DOCUMENT
G -- Community-Based Residential - Attachment
- Notice Date
- 7/15/2014
- Notice Type
- Attachment
- NAICS
- 624229
— Other Community Housing Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
- ZIP Code
- 33637
- Solicitation Number
- VA24814I1461
- Response Due
- 7/21/2014
- Archive Date
- 8/20/2014
- Point of Contact
- Paul Jarrett
- E-Mail Address
-
Paul.Jarrett@va.gov
(Paul.Jarrett@va.gov)
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs, Veterans Integrated Service Network (VISN 8), James A. Haley Veterans Hospital, Tampa, FL is currently seeking information from any vendor that can provide the following service. Community-based Treatment Facility Background: The contractor shall furnish up to 10 beds for adequate community-based services to beneficiaries for whom such care is specifically authorized by the Veterans Administration (VA). Authorizations for specific beneficiaries are issued by the Chief, Mental Health and Behavioral Science Service, James A. Haley Veterans' Hospital, or designee. It is understood that the residents to be cared for until this contract will receive room, board and supervision services and shuttle services to VA programming. Qualifications: The contractor shall comply with all Community Residential Care Program Requirements in accordance with the Veterans Health Administration (VHA) Handbook 1140.01 and VA Patient's Bill of Rights as set forth in section 17.34a, title 38, Code of Federal Regulations. The contractor shall maintain documentation demonstrating they meet all requirements of Federal, State, County, or City codes regarding this type of service. The contractor shall comply with the provisions of the Privacy Act of 1974, the Health Insurance Portability and Accountability Act (HIPAA) of 1996, as well as all applicable VHA regulations. Contractor must carry all necessary insurance coverage required as required by the contract and Federal, State, County or City codes. Policy: The contractor shall provide written narratives detailing its ability to implement and maintain suitable community-based care for eligible Veterans undergoing treatment and rehabilitative services. Such narratives shall include the following elements: 1. Facility Description a.Own, rent, apartment, other, etc. b.Number of baths and location. c.Location of bedroom(s) designed for resident(s). d.Source of water supply. e.Heating and/or cooling source. 2. Presentation of the Facility a.Adequate food preparation areas, refrigeration, and storage. b.Condition of facility including: paint, rugs, woodwork, windows, doors, foundation, roof, appliances, furnishings, lighting fixtures, and electrical outlets. c.Orderliness, cleanliness, and sanitation of the home (interior and exterior) and property. d.Ventilation. e.Safety and fire protection. 3. Location. Location of facility in relation to recreation, shopping, and church. 4. Transportation. Availability and type(s) of transportation. 5. Household or Staff. Make up of household or staff: a.Relationship to provider. b.Attitude toward disabled veterans. c.Physical and mental health. d.Personality of applicant and household members. e.Level of other community involvement and/or activities and relationship with neighbors. 6. Surveyor's Assessment. A Surveyor's assessment should address the type(s) of patients who could use this home and any other relative information that is needed to address the welfare of each patient. Interested Vendors The applicable NAICS for this service is 624229. To be considered for this requirement, vendors must be registered in the System for Award Management (SAM - https://www.sam.gov). Any vendor interested in this requirement should include the following information: 1.Company Information (business name, DUNS number, business size/category, GSA schedule if applicable) 2.Capability Statement (brief background of capabilities, resources, experience, etc.) 3.Contact information (POC name, email, and phone) All information regarding this requirement will be posted on the Federal Business Opportunities website (FBO - www.fbo.gov). All responses to this sources sought notice shall be submitted to the following email address: paul.jarrett@va.gov. Please do not call or leave voice messages. The closing time/date for responses is 1300 AM EST, 21 July 2014. This sources sought notice is for market research purposes only. THIS IS NOT A SOLICITATION AND DOES NOT REQUIRE THE GOVERNMENT TO ISSUE A SOLICITATION. The Government will not pay for any information submitted under this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24814I1461/listing.html)
- Document(s)
- Attachment
- File Name: VA248-14-I-1461 VA248-14-I-1461_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1498103&FileName=VA248-14-I-1461-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1498103&FileName=VA248-14-I-1461-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-14-I-1461 VA248-14-I-1461_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1498103&FileName=VA248-14-I-1461-000.docx)
- Record
- SN03425485-W 20140717/140716021825-431e9e78194724d20193fefc5b396950 (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 |