Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2020 SAM #6818
SOLICITATION NOTICE

R -- RO322 | RFQ 36C10E20Q0242 |EAP SERVICES MONTGOMERY AL |

Notice Date
7/28/2020 2:43:50 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541612 — Human Resources Consulting Services
 
Contracting Office
VBA FIELD CONTRACTING (36C10E) WASHINGTON DC 20006 USA
 
ZIP Code
20006
 
Solicitation Number
36C10E20Q0242
 
Response Due
8/13/2020 12:00:00 AM
 
Archive Date
08/28/2020
 
Point of Contact
Raymond S Tracey, Contract Specialist/Contracting Officer, Phone: 716-430-4684
 
E-Mail Address
raymond.tracey@va.gov
(raymond.tracey@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
COMBINED SYNOPSIS SOLICITATION 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; proposals are being requested and a written solicitation will not be issued. 36C10E20Q0242 The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2020-07, dated 07-02-2020. This solicitation is set-aside exclusively for Service-Disabled Veteran-Owned Small Business concerns. To be considered for award prospective offerors must be a verified SDVOB concern in the VA Center for Verification and Evaluation (CVE) Veteran Information Pages (VIP) pages at the date and time set for receipt of offers. An Offeror who is not a verified SDVOB concern at the date and time set for receipt of offers will have their offer rejected as non-responsive and will not be considered for award. The applicable NAICS Code for this solicitation is 541612, Small Business Size Standard $15M. EAP Services 270 employees, Montgomery VA Regional Office. ITEM NO. DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 0001 EAP Services for 270 employees of the Montgomery VA Regional Office in accordance with the attached Statement of Work (SOW) Base Year: Period of Performance: Begin 09-14-2020 End: 09-13-2021. 12 MO $________ $__________ ITEM NO. DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 0002 Not-to-exceed - On-site orientations seminars and workshops/training at $_______/Hour EAP Services for 270 employees of the Montgomery VA Regional Office in accordance with the attached Statement of Work (SOW) Base Year: Period of Performance: Begin 09-14-2020 End: 09-13-2021. 1 YR $________ $___________ ITEM NO. DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 1001 EAP Services for 270 employees of the Montgomery VA Regional Office in accordance with the attached Statement of Work (SOW) Option 1: Period of Performance: Begin 09-14-2021 End: 09-13-2022. 12 MO $________ $___________ ITEM NO. DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 1002 Not-to-exceed - On-site orientations seminars and workshops/training at $_______/Hour EAP Services for 270 employees of the Montgomery VA Regional Office in accordance with the attached Statement of Work (SOW) Option 1: Period of Performance: Begin 09-14-2021 End: 09-13-2022. 1 YR $________ $___________ ITEM NO. DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 2001 EAP Services for 270 employees of the Montgomery VA Regional Office in accordance with the attached Statement of Work (SOW) Option 2: Period of Performance: Begin 09-14-2022 End: 09-13-2023. 12 MO $________ $___________ ITEM NO. DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 2002 Not-to-exceed - On-site orientations seminars and workshops/training at $_______/Hour EAP Services for 270 employees of the Montgomery VA Regional Office in accordance with the attached Statement of Work (SOW) Option 2: Period of Performance: Begin 09-14-2022 End: 09-13-2023. 1 YR $________ $___________ ITEM NO. DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 3001 EAP Services for 270 employees of the Montgomery VA Regional Office in accordance with the attached Statement of Work (SOW) Option 3: Period of Performance: Begin 09-14-2023 End: 09-13-2024. 12 MO $________ $___________ ITEM NO. DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 3002 Not-to-exceed - On-site orientations seminars and workshops/training at $_______/Hour EAP Services for 270 employees of the Montgomery VA Regional Office in accordance with the attached Statement of Work (SOW) Option 3: Period of Performance: Begin 09-14-2023 End: 09-13-2024. 1 YR $________ $___________ ITEM NO. DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 4001 EAP Services for 270 employees of the Montgomery VA Regional Office in accordance with the attached Statement of Work (SOW) Option 4: Period of Performance: Begin 09-14-2024 End: 09-13-2025 12 MO $________ $___________ ITEM NO. DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 4002 Not-to-exceed - On-site orientations seminars and workshops/training at $_______/Hour EAP Services for 270 employees of the Montgomery VA Regional Office in accordance with the attached Statement of Work (SOW) Option 4:: Period of Performance: Begin 09-14-2024 End: 09-13-2025 1 YR $________ $___________ Description of Requirement (see attached SOW) Period of Performance: Base year + 4 one-year options. FAR 52.212-1, Instructions to Offerors Commercial Items (MAR 2020), applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) FAR 52.212-2, Evaluation Commercial Items (OCT 2014), applies to this solicitation. Offers will be evaluated on 1. Professional Qualification of Contractors Staff. 2. How well does the quote meet all the requirements of the RFQ SOW. 3. Past Performance. 4. Price FAR 52.212-3, Offeror Representations and Certifications Commercial Items (MAR 2020) applies to this solicitation. Offerors shall submit a completed copy of FAR 52.212-3 with its Offer. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-2 Clauses Incorporated By Reference (FEB 1998) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 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 (End of clause) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of clause) 52.228-5 Insurance Work on a Government Installation (JAN 1997) (a) Workers compensation and employer s liability. Contractors are required to comply with applicable Federal and State workers compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer s liability section of the insurance policy, except when contract operations are so commingled with a contractor s commercial operations that it would not be practical to require this coverage. Employer s liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers compensation to be written by private carriers. (See 28.305(c) for treatment of contracts subject to the Defense Base Act.) (b) General liability. (1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (2) Property damage liability insurance shall be required only in special circumstances as determined by the agency. (c) Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. 52.232-18 Availability of Funds (APR 1984) 52.232.40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR 852.212-70 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. ___ 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. ___ 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. ___ 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. ___ 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: ___ 852.237-74, Nondiscrimination in Service Delivery. (End of clause) VAAR 852.219-74 Limitations on Subcontracting (JUL 2018) (DEVIATION) (a) This solicitation includes FAR 52.219-10 Limitation on Subcontracting (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. 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) 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items (MAR 2020), applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b clauses applicable: (4) 52.204-10 Reporting Executive Compensation & First Tier Subcontracting Awards (OCT 2018) (8) 52.209-6 Protecting the Government s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (22) 52.219-28 Post-Award Small Business Program Representation (MAR 2020) (27) 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) (29) 52.222-21 Prohibition of Segregated Facilities (APR 2015) (30) 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) (32) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (35) 52.222-50 Combating Trafficking in Persons (JAN 2019) (44) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (51) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (58) 52.232-34 Payment by Electronic Funds Transfer Other than System for Award Management (JUL 2013) N/A N/A Offers are due not later than 7 August 2020, 3:00 PM Eastern Time. Offers must be submitted electronically to raymond.tracey@va.gov For additional information, please contact the Contracting Officer, raymond.tracey@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7f97b9f6dbf44f0fa9345e951ed6d6ed/view)
 
Place of Performance
Address: Department of Veteran Affairs Montgomery VARO 345 Perry Hill Road,, Montgomery, AL 36109, USA
Zip Code: 36109
Country: USA
 
Record
SN05735955-F 20200730/200728230139 (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.