DOCUMENT
G -- SATP Participates Community Based Residences - Attachment
- Notice Date
- 2/19/2013
- Notice Type
- Attachment
- NAICS
- 624229
— Other Community Housing Services
- Contracting Office
- DEPARTMENT OF VETERANS AFFAIRS;FARGO VA HEALTHCARE SYSTEM;2101 ELM STREET (04-S);FARGO ND 58102-2417
- ZIP Code
- 58102-2417
- Solicitation Number
- VA26313R0047
- Response Due
- 1/29/2013
- Archive Date
- 2/28/2013
- Point of Contact
- John D. North III
- E-Mail Address
-
k-23
- Small Business Set-Aside
- N/A
- Description
- i.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. The Department of Veterans Affairs, Fargo VA Health Care System (HCS), Substance Abuse Treatment Program (SATP), provides an Outpatient Treatment Program at the Fargo VA Medical Center. To ensure continuum of care for eligible (female and male) Veterans with psychoactive substance use disorders participating in the Outpatient Treatment program, the Fargo VA Health Care System (HSC) Substance Abuse Treatment Program requires a community based residential rehabilitation treatment center that can provide a high quality supportive residential environment with around the clock staff coverage when eligible Veterans are not undergoing substance abuse treatment at the Fargo VA Medical Center. The length of stay varies depending on individual needs evaluated prior to admission and during their participation in the Fargo VA HCS Outpatient Treatment Substance Abuse Treatment Program (SATP). However, the Fargo VA HCS will not authorize the payment of per diem for an individual veteran for a period of more than six (6) months absent extraordinary circumstances, (Authority: 38 U.S.C. §501and §2031). ii.The reference / solicitation number is VA263-13-R-XXXX and the solicitation is issued as a Request for Proposals (RFP). The combined synopsis / solicitation are being issued as an unrestricted (Full and Open Competition). The Government anticipates entering into negotiations and award of a single Indefinite-Delivery Indefinite-Quantity (IDIQ) firm-fix-price (FFP) contract with a base year (not to exceed 12-months) with up to four (4) one (1) year options. The firm-fix-price (FFP) will be all-inclusive rate. iii.The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication through Federal Acquisition Circular 2005-62 (effective December 20, 2012). Provisions and clauses incorporated by reference have the same force and effects as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulation (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.apc1.va.gov/oamm/vaar (VAAR). iv.The North American Industry Classification System (NAICS) Code is 621420 with the small business size standard of $10.0-million (USD) applies to this solicitation. v.As prescribed in Veterans Administration Acquisition Regulation Part 816.504(d), as it is impossible to determine the exact quantities that will be required during the contract term, each bidder whose bid is accepted wholly or in part will be required to deliver all articles that may be ordered during the contract term, except as he or she otherwise indicates in his or her bid and except as otherwise provided herein. The fact that quantities are estimated shall not relieve the contractor from filling all orders placed under this contract to the extent of his/her obligation. Also the Department of Veterans Affairs shall not be relieved of its obligation to order from the contractor all articles that may, in the judgment of the ordering officer, be needed except that in the public exigency procurement may be made without regard to this contract. It is impossible to determine the exact or estimated amount, which will be determined under the contract. It is understood that no obligation will be incurred by the Department of Veterans Affairs (VA) under this contract until authorizations are issued by the Contracting Officer's Representative (COR) for residential treatment for specific beneficiaries. The Department of Veterans Affairs (VA) agrees to make payment on a timely basis for services rendered in accordance with such authorizations upon receipt of billings as submitted by the contractor at the completion of each month's services. It is also understood that per diem for beneficiaries will be authorized for the day of admission to or the day of discharge from the program, not both. Generally, payment will be made for the day of admission. If a beneficiary is admitted to and discharged from the residential treatment center on the same day, payment will be made for one day. Invoices shall be submitted to the Department of Veterans Affairs (VA) facility authorizing admission of the patient. Unless specifically excluded in this contract, the per diem rate established will include the services listed in this document and will also include all