Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 26, 2020 SAM #6814
SOLICITATION NOTICE

R -- Employee Assistance Program (EAP) Services – VBA Lincoln Regional Office

Notice Date
7/24/2020 4:51:17 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
624190 — Other Individual and Family Services
 
Contracting Office
VBA FIELD CONTRACTING (36C10E) WASHINGTON DC 20006 USA
 
ZIP Code
20006
 
Solicitation Number
36C10E20Q0233
 
Response Due
8/10/2020 1:00:00 PM
 
Archive Date
10/09/2020
 
Point of Contact
Stuart.Stovall@va.gov, Stuart Stovall, Phone: 540-597-1145
 
E-Mail Address
stuart.stovall@va.gov
(stuart.stovall@va.gov)
 
Awardee
null
 
Description
General Information Action Code: Combined Synopsis Solicitation Document Type: RFQ RFQ Number: 36C10E20Q0233 Posted Date: July 24, 2020 Response Date: August 10, 2020 Classification Code: R431 (Support Professional: Human Resources) Set Aside: 100% SDVOSB Set-Aside NAICS Code: 624190 (Other Individual and Family Services) Description 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 award of a single firm fixed price contract. 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. Solicitation 36C10E20Q0233 is issued as a request for quote (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2020-07, effective July 20, 2020 and VAAR 2008-23, effective July 16, 2020. The combined synopsis/solicitation is set aside for Service- Disabled Veteran-Owned Small Business (SDVOSB) concerns only. Only quotes submitted by Service-Disabled Veteran-Owned Small Business concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a verified Service-Disabled Veteran-Owned Small Business in VIP will not be considered for award. The applicable NAICS Code for this solicitation is 624190 and the Small Business Size limitation is $12 Million. Offers from SDVOSB concerns must be registered and verified in the Center for Verification and Evaluation (CVE) Vendor Information Pages (VIP) website at https://www.vip.vetbiz.gov/ at the time and date set for receipt of offers and at the time and date of award to be considered for award. Offers from SDVOSB concerns that are not registered shall be rejected as non-responsive and shall not be considered for award. The contractor shall provide all equipment, services, material, labor, transportation and supervision to provide Employee Assistance Program (EAP) services for 398 employees (and their immediate family members), employed by the Lincoln, NE VBA Regional Office. A toll-free number must be available for Fid Hub out-based employees located in North/South Dakota, Nebraska, Kansas, Oklahoma, and Texas to use as they fall under the Lincoln, NE VBA Regional Office. Contractor will have referral capability in the out-based areas. Please provide pricing for Line Items 0001 - 4001 as shown in the attached price schedule. NOTE: The per employee price shall include all requirements outlined in the SOW. Description of Requirement Please see the attached Statement of Work (SOW) for details. Period of Performance: It is anticipated that the period of performance for these services will commence on 10/1/2020, and continue with a base period of one year, with four one-year option periods. viii. FAR 52.212-1, Instructions to Offerors Commercial Items (JUN 2020), applies to this solicitation. The following provisions are added as addenda: 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.217-5 Evaluation of Options (JUL 1990) 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 852.270-1 Representatives of Contracting Officers (JAN 2008) (End of Addendum to 52.212-1) FAR 52.212-2, Evaluation Commercial Items (OCT 2014), applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price Technical Capabilities Options - The Government will evaluate quotes for award purposes by adding the total price for all options to the base price for the basic requirement to include the possible contract extensions under FAR Clause 52.217-9, Option to Extend the Term of the Contract. The Government will evaluate its option to extend services at FAR Clause 52.217-8 by adding six (6) months of the Offeror's proposed price for the final option period to the Offeror's total proposed price. The Government may determine that the quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ADDENDUM TO 52.212-2 1. Contract Type: The contract will be firm-fixed price. It will be competed and awarded under Federal Acquisition Regulation Part 13, Simplified Acquisition Procedures. The Government intends to select one Contractor from the subject solicitation. 2. SAM Registration: Quoter s must be registered in the System for Award Management (SAM). No contract will be entered into with an unregistered contractor. Internet access allows you to register by completing an electronic on-line registration application at https://www.sam.gov/SAM On-line Representations and Certifications (ORCA) may also be filled out at this website. 3. Solicitation Questions: Questions of a technical nature shall be submitted to the Contracting Officer in writing via e-mail. Oral questions of a technical nature are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is July 30, 2020 by 4:00 PM EDT. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. 4. Amendments: Amendments to this solicitation will be posted at https://beta.sam.gov (Contract Opportunities). Paper copies of the amendments will NOT be individually mailed. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. Failure to acknowledge an amendment may result in your offer being considered unacceptable. 5. Basis for Award: This requirement will be competed and awarded under Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures. The Government will award a purchase order resulting from this solicitation to the responsive, responsible offeror in accordance with FAR 9.104-1 and whose quote conforms to the solicitation will be the best value to the Government, price and other non-price factors considered. Since award may be made to the Quoter with other than the lowest price, price is not necessarily the determining factor. 6. Award and Selection: Following receipt of quotes, the government will perform an evaluation using a comparative analysis of the products/services quoted, in an impartial manner. The government intends to compare what has been quoted to one another to select the product/service that is best suited to fulfill the requirement. The evaluation factors outlined in this request for quote will determine suitability. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other non-price factors considered. 7. Quote Preparation Instructions: Quotes shall be based on the requirements of the solicitation, and must contain the following: Part I - Price: Insert proposed unit and extended prices in all Contract Line Item Numbers (CLINs). All prices shall be represented in two decimal positions only. Example: $0.27, not $0.27458. Part II Technical Capabilities: Quoter shall submit all the required information listed within the Statement of Work, paragraph 9 REQUIRED PORPOSAL CONTENT VENDOR TO SUBMIT: a. g. 8. Submission of Quotes: Quotes are due no later than August 10, 2020 by 4:00 PM EDT. Quotes shall be submitted electronically to Stuart.Stovall@va.gov. The email subject line must contain the following: Quote in Response to 36C10E20Q00233, EAP Services, Lincoln, NE VBA . 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. Failure to provide any of the required information or the providing of inadequate or unclear information may result in the offer being considered unacceptable. x. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (JUN 2020) applies to this solicitation. The offeror has 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 ____________. xi. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) applies to this solicitation. The following provisions clauses are added as addenda: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JULY 2016) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (JUN 2016) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) The Government may extend the term of this contract by written notice to the Contractor within 15 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five (5) years. 52.224-1 Privacy Act Notification (APR 1984) 52.224-2 Privacy Act (APR 1984) 52.227-14 Rights in Data-General (MAY 2014) 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items. PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) (a) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The following provisions and clauses that have been checked by the Contracting Officer are incorporated by reference. _X__ 852.203-70, Commercial Advertising. _X__ 852.209-70, Organizational Conflicts of Interest. ___ 852.211-70, Equipment Operation and Maintenance Manuals. ___ 852.214-71, Restrictions on Alternate Item(s). ___ 852.214-72, Alternate Item(s). [Note: this is a fillable clause.] ___ 852.214-73, Alternate Packaging and Packing. ___ 852.214-74, Marking of Bid Samples. ___ 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. ___ 852.215-71, Evaluation Factor Commitments. ___ 852.216-71, Economic Price Adjustment of Contract Price(s) Based on a Price Index. ___ 852.216-72, Proportional Economic Price Adjustment of Contract Price(s) Based on a Price Index. ___ 852.216-73, Economic Price Adjustment State Nursing Home Care for Veterans. ___ 852.216-74, Economic Price Adjustment Medicaid Labor Rates. ___ 852.216-75, Economic Price Adjustment Fuel Surcharge. ___ 852.219-9, VA Small Business Subcontracting Plan Minimum Requirements. _X__ 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (JUL 2019 DEVIATION) ___ 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside. ___ 852.222-70, Contract Work Hours and Safety Standards Nursing Home Care for Veterans. ___ 852.228-70, Bond Premium Adjustment. ___ 852.228-71, Indemnification and Insurance. ___ 852.228-72, Assisting Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses in Obtaining Bonds. _X__ 852.232-72, Electronic Submission of Payment Requests. ___ 852.233-70, Protest Content/Alternative Dispute Resolution. ___ 852.233-71, Alternate Protest Procedure. ___ 852.237-70, Indemnification and Medical Liability Insurance. ___ 852.246-71,Rejected Goods. ___ 852.246-72, Frozen Processed Foods. ___ 852.246-73, Noncompliance with Packaging, Packing, and/or Marking Requirements. _X__ 852.270-1, Representatives of Contracting Officers. ___ 852.271-72, Time Spent by Counselee in Counseling Process. ___ 852.271-73, Use and Publication of Counseling Results. ___ 852.271-74, Inspection. ___ 852.271-75, Extension of Contract Period. _X__ 852.273-70, Late Offers. ___ 852.273-71, Alternative Negotiation Techniques. ___ 852.273-72, Alternative Evaluation. ___ 852.273-73, Evaluation Health-Care Resources. _X__ 852.273-74, Award without Exchanges. (b) All requests for quotations, solicitations, and contracts for commercial item services to be provided to beneficiaries must include the following clause: _X__ 852.237-74, Nondiscrimination in Service Delivery. (End of clause) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (a) This solicitation includes VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (DEVIATION). (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer 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. (c) 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 Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) 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 Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of Clause) (End of Addendum to 52.212-4) xii. 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items (JUL 2020), applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph (a) clauses applicable: (1) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (2) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab and Other Covered Entities (JUL 2018) (3) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019) (4) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) (5) 52.233-3 Protest After Award (AUG 1996) (6) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) Paragraph b clauses applicable: (4) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (8) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (22) 52.219-28 Post-Award Small Business Program Representation (MAY 2020) (27) 52.222-3 Convict Labor (June 2003) (29) 52.222-21 Prohibition of Segregated Facilities (APR 2015) (30) 52.222-26 Equal Opportunity (SEP 2016) (32) 52.222-35 Equal Opportunity for Workers with Disabilities (JUN 2020) (35)(i) 52.222-50 Combating Trafficking in Persons (JAN 2019) (44) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (47)(ii) 52.224-3 Privacy Training (JAN 2017) (51) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (59) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) Paragraph (c) clauses applicable: (6) 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) Paragraph (e) clauses are all applicable is any work is subcontracted. xiii. Additional Contract Requirements or terms and conditions: See attached document: Final_Employee Assistance Program SOW FY21 See attached document: Pricing Schedule - 36C10E20Q0233 xiv. Defense Priorities and Allocations Systems and assigned rating: N/A xv. Quotes are due no later than August 10, 2020 by 4:00 PM EDT.. Offers shall be submitted electronically to Stuart.Stovall@va.gov . For additional information, please contact the Contracting Officer, Stuart Stovall, via e-mail to Stuart. Stovall@va.gov End of Document
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/38c409db46674d9297e70844a86272d8/view)
 
Place of Performance
Address: Department of Veterans Affairs Veterans Benefits Administration Lincoln Regional Office 3800 Village Drive, Lincoln, NE 68516 68516, USA
Zip Code: 68516
Country: USA
 
Record
SN05732956-F 20200726/200724230145 (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 |
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.