Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2011 FBO #3561
DOCUMENT

B -- Training speaker sexual trauma of Veteran patients - Attachment

Notice Date
8/23/2011
 
Notice Type
Attachment
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of Veterans Affairs;VA NW Health Network (VISN 20);Vancouver Square at the Mall, Suite 203;5115 NE 82nd AVE;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26011RQ1579
 
Response Due
8/25/2011
 
Archive Date
9/4/2011
 
Point of Contact
Greg Smith
 
E-Mail Address
2-9860<br
 
Small Business Set-Aside
N/A
 
Description
n: VA-260-11-RQ-1579 Notice Type: Combined Synopsis/Solicitation Synopsis: Added: August 05, 2011 This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. Under Statutory Authority 41 U.S.C. 253(c)(1) The Jonathan Wainwright VA Medical Center in Walla Walla, WA, anticipates entering into a procurement for a Military Sexual Trauma trained speaker for two separate presentations in the Behavioral Health Department, Jonathan Wainwright VA Medical Center, 77 Wainwright Dr, Walla Walla, WA 99362. (ii) The reference/solicitation number is VA-260-11-RQ-1579 and the solicitation is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a contract and corresponding purchase order. (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and (VAAR). (iv) The North American Industry Classification System (NAICS) code is 611710 (size standards is $19.0 million) and applies to this solicitation. (v) Contractor shall provide a fixed rate for Military Sexual Traumatraining services located in Jonathan Wainwright VA Medical Center, 77 Wainwright Dr, Walla Walla, WA 99362. DESCRIPTION/SPECIFICATIONS/WORK STATEMENT The Jonathan Wainwright VA Medical Center in Walla Walla, WA is in need of a Military Sexual Trauma trained speaker for two separate presentations in the Behavioral Health Department, Jonathan Wainwright VA Medical Center, 77 Wainwright Dr, Walla Walla, WA 99362. Qualifications: Knowledge of military sexual trauma with regard to resolution, healing and recovery in the Veteran population. Experience: Sexual trauma training and documented education of such, required. Length of Assignment: 2 full days of training, plus travel time General Experience Required: Specialized training required Knowledge of Specialty Experience (A Plus but Not Required): Familiarity with Veteran Medical Sexual trauma issues. Familiarity with Veteran population. On-Call Hours: Not available Overtime: Not Available Tour of Duty: Not applicable. Speaker will be available for two full presentations on two separate days of the week. Specific date and times to be determined by the Behavioral Health Department at the Walla Walla VA. Lunch - ½ hour VA Credentialing and Privileging Required: Not required Military Sexual Trauma Speaker Skills Preferred - Person must be educated in training large groups on Veterans issues. Speaker must possess clinical social work skills in the areas of: psychotherapy; mental status evaluations; diagnostic and psychosocial assessments; and crisis intervention. The presenter must be highly qualified with varied experiences in group work including: planning, development, facilitation and implementation of military sexual trauma presentations. Speaker must be able to provide training of military sexual trauma counseling to staff. Job Description - Presenter of Military Sexual Trauma training to VA staff members. Presenter must be able to provide CEU's for education of staff, time permitting. Provide 2 full days of training. Speaker must have credentials for the specific training presentation. Security of VA Information- All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to all tiers of subcontractor personnel requiring the same access. The required investigation(s) shall be initiated prior to contract performance. If the investigation has not been completed prior to the start date of the contract, the contractor will be responsible for the actions of those individuals they provide to perform work for VA. Failure to comply with the contractor personnel security requirements may result in termination of the contract for default.. 1. Contact Lisa Noren, Administrative Officer for the Behavioral Health Dept, Walla Walla VA for dates requested for the presentations. It is anticipate that a firm fixed price contract for a year (12 Months) will be awarded. "(vii) Delivery and acceptance of deliverables will be FOB destination. Period of performance is 2 full days of training as of the effective date of the contract. "(viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.212-1, 52.204-6 Data Universal Numbering System (DUNS) Number; VAAR 852.219-70, 852.233-70 Protest Content; 852.236-76 Correspondence; 852.237-70 Contractor Responsibilities; 852.270-1. "(ix) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Addendum To 52.212-2 Evaluation - Commercial Items (JAN 1999) applies and any award(s) resulting from this solicitation will be made using the following method using cascade order of precedence: In accordance with FAR Subpart 19.14 and PL 109-461, award under this solicitation will be made on a competitive basis first to an eligible Service Disabled Veteran Owned small business (SDVOSB) concern (see, FAR 52.219-1, "Small Business Program Representations" for small business size definition) who submits a responsive offer, provided that there is adequate competition among such firms. If there is inadequate competition for award to a SDVOSB concern, award will be made competitively to an eligible Veteran Owned Small Business (VOSB) concern. If there is inadequate competition for award to a VOSB concern, award will be made competitively to an 8a or HubZone small business concern. If there is inadequate competition for award to an 8a or HubZone concern, award will be made competitively to a small business concern IAW FAR 19.5.. If there is inadequate competition for award to a small business concern, award will be made on the basis of full and open competition considering all responsive offers submitted by responsible business concerns. Adequate competition shall be deemed to exist if- "At least two competitive offers are received from qualified, responsible business concerns at the tier under consideration; and "Award will be made at fair market prices as determined in accordance with FAR 19.202-6. When there is inadequate competition at any tier, an otherwise competitive offer from a responsible business concern at that tier will be considered with the eligible offers for the next lower tier. For example, only one competitive offer is received from a SDVOSB business. That offer will be included with the offer(s) received from all VOSB businesses. If there is still inadequate competition, the offer from the SDVOSB business will then be included with SB offer(s) received; finally, if there is inadequate competition at the SB tier, the SDVOSB offer will be included with all responsive offers. Award will be made to the offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and past performance considered. Pricing will be firm fixed price for each line item identified. The offeror(s) with the lowest cost/price alone will not necessarily be awarded the contract. Basis for contract award: This is a competitive best value acquisition in which competing offerors' past performance history will be evaluated on a basis significantly more important than cost or price considerations. By submission of its' offer, the offeror accedes to the terms and conditions of this solicitation, and all such offers shall be treated equally except for their prices and performance records. The evaluation process shall proceed as follows: Step 1: Initially, offers shall be ranked according to price. An Offerors quoted prices will be determined by multiplying the quantities identified in Schedule of Items by the quoted unit price for each Contract Line Item Number or Subcontract Line Item Number to confirm the extended amount for each. Technical factors are based on a pass/fail basis. Step 2: Using the no more than two references supplied by each interested contractor and the data independently obtained from other Government and commercial sources, the contracting officer shall seek performance information on the lowest priced proposal. The purpose of the past performance evaluation is to allow the Government to assess the Offerors ability to perform the effort described in this Request for Quote (RFQ), based on the Offerors demonstrated present and past performance. The assessment process will result in an overall risk rating of very good, satisfactory, neutral, marginal, or unsatisfactory. Offerors with no relevant past or present performance history shall receive the rating "neutral," meaning the rating is treated neither favorably nor unfavorably. In evaluating past performance the Government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this RFQ. Step 3: If the lowest priced evaluated technically acceptable offer is judged to have a very good performance risk rating, then that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. The Government reserves the right to award a contract to other than the lowest priced offer if that offeror is judged to have a performance risk rating of "satisfactory" or lower. In that event, the contracting officer shall make an integrated assessment best value award decision The Government will award a firm fixed price contract with a base plus four (4) option year contract resulting from this solicitation. The evaluation factors for award are technical capabilities, past performance and price with technical capabilities and past performance being evaluated as significantly more important than cost considerations. "(x) The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from http://www.arnet.gov/far); or (2) complete the Online Reps and Certs. Application (ORCA) at http://www.bpn.gov and reference it in your quote. "(xi) The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-6 Notice of Total Small Business, 52.219-28 Post Award Small Business Program Representations, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities, 52.225-13 Restriction on Certain Foreign Purchases; 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration, 52.222-41, Service Contract Act of 1965 (NOV 2007), 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989), 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment. "(xiii) FAR Clauses, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract apply. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. "(xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) There are no applicable Numbered Notes that apply. "(xvi) Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service must submit in writing their qualifications and capabilities information including technical data and pricing in to this office for consideration. RESPONSES ARE DUE Wednesday August 25, 2011, by 1:00 pm. Pacific Daylight time. (xvii) Use electronic mail to submit quotations with a scanned electronic signature to Gregory.smith7@va.gov. Quotes may be faxed to; 360-256-0936 or mailed to 5115 NE 82nd Ave, Suite 203 Vancouver, WA 98662. Telephone inquiries will not be accepted, please submit questions regarding this solicitation via email to Gregory.smith7@va.gov. Contracting Office Address: Department of Veterans Affairs VA NW Health Network-VISN 20 5115 NE 82nd Ave., Suite 203 Vancouver WA 98662 Point of Contact(s): Greg Smith Contracting Officer ATTACHMENT: P07 Wage Determination.pdf 13 pages
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2944791228c7eae3638dfe9ac777d718)
 
Document(s)
Attachment
 
File Name: VA-260-11-RQ-1579 VA-260-11-RQ-1579.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=240495&FileName=VA-260-11-RQ-1579-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=240495&FileName=VA-260-11-RQ-1579-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02545128-W 20110825/110823235111-2944791228c7eae3638dfe9ac777d718 (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.