services or supplies provided to other patients by the non-VA community-based residential rehabilitative treatment provider without extra charge. Table B.2 Supply/Services Schedule of Price/Cost a. CLINb. Description of Servicesc. Quantityd. Unite. Per Diem Rate (All-Inclusive Rate)f. Discounted Priceg. Total Price THE BASE YEAR PERIOD IS FROM THE DATE OF WARD / EFFECTIVE DATE UNTIL DECEMBER 31, 2013 0001All-inclusive Per Diem rate in accordance with Performance work statement for a four (4) to six (6) male occupancy room1RM$$$ 0002All-inclusive Per Diem rate for a single room for male or female1RM$$$ 0003Reserved for future use OPTION PERIOD ONE IS FROM JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 1001All-inclusive Per Diem rate in accordance with Performance work statement for a four (4) to six (6) male occupancy room1RM$$$ 1002All-inclusive Per Diem rate for a single room for male or female1RM$$$ 1003Reserved for future use OPTION PERIOD TWO IS FROM JANUARY 1, 2015 THROUGH DECEMBER 31, 2015 2001All-inclusive Per Diem rate in accordance with Performance work statement for a four (4) to six (6) male occupancy room1RM$$$ 2002All-inclusive Per Diem rate for a single room for male or female1RM$$$ 2003Reserved for future use OPTION PERIOD THREE IS FROM JANUARY 1, 2016 THROUGH DECEMBER 31, 2016 3001All-inclusive Per Diem rate in accordance with Performance work statement for a four (4) to six (6) male occupancy room1RM$$$ 3002All-inclusive Per Diem rate for a single room for male or female1RM$$$ 3003Reserved for future use OPTION PERIOD FOUR IS FROM JANUARY 1, 2017 THROUGH DECEMBER 31, 2017 4001All-inclusive Per Diem rate in accordance with Performance work statement for a four (4) to six (6) male occupancy room1RM$$$ 4002All-inclusive Per Diem rate for a single room for male or female1RM$$$ 4003Reserved for future use The contracting officer is the only person authorized to approve changes or modify any of the requirements of this contract. The contractor shall communicate with the contracting officer on all matters pertaining to contract administration. Only the contracting officer is authorized to make commitments or issue changes that shall affect price, quality or quality of performance of this contract. In the event the contractor affects any such change at the direction of any person other than the contracting officer without authority, no adjustment shall be made in the contract price to cover an increase in costs incurred as a result thereof. The Contracting Officer Representative (COR) will be responsible for the overall technical administration of this contract as outlined in the COR Delegation of Authority, including monitoring of the contractor's performance. NOTE: Where State Law prohibits all-inclusive contracts for Residential Treatment Center Services, exclusions may be made as otherwise indicated within this contract. vi.The Department of Veterans Affairs, Fargo VA Health Care System, 2101 Elm Street, Fargo, North Dakota 58102, and the Substance Abuse Treatment Program (SATP) provide an Outpatient Treatment program. To ensure continuum of care for eligible (female and male) Veterans with psychoactive substance use disorders participating in the Outpatient Treatment program, the Fargo VA Health Care System requires a community-based residential rehabilitation treatment center that can provide a high quality supportive residential environment with around the clock staff coverage when eligible Veterans are not undergoing substance abuse treatment at the Fargo VA Medical Center. The length of stay varies depending on individual needs evaluated prior to admission and during their participation in the VA Outpatient Treatment Substance Abuse Treatment Program (SATP). However the Fargo VA Health Care System will not authorized the payment of per diem for an individual veteran for a period of more than six (6) months absent extraordinary circumstances. (Authority: 38 U.S.C. §501, and §2031. Contingent upon VA Veteran referral and contractor acceptance, the contractor will accept veterans with addictive disorders who may also have co-occurring mental illness for supervised residential living; the type of female or male veteran to be cared for will not normally require contractor care and/or services over and above the level of room and board. The supervised residential facility location shall be within 15-miles of the Fargo VA Health Care System Medical Center located at 2101 Elm Street, Fargo, North Dakota 58102-2417 and along or within a short walk of existing public transportation. a.The contractor shall provide residential room and board in an environment that promotes a lifestyle free of substance abuse with an interactive staff that conveys an attitude of genuine concern and caring for residents / Veterans: 1)A supervised supportive residential environment with sufficient professional staff and other personnel for around the clock coverage to carry out the policies and procedures of the program 24-hours a day, seven (7) days a week; In a residential living facility, there must be a full time administrative staff member or designee of equivalent professional capability on duty, on the premises o residing in the facility and available for emergencies 24-hours a day, seven (7) days a week, 356-days a year. 2)Access to all buildings, facilities, and resources necessary for Veterans engaged in the Fargo VA Health Care System - Substance Abuse Treatment Program (SATP) Outpatient Treatment program requiring a supervised supportive residential environment with around the clock staff coverage when not receiving outpatient treatment at the Fargo VA Health Care System Medical Center. 3)The contractor will provide transportation to and from their facility to the Fargo VA Health Care System - Medical Center for veterans to participate in the Substance Abuse Treatment Program (SATP) Outpatient Program: i.Participates (Veterans) will be transported from the contractor's facility to arrive at the Fargo VA Health Care System - Medical Center not later than 7:50 AM Monday through Friday, excluding Federal Holidays; ii.Contractor will pick-up participates (veterans) from the Fargo VA Health Care System - Medical Center on Monday through Friday between 3:30 to 4:00 PM at the main (North) entrance; iii.The assigned Contracting Officer Representative (COR) will notify the contractor of these holidays or days that the Veterans will not participate in the Outpatient Treatment Program at a minimum the business day before; 4)Assigned secure, furnished residential room, (group/bunk room, individual room or ADA compliant room), in an environment that is conductive to social interaction, supportive of recovery models and the fullest development of the resident's rehabilitative potential that allows Veterans to secure personal belongings, attend to personal hygiene (if necessary the contractor will provide assistance to Veterans / residence in maintaining an acceptable level of personal hygiene and grooming), while promoting a lifestyle free of substance abuse. 5)All assigned space must be structurally sound and have natural or mechanical ventilation, properly operating environmental controls, adequate natural or artificial illumination and sufficient electoral sources to permit use of essential electrical appliances while assuring safety from fire. The non-VA community-based provider must meet all applicable safety requirements set forth in 38 C.F.R. 17.81(a) and as prescribed in IL 10N-2000-002 titled: Chief Network Officer Information Letter, "Fire Safety Requirements for Community Homes Housing Veterans," and NFPA 101, National Fire Protection Association's Life Safety Code. 6)Fire exit drills must be held at least quarterly. Residents must be instructed in evacuation procedures when the primary and / or secondary exits are blocked. A written fire plan for evacuation in the event of fire shall be developed and reviewed annually. The plan shall outline the duties, responsibilities and actions to be taken by the staff and residents in the event of a fire emergency. This plan shall be implemented during the fire exit drill. 7)A written policy regarding tobacco smoking in the non-VA community-based residential rehabilitation treatment center shall be established and enforced. 8)Laundry facilities, to include laundry detergent, for residents to do their own laundry. If laundry facilities are not available on-site, the vendor will provide this service with a third party vendor (laundry mate) to include transportation to and from the contracted laundry mate at no additional cost to the government or the Veteran. 9)The VA will give preference to facilities located close to public transportation and/or areas that provide employment. 10)The contractor shall comply with the principles listed in 38 C.F.R. 17.707(b) to provide housing and supportive services in a manner that is free from religious discrimination. 11)On admission, provide each Veteran (resident) a starter kit, including bedding, towels, paper products, and toilet articles as provided without extra charge to other participants in the non-VA community-based provider's program. 