractors; The following VAAR Clauses apply to this acquisition: VAAR 852.203-70 Commercial Advertising; VAAR 852.211-72 Technical Industry Standards; VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran Owned Small Business Evaluation Factors; VAAR 852.215-71 Evaluation Factor Commitments; VAAR 852.219-75 Subcontracting Commitments Monitoring and Compliance; VAAR 852.232-72 Electronic Submission of Payment Requests; VAAR 852.237-70 - Indemnification and Medical Liability Insurance; VAAR 852.237-72 Crime Control Act of 1990- Reporting of Child Abuse; VAAR 852.237-74 Non-Discrimination in Service Delivery; VAAR 852.237-75 Key Personnel; VAAR 852.270-1- Representatives of Contracting Officers. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2020) The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.219-28 Post Award Small Business Program Representation, FAR 52.222-3, Convict Labor, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Veterans, FAR 52.222-36, Equal Opportunity for Workers with Disabilities, FAR 52.222-37 -Employment Reports on Veterans, FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50 Combating Trafficking in Persons, FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, FAR 52.224-3 Privacy Training, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment By Electronic Funds Transfer- System for Award Management, FAR 52.222-17, Nondisplacement of Qualified Workers, FAR 52.222-42 Service Contract Labor Standards, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment, FAR 52.222-55 Minimum Wages Under Executive Order 13658, FAR 52.222-62 Paid Sick Leave Under Executive Order 13706. The following Wage Determinations will apply under any resulting contract: 2015-5253, 2015-5259, 2015-5269, 2015-5287, 2015-5291, 2015-5293, 2015-5303, 2015-5305, 2015- 5307, 2015-5311, 2015-5809, 2015-5841, 2015- 5849 The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2018) applies to this acquisition. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: The following addenda apply: FAR 52.204-7, System for Award Management; FAR 204-16, Commercial and Government Entity Code Reporting; FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.233-2 Service of Protest; VAAR 852.209-70 Organizational Conflicts of Interest; VAAR 852.233-70 Protest Content/Alternative Dispute Resolution; VAAR 852.233-71 Alternate Protest Procedure; VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference; VAAR 852.273-74 Award Without Exchanges. [End of addendum to 52.212-1] FAR 52.212-3, Offerors Representations and Certifications Commercial Items (DEC 2019) applies to this acquisition. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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. Evaluation of Offers Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Award(s) will be made to the responsible offeror(s) who at the best value to the Government, offer services conforming to the technical qualification and specifications stated below and within the Performance Work Statement. Note: Options will be evaluated at time of award. The following are the decision factors: Location Technical Ability Past Performance Price Offerors shall submit the following information as part of their quote: Location: Provide address for existing location(s) within the VISN 17 demographic region (see Performance Work Statement , 3. Coverage Areas ) that currently have the capability to provide private and secure video conferencing. This evaluation factor will be rated on a pass or fail basis. Any offeror not receiving a pass rating for this factor will not be considered further. Technical Ability: Demonstrate ability to provide service within the requirements outlined in the Performance Work Statement. Provide a narrative, briefly describing your experience in providing telemental health services identified in the Performance Work Statement. Provide address and information regarding existing facilities and equipment available for telemental health purposes. Provide information regarding support staff available on site for scheduling, escorting Veterans to private exam room, taking patient vitals if necessary and responding to medical or mental health emergencies Describe Clinical Video technology equipment available. Does it have a camera? Are there options for headphones and microphone? Is it compatible with CISCO EX60 and EX90 units? Describe availability of private rooms equipped with phone line, internet, DSL and Clinical Video Technology equipment. Describe available parking for patients and access to public transportation. Describe experience serving Veteran population. Past Performance: The offeror shall provide the Past Performance Evaluation Form (Attachment# 3) to at least two organizations that can provide feedback regarding performance. The offeror may also provide references for any project relevant to the technical ability factor that has a performance period within the past three years. Relevant contracts/projects are those operating in similar working environments and involving services that are considered to be similar in scope, magnitude and complexity when compared to the requirements described in this solicitation. Price: Contractor shall fill in the Pricing Data for each CLIN 0001-4001 (see Attachment #2, Schedule of Services / Pricing Data) Other: Fill out the information in Section IV, Contract Administration. Formatting: all attachments/documents shall be in PDF format as applicable (unprotected). Offers shall not be faxed or mailed. E-mail only. The offeror shall bear all costs associated with the preparation and submission of the Offer. The VA will in no case be responsible or liable for the cost incurred by the offeror, regardless of the outcome of the selection process. The Government reserves the right to make award without discussions. The Government also reserves the right to make no award. All quotes shall be sent to: Christine A. Bennett, Contract Specialist RPO-West/ NCO 17 Healthcare Resource Branch Via email: Christine.Bennett2@va.gov NOTE: Offerors who fail to submit required documentation will be considered nonresponsive. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of Questions pertaining to this solicitation shall be received no later than 09 March 2020 by 11:00am, EST via email to Christine.Bennett2@va.gov. No phone calls regarding this solicitation will be accepted. Answers to questions received will be published subsequently via amendment. Submission of your response shall be received no later than 20 March 2020 by 11:59pm EST via email to Christine.Bennett2@va.gov. No other phone calls regarding this solicitation will be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). IIX. Attachments See attached documents: Performance Work Statement Schedule of Services/ Price Data Past Performance Evaluation Form
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/47c9fd419b46423f92462f1606c21daa/view)
- Place of Performance
- Address: Audie L. Murphy VA Medical Center;South Texas Veterans Health Care System (STVHCS);7400 Merton Minter;San Antonio, TX 78229, USA
- Zip Code: 78229
- Country: USA
- Zip Code: 78229
- Record
- SN05576811-F 20200304/200302230204 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |