MODIFICATION
G -- Butler Veterans Administration Medical Center (BVAMC) Transitional Housing - Homeless
- Notice Date
- 8/13/2020 12:50:03 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 624221
— Temporary Shelters
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24420Q0834
- Response Due
- 9/7/2020 7:00:00 AM
- Archive Date
- 12/06/2020
- Point of Contact
- Maureen Jordan, Contracting Officer, Phone: 215-823-5800 x206855
- E-Mail Address
-
Maureen.Jordan@va.gov
(Maureen.Jordan@va.gov)
- Awardee
- null
- Description
- 36C24420Q0834 Page 1 of Page 2 of 47 Page 1 of Solicitation Number / RFQ 36C24420Q0834 Butler Veterans Administration Medical Center (BVAMC) Transitional Housing for Homeless Veterans in Butler, Pennsylvania This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, using Simplified Acquisition Procedures found at FAR Subpart 13.5 and 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 combined synopsis solicitation number is 36C24420Q0834. It is issued as a Request for Quote (RFQ). The government anticipates awarding multiple firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contracts resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07 (08/03/2020) and can be found at http://www.acquisition.gov/far/index.html. The North American Industrial Classification System (NAICS) code for this procurement is 624221 with a small business size standard of $12 Million. This solicitation is unrestricted. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information is at www.sam.gov. Confirmation of SAM registration will be validated prior to awarding a contract. Through the HCHV program, The Department of Veterans Affairs (VA) provides case management services to Veterans and facilitates their access to a broad range of medical, mental health, and rehabilitative services. Butler Veterans Administration Medical Center (BVAMC) needs to acquire care, treatment and rehabilitative services to Veterans suffering from serious mental illness including Veterans who are homeless or at imminent risk of becoming homeless, in community-based treatment facilities offering a safe and secure environment that supports their rehabilitation goals. The Contractor will be required to provide therapeutic and rehabilitative services but will not be required to provide detoxification or other hospital level treatment those services will be provided by or through the VA at VA facilities or appropriate community partner facilities. Services are outlined in the Performance Work Statement (PWS) attached (Attachment A). A complete description of the services to be acquired, and/or applicable Government need(s) as follows: See Attachment A: Performance Work Statement (PWS). Contracting Office Address: Department of Veterans Affairs Regional Procurement Office East Network Contracting Office 4 (NCO 4) 100 S. Independence Mall West 5th Floor Philadelphia, PA 19106 Contracting Officer: Maureen Jordan POC Information: Butler Veterans Administration Medical Center (BVAMC) 353 N. Duffy Road Butler, PA 16001-2418 Quotes in response to this RFQ are due on Monday, September 7, 2020 at 10:00 AM EST. They shall be submitted in writing and sent via email to Maureen.Jordan@va.gov. Please insert Solicitation Number 36C24420Q0834 Transitional Housing Homeless BVAMC in the subject line of your email. All submissions shall be 5MB or less. If the email is more than 5MB, submit multiple emails labeling them 1 of XX, 2 of XX, etc. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation shall be forwarded in writing via e-mail to the Contracting Officer by Monday, August 31, 2020. Questions will not be accepted after this date. Responses to vendor question(s) will be posted via an amendment on beta.SAM. See Attachment B: Price/Cost Schedule. Complete Attachment B and send with your quote. 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:"" Provision FAR 52.212-1 Instructions To Offerors Commercial Items (OCT 2018) applies to this acquisition. Addendum to FAR 52.212-1 Supplemental Instructions to Offerors applies to this acquisition: For the purposes of evaluating competing quotes, Quoters shall submit quotes that include the following documentation: Solicitation: Page 1 of SF1449 Complete Blocks 17a. (including Contractor Point of Contact); 30a; 30b. and 30c. Page 2 of SF1449 Complete Contractor POC Information and Acknowledge Amendments, if applicable. Complete Attachment B. Price/Cost Schedule for each CLIN and return with your quote. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JUN 2020). Offerors shall include a completed copy of the provision with their quote if the Quoter has not completed electronically in the System for Award Management (SAM) accessed through https://www.sam.gov/SAM/ Please prepare and send three separate documents as part of your quote: (1) Technical Capability; (2) Past Performance Information; and (3) Price/Cost Schedule for each CLIN. The maximum file size is 5 MB I can receive in one email. Quote shall be submitted via email to: Maureen Jordan, Contracting Officer at Maureen.Jordan@va.gov. Include in subject line of email: Solicitation Number 36C24420Q0834 Transitional Housing Homeless BVAMC. All quotes shall be submitted on or before the offer due date shown on page 1 of the Standard Form 1449; in Block 8. Under no circumstances shall pricing information be included in the Technical Capability. 1. Technical Capability: Quoters shall include the following information: 1. Technical Capability: Quoters are required to submit a comprehensive and complete technical plan that demonstrates their ability to perform the work described in the PWS. Quoters are cautioned to be responsive to all of the requirements in the PWS and to provide sufficient information to allow for evaluation of the quotes. The proposed technical capability demonstrates that the plan of action for the required services is comprehensive and implementable. Quoters shall at a minimum address the following: a. Quoters understanding of the work to be performed to include: 1. Ability to perform all services listed in the PWS; 2. Room and Board; 3. On-site facilities and services offered (laundry, meals, etc.) 4. Demonstration of community outreach efforts to identify eligible Veterans b. List of Key Personnel to include: 1. Qualifications, Training, Resume, License/Certification c. Facility Operations to include: 1. Address of facility and distance (in miles) from the VA Pittsburgh Healthcare System; 2. Copies of any and all current occupancy permits or licenses; 3. Size of Facility (number of beds available); 4. Evidence of compliance with Life Safety Code according to NFPA #101; 5. Evidence of Fire Alarm testing, Annual Sprinkler System testing, Annual Fire Marshall Inspection Report and Emergency Disaster Plan; 6. Proof of Indemnification and Medical/Malpractice Liability Insurance. 