12)Provide bus passes (tokens) as needed to support veterans seeking employment, obtaining identification or routine medical / psychiatric care, etc. b.To address the nutritional and incidental needs of Veterans authorized care, the contractor will: 1)Prominently display and enforce the policy on how foods are to be handled in their living arrangements to prevent food borne illness and include information on how long food may be remain at room temperature, labeling, dating, proper storage containers; 2)Will provide at a minimum two (2) nutritious meals (breakfast and supper/dinner) Monday through Friday and three (3) nutritious meals (breakfast, lunch, and supper/dinner) Saturday, Sunday, and Federal Holidays. (Contractor may only offer two (2) nutritious meals (brunch and supper/dinner) on Sundays if this is the contractors established practice. This will be served in the facilities community dining room that encourages social interaction between residences. Contractor are not required to provide Veterans (residence) with lunch if participating in the Outpatient Substance Abuse Treatment Program at the Fargo VA Health Care System Medical Center; 3)If it is the policy of the contractor to provide nutritious snacks between meals and before bedtime shall make these available to Veterans (residence) as provided without extra charge to other participants in the non-VA community-based provider's program. 4)Collaborate with VA SATP clinical staff to assure any VA resident with special dietary needs, i.e., diabetes, hypertension, etc ¦, is seen in the VA SATP clinic for referral to a registered VA dietician for consultation and additional direction in selection and preparation their meals. c.The contractor in a collaborative effort with the SATP clinical staff coordinate rehabilitative services deemed appropriate, but is not to be limited to: 1)All services provided to non-Veterans will be provided to Veterans by the contractor; 2)Required attendance at community based recovery support programs to reinforce recovery and social reintegration with a long-range plan of continued attendance after completing the intensive SATP Outpatient Program; 3)Opportunities for learning, testing, and internalized knowledge of illness / recovery process, upgrading social skills, and improving personal relationships. 4)Provide a structured living situation that provides a supportive environment that is conducive to an alcohol / drug abuse-free life style. d.Contractor and any subcontractors must adhere to the provisions of Public Law 104-191, Health Insurance Portability and Accountability Act (HIPAA) of 1996. This includes both Privacy and Security Rules published by the Department of Health and Human Services (HHS). As required by HIPAA, HHS has promulgated rules governing the use and disclosure of protected health information by covered entities. The covered entity component of VA is the Veterans Health Administration (VHA). In accordance with HIPAA, the contractor may be required to enter into a business associate agreement (BAA) with VHA. e.The contractor will make available to the VA documentary evidence deemed necessary by the VA to conduct utilization review audits for the mandated national evaluation study as required by Section 2 of the Public Law 100-6 as repealed by Section 115 of Public Law 100-322 and Section 201(b) of Public Law 101-366, as amended by Public Law 102.83; to verify quality patient care for veterans; to assure confidentiality of patient record information and to determine the completeness and accuracy of financial records. This includes but is not limited to: 1)An individual record which complies with requirements of confidentiality to be maintained by the contractor on each veteran staying at their facility under this contract; 2)A documented admission summary reflecting the reason for referral, identifying information including his/her admission date, anticipated length of stay, and a list of prescribed medications; 3)Periodic report as required to the SATP Supervisor and/or assigned Contracting Officer Representative (COR) which may include, but is not limited to: i.Invoicing for services, (please see Federal Acquisition (FAR) Clause 52.212-4(g); ii.Data required for the National Evaluation Study; iii.Annual proof of insurance; f.Unless specifically excluded in this contract, the per diem rate established will include the services listed in this document and will also include all services or supplies normally provided for other patients by the non-VA community-based residential rehabilitative treatment provider without extra charge. g.The contract facility must have a current occupancy permit or license by the authority having jurisdiction. h.The contractor shall comply with the VA Patient's Bill of Rights as set forth in Section 17.34a, Title 38, Code of Federal Regulation (C.F.R.) - a copy is available from the assigned COR upon request. i.Special Contract Requirements: 1)Work hours - The services covered by this contract shall be furnished by the contractor as defined herein as community based residential rehabilitation treatment center providing high quality supportive residential environment with around the clock staff coverage for eligible (female or male) Veterans with psychoactive substance use disorders when not undergoing substance abuse treatment program conducted at the Fargo VA Health Care System - Medical Center as prescribed in the Performance Work Statement (PWS) throughout the contract period to include national holidays: i.National holidays: The ten (10) holidays observed by the federal government are New Year's Day, Presidents' Day; Martin Luther King's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving, Christmas, or any other day specifically declared by the President of the United States to be a national holiday. ii.In case of emergency concerning the contractor/vendor facility/facilities or Veterans and/or dependents the contractor should notify the Contracting Officer Representative (COR), not later than the next scheduled business day. If the emergency occurs after normal business hours (Monday through Friday, 8:00 AM to 4:30 PM (Central Standard Time), and/or during a national holiday (identified above), the contractor shall contact the Fargo VA Police Department at (701) 239-3700 Extension 9-3329. Providing them with the contractor/vendor name, date and time of the incident, description of the incident, and the name of the COR. The contractor/vendor shall provide the Fargo VA SATP Program Coordinator or designee and the COR with a copy of the incident report within 24-hours. The contractor/vendor shall maintain a copy of the incident report in the Veteran's clinical record. 2)Recordkeeping System - Contractor must establish a recordkeeping system within generally accepted accounting principles (GAAP) for services as prescribed within the contract. The Department of the Veterans Affairs reserves the right to audit applicable contractor records to ensure compliance with applicable Federal, State, and VA specific regulations and policies. 3)Contract Performance Monitoring - i.The Contracting Officer Representative (COR) will be responsible for verifying contract compliance. Any incidents of contractor/vendor non-compliance as evidenced by the monitoring procedures will be forwarded immediately to the Contracting Officer: A.Documentation of services performed will be reviewed prior to certifying payment. The COR will perform periodic spot checks and document with the using service to ensure records monitoring. VA will pay only for services actually performed after proper authorization and in strict accordance with the schedule of prices/costs shown in the schedule of items. Contract monitoring and recordkeeping procedures will be sufficient to ensure proper payment and allow audit verification that services were provided. B.The using service, through the COR, will provide a written statement annually to be Contracting Officer to include a summary of Contractor actions and a statement that all requirements of the contract have been fulfilled as agreed. This summary evaluation will be submitted 60-days prior to expiration date of the contract (and/or prior to election of an option year renewals, if applicable). ii.A contractor's employee may not certify bills for payment; iii.The contractor will be monitored by following statistical, quality, and performance data in accordance with schedule established by the Fargo VA Health Care System; iv.Performance Measures; v.Veteran Resident Satisfaction; vi.Safe and Sanitary housing environment; vii.This data will be used to 1) identify opportunities for improvement in technical and service quality, 2) measure the results of the performance improvement activities, and 3) report these results to the contractor, COR, and appropriate staff members; viii.Contractor will provide yearly mandatory training, quality assurance, and inspection reports to the respective COR for this contact (Routing Code 116A); ix.The contractor will permit onsite inspections by personnel selected by the VA Health Care System without prior notice to ensure the facility is operated in accordance the terms and conditions established within this contract. The Fargo VA Health Care System may conduct an initial Fire Safety inspection within 90-days after the effective or award date for these services; additionally, it may conduct supplemental inspections as necessary as prescribed in Information Letter (IL) 10N-2000-002 titled: Chief Network Officer Information Letter, "Fire Safety Requirements for Community Homes Housing Veterans." Additional applicable facility safety requirements are set forth in 38 C.F.R. 17.81(a) and NFPA 101, National Fire Protection Association's Life Safety Code. A.The contractor will be advised of the findings of the inspection team. If deficiencies are noted during any inspection, the contractor will be given a reasonable time to take corrective action and to notify the contracting officer that the corrections have