DOCUMENT
R -- Chaplain Services - Attachment
- Notice Date
- 9/16/2015
- Notice Type
- Attachment
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
- ZIP Code
- 02301
- Solicitation Number
- VA24115Q0778
- Response Due
- 9/23/2015
- Archive Date
- 10/23/2015
- Point of Contact
- Darlene.Chase@va.gov
- E-Mail Address
-
darlene.chase@va.gov
(darlene.chase@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Number: VA241-15-Q-0778 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. Award will be made to the contractor who meets the specifications set forth in the Performance Work Statement (PWS). Past Performance will be evaluated based on relevance of the work described in the Performance Work Statement (PWS) and recent; work performed within the last three years. (ii) The solicitation number is VA241-15-Q-0778 and is issued as a Request For Quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-83, 03 Sep 2015. 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 https://acquisition.gov/far/ (FAR) and http://www.va.gov/OAL/library/vaar/index.asp (VAAR). (iv) This solicitation is issued as 100% small business set-a-side. The North American Industry Classification System (NAICS) code is 813110, and the size standard is $7.5 million. This procurement will be awarded under Simplified Acquisition Procedures utilizing FAR 13.5 Test Program for Certain Commercial Items. A Firm Fixed Price award will be made in accordance with the tentative schedule described in the description section of this solicitation. (v) The VA Boston Healthcare System intends to negotiate and procure services for a Protestant Chaplain. Contractor shall be responsible to visit all patients of the ward(s) of the Boston Healthcare system-Brockton campus all Protestant denominations as well as those who fall in the categories of Buddhism, Muslim, Native American and those claiming No Preference. The quantity of this requirement will consist in a base year following with four 1-year options as indicated in the below estimated schedule: A list of contract line items number(s), items quantities and units of measure are incorporated in the solicitation. ANNUAL CONTRACT FOR SERVICES RENDERED BY A PROTESTANT CHAPLAIN IN THE VA BOSTON HEALTHCARE SYSTEM ACCORDING TO THE TERMS OF THE SOW. DESCRIPTION OF SUPPLIES/SERVICESEST.QTY UNITUNIT PRICEAMOUNT 0001ANNUAL CONTRACT 150.00 DY ___ FOR SERVICES RENDERED BY A PROTESTANT CHAPLAIN IN THE VA BOSTON HEALTHCARE SYSTEM ACCORDING TO THE TERMS OF THE SOW; INCLUDING ANNUAL LEAVE, SICK LEAVE, AUTHORIZED ABSENCE, DAYS OFF. 0002EMERGENCY 6.00HR CALL/BACK RESPOND WITHIN 1 HOUR OF EMERGENCY REQUEST (no more than 3 instances) AND UP TO TWO HOURS AT A NEGOTIATED RATE TO BE AGREED UPON BETWEEN THE CO AND CONTRACTOR PRIOR TO WORK BEING PERFORMED. Base Year: 10/01/2015-09/30/2016 DESCRIPTION OF SUPPLIES/SERVICESEST.QTY UNITUNIT PRICEAMOUNT 1001ANNUAL CONTRACT 150.00 DY ___ FOR SERVICES RENDERED BY A PROTESTANT CHAPLAIN IN THE VA BOSTON HEALTHCARE SYSTEM ACCORDING TO THE TERMS OF THE SOW; INCLUDING ANNUAL LEAVE, SICK LEAVE, AUTHORIZED ABSENCE, DAYS OFF. 1002EMERGENCY 6.00HR CALL/BACK RESPOND WITHIN 1 HOUR OF EMERGENCY REQUEST (no more than 3 instances) AND UP TO TWO HOURS AT A NEGOTIATED RATE TO BE AGREED UPON BETWEEN THE CO AND CONTRACTOR PRIOR TO WORK BEING PERFORMED. Option Year 1: 10/01/2016-09/30/2017 DESCRIPTION OF SUPPLIES/SERVICESEST.QTY UNITUNIT PRICEAMOUNT 2001ANNUAL CONTRACT 150.00 DY ___ FOR SERVICES RENDERED BY A PROTESTANT CHAPLAIN IN THE VA BOSTON HEALTHCARE SYSTEM ACCORDING TO THE TERMS OF THE SOW; INCLUDING ANNUAL LEAVE, SICK LEAVE, AUTHORIZED ABSENCE, DAYS OFF. 2002EMERGENCY 6.00HR CALL/BACK RESPOND WITHIN 1 HOUR OF EMERGENCY REQUEST (no more than 3 instances) AND UP TO TWO HOURS AT A NEGOTIATED RATE TO BE AGREED UPON BETWEEN THE CO AND CONTRACTOR PRIOR TO WORK BEING PERFORMED. Option Year 2: 10/01/2017-09/30/2018 DESCRIPTION OF SUPPLIES/SERVICESEST.QTY UNITUNIT PRICEAMOUNT 3001ANNUAL CONTRACT 150.00 DY ___ FOR SERVICES RENDERED BY A PROTESTANT CHAPLAIN IN THE VA BOSTON HEALTHCARE SYSTEM ACCORDING TO THE TERMS OF THE SOW; INCLUDING ANNUAL LEAVE, SICK LEAVE, AUTHORIZED ABSENCE, DAYS OFF. 3002EMERGENCY 6.00HR CALL/BACK RESPOND WITHIN 1 HOUR OF EMERGENCY REQUEST (no more than 3 instances) AND UP TO TWO HOURS AT A NEGOTIATED RATE TO BE AGREED UPON BETWEEN THE CO AND CONTRACTOR PRIOR TO WORK BEING PERFORMED. Option Year3: 10/01/2018-09/30/2019 DESCRIPTION OF SUPPLIES/SERVICESEST.QTY UNITUNIT PRICEAMOUNT 4001ANNUAL CONTRACT 150.00 DY ___ FOR SERVICES RENDERED BY A PROTESTANT CHAPLAIN IN THE VA BOSTON HEALTHCARE SYSTEM ACCORDING TO THE TERMS OF THE SOW; INCLUDING ANNUAL LEAVE, SICK LEAVE, AUTHORIZED ABSENCE, DAYS OFF. 4002EMERGENCY 6.00HR CALL/BACK RESPOND WITHIN 1 HOUR OF EMERGENCY REQUEST (no more than 3 instances) AND UP TO TWO HOURS AT A NEGOTIATED RATE TO BE AGREED UPON BETWEEN THE CO AND CONTRACTOR PRIOR TO WORK BEING PERFORMED. Base Year: 10/01/2019-09/30/2020 Grand Total: (vi) The following Performance Work Statement is a detailed description of the requirements for this solicitation: 1.Contractor shall provide pastoral care to all new patients admitted within the previous 24 hours. 