2. Past Performance: Quoter s shall provide up to three (3) references, preferably of Government work, performed in the last three (3) years. Past performance information shall be recent (performance within the last three years) and relevant to this scope of work. All past performance references shall include name of client, customer point of contact, customer telephone number, contract number, award amount, project/service location, and other relevant information. The apparent awardees past performance will be evaluated as part of the contractor responsibility determination to ensure the presence of an acceptable performance record in accordance with FAR 9.104-1. The Government reserves the right to seek past performance information from any sources not included in your past performance and available to the Government to include, but not limited to, CPARS or other databases; interviews with Program Managers, customers, and Contracting Officers; and references provided by the contractor. 3. FAR 52.212-2 Evaluation Commercial Items (OCT 2014) applies to this acquisition: (a) The Government will award a contract resulting from this solicitation to the responsible Quoter that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate technical capability, past performance and price. (b) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful Quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Technical Capability, Past Performance and Price. The Government will perform an evaluation using a comparative evaluation. The Government will compare quotes to one another to select the contractor that best benefits the Government by fulfilling the requirement. Comparative evaluation will be conducted in accordance with FAR 13.106-2(b)(3). The Contracting Officer may award several firm fixed-price, Indefinite Delivery Indefinite Quantity contracts resulting from this RFQ to the responsible Quoter(s) whose quote conforming to the RFQ is most advantageous to the Government. Clauses included in this solicitation in full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2020). The following subparagraphs are applicable: Subparagraph (b)(1), (b)(8-9), (b)(12), (b)(16), (b)(22), (b)(27), (b)(29-36), (b)(44), (b)(51), (b)(55) (b)(58). Subparagraphs (c)(1-2), (c)(7-8). FAR 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 October 1, 2020 through September 30, 2025. (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. (End of Clause) 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 one bed, 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 eight beds; (2) Any order for a combination of items in excess of eight beds; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in paragraph (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 5 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. (End of Clause) 52.216-22 Indefinite Quantity (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the ""maximum."" The Government shall order at least the quantity of supplies or services designated in the Schedule as the ""minimum."" (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) 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 the end of the contracted period of performance. (End of Clause) 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. [] 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. [X] 852.233 70, Protest Content/Alternative Dispute Resolution. [X] 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. [] 852.273 70, Late Offers. [] 852.273 71, Alternative Negotiation Techniques. [] 852.273 72, Alternative Evaluation. [] 852.273 73, Evaluation Health-Care Resources. [] 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) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998): FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) FAR 52.212-4 Contract Terms and Conditions Commercial Items (OCT 2018) FAR 52.216-32 Task Order and Delivery Order Ombudsman (SEP 2019) FAR 52.232-18 Availability of Funds (APR 1984) FAR 52.232-37 Multiple Payment Arrangements (MAY 1999) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) Provisions included in this solicitation in full text: FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JUN 2020). Offerors shall include a completed copy of the provision with their offer if the Offeror has not completed electronically in the System for Award Management (SAM) accessed through https://www.sam.gov/SAM/. FAR 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm-Fixed-Price, Indefinite Quantity contract resulting from this solicitation. (End of Provision) FAR 52.233-2 SERVICE OF PROTEST (SEP 2006) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Maureen Jordan Contracting Officer Hand-Carried Address: 100 S. Independence Mall West 5th Floor Philadelphia PA 19106 Mailing Address: same as above (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) FAR 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 (End of provision) Provisions incorporated by reference are: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.216-27 Single or Multiple Awards (OCT 1995) (End of Addendum to 52.212-1) Wage Determination 2015-4236, REV 15 dated 05/11/2020 applies and can be found at: https://beta.sam.gov/search?keywords=2015-4236&sort=-relevance&index=wd&is_active=true&page=1
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d1e96664ccbc4f678a1f8afc9eda8a56/view)
- Record
- SN05755909-F 20200815/200813230153 (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 |