been made. A contract will not be awarded until noted deficiencies have been made. A contract will not be awarded until noted deficiencies have been eliminated. Failure by the contractor to take corrective action within a reasonable time will be reported to the VA contracting officer. If corrections are not made to the satisfaction of the VA, the contracting officer will consult with the appropriate officials so that suitable arrangements can be made to discontinue plans to award a contract, or to discharge or transfer patients and to terminate the existing contract, as appropriate. B.The inspection of the non-VA community based residential rehabilitation center will include inspection for conformity to the current IL 10N-2000-002 and will also include the following: a.General observation of residents to determine if they maintain an acceptable level of personal hygiene and grooming; b.Assessment of whether the facility meets applicable fire, safety, and sanitation standards; c.Determining whether the facility is in attractive surrounding conductive to social interaction and the fullest development of the resident's rehabilitative potential; d.Observation of facility operations to see if appropriate organization activity programs are available during waking hours (including evenings) and degree to which a high level of activity is observed in the facility, such as individual professional counseling, physical activities, assistance with health and personal hygiene. e.Seeking evidence of facility-community interaction, demonstrated by the nature of scheduled activities or by information about resident flow out of the facility, e.g., community activities, volunteers, local consumer services, etc. f.Observation of staff behavior and interaction with residents to see if appetizing, nutritionally adequate meals are provided in a setting, which encourages social interaction and if nutritious snacks between meals and bedtime are available for those requiring or desiring additional food, when it is not medically contraindicated. g.Making a spot check of veterans' records to ensure accuracy with respect to Veterans' length of stay and services provided to the Veterans. x.All Department of Veterans Affairs reports of inspection of residential facilities furnishing treatment and rehabilitation services to eligible veterans shall, to the extent possible, be made available to all government agencies charged with the responsibility of licensing or otherwise regulating or inspecting such institutions. vii.The Fargo VA Health Care System anticipates awarding a single Indefinite-Delivery Indefinite-Quantity (IDIQ) Contract to the responsive / responsible offeror whose offer is conforming to the solicitation will be most advantageous to the Government per Federal Acquisition Regulation (FAR) Part 13.106-2 for a period not to exceed 12-months, with four (4) one-year option periods, at the discretion of the Government within prescribed time periods on or before Friday, February 1, 2013 at 12:00 PM (Central Time). The Government reserves the right not to award an IDIQ contract, if it determines that it is not in the "best interest" of the Government. viii.The provision at Federal Acquisition Regulation (FAR) 52.212-1 Instructions to Offerors - Commercial Items (FEB2012), applies to this solicitation and incorporate the following addenda to 52.212-1; 52.204-6 Data Universal Numbering System (DUNS) Number; 52.212-4 Contract Terms and Conditions - Commercial Items (FEB 2012). ix.The provision at Federal Acquisition Regulation (FAR) 52.212-2 Evaluation - Commercial Items (JAN 1999) applies to this requirement. The Government will award a firm-fix-price (FFP) Indefinite-Delivery Indefinite-Quantity (IDIQ) 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; a.Technical Factor: Technical Capability to meet the Governments' requirements: Sub-factor 1: Transportation to and from community-based supervised residential environment with 24-hour staffing; Sub-factor 2: Within 15-miles of the Fargo VA Health Care System - Medical Center located at 2101 Elm Street, Fargo, North Dakota 58102-2417; Sub-factor 3: Professional staff providing 24-hour supervised residential environment; Sub-factor 4: The VA will give preference to facilities located close to public transportation and/or areas that provide employment; Sub-factor 5: Contractors plan to address nutritional and incidental needs; Sub-factor 6: Contractors compliance with 38 C.F.R. §17.81(a) and as prescribed in IL 10N-2000-002 - titled: Chief Network Officer Information Letter, "Fire Safety Requirements for Community Homes Housing Veterans," and NFPA 101, National Fire Protection Association's Life Safety Code; Sub-factor 7: Compliance with the American's with Disability Act (ADA), its ability to house eligible (female and male) veterans with disabilities. b.Technical Factor: Past Performance (see FAR 15.304); c.Technical Factor: Price/cost and price related factors Technical and past performances, when combined, are significant more important when compared to price. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer 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. Individual "non-award" notification will not be sent to offerors who have not been selected for this IDIQ contract to provide 24-hour supervised residential environment for female and male eligible veterans. The Network-23 Contracting Office (NCO-23) - Fargo, ND assigned Contracting Officer will publish the award posting notice on the Federal Business Opportunity (FBO) Website at http://www.fbo.gov/, will serve as non-awardees official electronic notification of award. x.The provision at Federal Acquisition Regulation (FAR) 52.212-3 Offeror Representations and Certifications-Commercial Items (DEC 2012) applies to this requirement. The offeror shall either: a.Return a completed copy of this provision with their quote (a copy of the provision may be attained from http://www.arnet.gov/far; or b.Complete the Online Representation and Certification (ORCA) at http://www.bpn.gov and reference it in your quote xi.The clause at Federal Acquisition Regulation (FAR) 52.212-4 Contract Terms and Conditions - Commercial Items applies to this combined synopsis / solicitation. xii.The clause at Federal Acquisition Regulation (FAR) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (NOV 2012), (including the following numbers in paragraph(s) (b): 7, 21, 24, 26, 27, 28, 29, 30, 26, 38, 40, 46, and 52.222-41 - Service Contract Act of 1965 (NOV 2007); 52.222-43 - Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts (SEP 2009); 52.226-6 - Promoting Excess Food Donation to Non-profit Organizations (MAR 2009); 52.217-8 - Option to Extend Services (NOV 1999); 52.217-9 - Option to Extend the Term of the Contract (MAR 2000); 52.232-18 - Availability of Funds (APR 1984); 52.232-19 - Availability of Funds for the Next Fiscal Year (APR 1984); 52.237-3 Continuity of Services (JAN 1991); and the following Veterans Affairs Acquisition Regulations (VAAR) Clauses: 852.203-70 -Commercial Advertising (JAN2008); 852.215-70- Small Disadvantage Veterans Owned Small Business (SDVOSB) and Veterans Owned Small Business (VOSB) Evaluation Factors (DEC 2009); 852.237-7 - Indemnification and Medical Liability Insurance (JAN 2008); 852.270-1 - Representative of Contracting Officers (JAN 2008); and 852.271-70 - Non-discrimination of Services Provided to Beneficiaries (JAN 2008). To be awarded an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract the offeror must be registered in the System for Award Management (SAM), this can be accomplished at the website at http://www.sam.gov or https://www.sam.gov/portal/public/SAM/. xiii.The Defense Priorities and Allocation System (DPAS) are not applicable to this acquisition. xiv.In order for a offerors response to be considered it shall contain confirmation that they have an active System for Award Management (SAM) account and an offer that meets the requirements identified within this Combined Synopsis/Solicitation with a cover letter before the closing date and time of February 1, 2013 at 12:00 PM (Central Time) to the responsible NCO-23 Contracting Officer. Offerors are encouraged to monitor the Federal Business Opportunities (FBO) Website with respect to this solicitation because any amendments to this solicitation will be posted on this Website at http://www.fbo.gov. xv.To be considered for participation in the Fargo VA Health Care System, Substance Abuse Treatment Program (SATP) 24-7 supervised community based residential housing with transportation to and from the Fargo VA Medical Center offer must be received by the appropriate Network-23 Contracting Office (Fargo, ND) by the date and time identified in paragraph (vii). xvi.If you have any questions please e-mail the assigned NCO-23 Contracting Officer at John.North@va.gov. Thank you for considering these opportunities with the Fargo VA Health Care System.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/FVAMROC/DVAMROC/VA26313R0047/listing.html)
- Document(s)
- Attachment
- File Name: VA263-13-R-0047 VA263-13-R-0047.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=622724&FileName=VA263-13-R-0047-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=622724&FileName=VA263-13-R-0047-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA263-13-R-0047 VA263-13-R-0047.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=622724&FileName=VA263-13-R-0047-000.docx)
- Record
- SN02990774-W 20130221/130219234843-1d1631c0a7d0d44d9f231d2582f194cd (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 |