Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2015 FBO #4815
DOCUMENT

G -- SORCC - White City VA Homeless Transition Housing and Care Services. - Attachment

Notice Date
1/28/2015
 
Notice Type
Attachment
 
NAICS
623220 — Residential Mental Health and Substance Abuse Facilities
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26015Q0200
 
Response Due
2/4/2015
 
Archive Date
3/6/2015
 
Point of Contact
José Ronstadt
 
Small Business Set-Aside
N/A
 
Description
This is a SOUGHT NOTICE for market research purposes only, to determine the availability of potential businesses with capabilities to provide the service described below. Potential offerors are invited to provide feedback via e-mail to José Ronstadt at jose.ronstadt@va.gov. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Requirement: 1. The contractor shall furnish services to the beneficiaries for whom such care is specifically authorized by the Veterans Health Administration (VHA). It is understood that the type of veterans to be cared for under this contract will require care and treatment services over and above the level or room and board. The specific population will be homeless seriously mentally ill Veterans. 2. The contractor shall furnish each veteran authorized care under this contract with the following basic services: a.Residential Room and Board to include bed with linens and bathing facilities; b. Three complete meals per day. In order to support recovery plans, Veterans will be required to prepare their own meals with on-site supervision; c.Laundry facilities for residents to do their own laundry; d.Therapeutic, Rehabilitative, and Recovery Services determined to be needed by the individual resident in a plan developed by the contractor with consultation by the veteran and the VA case manager and/or other appropriate VA staff. Services which the contractor must be able to furnish include: (1)Structured group activities as appropriate - examples include group therapy, social skills training, Alcoholics Anonymous, Narcotics Anonymous, vocational counseling and physical activities as appropriate; (2)Communication and collaboration with the VA program staff, which will provide supportive psychosocial services; (3)Individual professional counseling, including counseling on self care skills, adaptive coping skills and, as appropriate, vocational rehabilitation counseling, in collaboration with VA program and community resources; (4)Assistance to develop responsible living patterns and to achieve a more adaptive level of psychosocial functioning, upgraded social skills, and improved personal relationships; (5)Support for an alcohol/drug abuse-free lifestyle; (6)Availability of on-site detoxification services ; (7)Assistance to gain and to apply knowledge of the illness/recovery process. 3. 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 other patients by the facility without extra charge. 4. The contractor shall employ sufficient professional staff and other personnel to carry out the policies and procedures of the program. There will be at a minimum, an employee on duty on the premises, or residing at the program and available for emergencies, 24 hours a day, 7 days a week. 5. The contract beds location will have close access to local transportation to support transportation to support groups, education, clinical appointments, and to the Southern Oregon Rehabilitation Center & Clinics. 6. The contractor shall make available to the VA, documentary information deemed necessary by the VA to conduct utilization review audits for the mandated national evaluation study as required by Section 2 of Public Law 100-6; to verify quality of patient care for veterans, to assure confidentiality of patient care for veterans, to assure confidentiality of patient record information, and to determine the completeness and accuracy of financial records. 7. The contractor will collaborate with the VA program staff, who will conduct treatment and discharge planning reflecting a team assessment of health, psychosocial and vocational needs and the involvement of residents' families and appropriate community resources in resolving problems and setting goals. 8. The contractor will not admit or discharge any patient without discussion and collaborative planning with the VA SORCC Homeless program staff. 9. If a beneficiary is admitted to and discharged from the service facility on the same day, payment will be made for one day. 10. The contractor will submit to the VA an invoice for services delivered each month, at per diem rate of $75 per patient so referred and residing in the contractor's transition services. 11. In addition to the above referenced services, the contractor may provide residential Level III substance abuse treatment to Veterans so referred by the VA, and determined appropriate for Level III services based upon ASAM PPC 2R assessment. Level III residential care may also include non-acute Level 3 detoxification, based upon general nursing assessment, as well as ASAM. Veterans so referred will be given priority admission wherever possible. 12. The contractor shall comply with the VA Patient's Bill of Rights as set forth in Section 17.34a, Title 38, Code of Federal Regulations. Potential contractors shall provide, at a minimum, the following information to José Ronstadt at jose.ronstadt@va.gov: 1) Offeror's name, address, point of contact name, phone number, and e-mail address. 2) Offeror's interest in bidding on the solicitation when it is issued. 3) Company's DUNS number, type of small business and Business Size. 4) Brief capability statement with enough information to determine if the company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. Rather, it should be a short statement regarding the company's ability to provide the service above. Submission of capability statements will assist our office in tailoring the requirement to be consistent with industry standards. The capabilities will be evaluated solely for the purpose of determining a Set-Aside for the Small Business Community, or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest, however, preference will be given IAW FAR Part 8 and VAAR Part 808. The Government must ensure there is adequate competition among the potential pool of available contractors. This synopsis is for information and planning purposes only, and is neither to be construed as a commitment by the Government, nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. All interested contractors should notify this office via email by 4:00 PM Pacific Day Time, on 02/04/2015. Submit response and information to: José Ronstadt at jose.ronstadt@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/432fc70a3d5bd5a9cc90d68d06228778)
 
Document(s)
Attachment
 
File Name: VA260-15-Q-0200 VA260-15-Q-0200_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1835965&FileName=VA260-15-Q-0200-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1835965&FileName=VA260-15-Q-0200-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03626494-W 20150130/150128234650-432fc70a3d5bd5a9cc90d68d06228778 (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.