2.Contractor shall be responsible to visit all patients of all Protestant denominations as well as those who fall in the categories of Buddhism, Muslim, Native American and those claiming No Preference. This assures that all patients regardless of sect or creed receive at least one visit from a VA Chaplain during their admission. 3.Contractor shall at times work on a Sunday at which time he would provide a General Protestant Worship Service for patients at the regularly scheduled time at their respective duty station. 4.As a Contract Chaplain, Contractor shall work two days a week or more as needed, when the fulltime Protestant Chaplain is on Days Off. 5.Contractor shall also be available to cover for the fulltime Protestant Chaplain when he is on Annual Leave or other types of leave. 6.Should Contractor receive an emergency call-back outside of normal duty hours; within 1 hours of emergency request (no more than 3 instances). Contractor shall be compensated up to two hours pay at the negotiated rate. 7.At no time shall the Contractor proselytize to a patient or attempt to persuade or coerce a patient to lean toward a particular belief. The C&A requirements do not apply and a security Accreditation Package is not required. IT CONTRACT SECURITY VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY (INCLUDED IN SOLICITATION) (vii) Place of Performance/Delivery is FOB Destination to Department of Veterans Affairs; VA Boston Healthcare System; 940 Belmont Street; Brockton, MA 02301. (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda: VAAR 52.216-1, 52.233-2, 852.215-70, 852.233-70, 852.233-71, 852.270-1, 852.271-70. (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government will award a 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: Price (Complete the following) : Standard Form 1449 (page 1), Solicitation/Contract/Order for Commercial Items, with blocks 12, 17, 26, 30a, 30b, and 30c completed by the quoter/offeror. Solicitation Section B.4, Supplies or Services and Prices/Costs, with quote/offerors proposed contract line item prices inserted in appropriate spaces. Solicitation Clauses "Offeror Representation and Certifications -Commercial Items", completed by offeror at (https://SAM.gov), or a Reps and Certs print out may be submitted. Past Performance: Provide (2) references of work similar in size and scope performed in the past 3 years with current contact information to include an active contact's name, e-mail, phone number, address, and organization to include a brief description of the work completed, and a contract # (if applicable). References will be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. References can be attached to Standard Form 1449 as specified above in Instruction to Offerors above. Past performance information may also be obtained from other sources available to the Government to include, but not limited to, PPIRS (past performance retrieval system) or other databases; interviews with Program Managers, and other Contracting Officers. Technical: Please provide proof of Chaplain Certification. (b) 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). (c) 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 Veteran Preference - In accordance with 852.215-70 - Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov). This factor is the least important consideration in the best value determination and will not be the sole determinant in the best value decision. This factor will be considered along with the price and past performance in their entirety. Representations and Certifications - Offerors must also ensure they complete "Offeror Representations and Certifications - Commercial Items" by either completing representations and certifications in SAM (https://www.sam.gov) or filling out 52.212-3. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE WRITTEN QUOTE, a copy of the provision may be attained from https://acquisition.gov/far/. Offeor may also provide a print out of their reps and certs from SAM as stated above (https://www.sam.gov). (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.232-72 Electronic Submission of Payment Requests, 52.203-17, 52.204-4, 52.204-9, 52.252-2, 52.217-8, 52.217-9, 52.232-18, 52.232-19, 52,232-40, VAAR 852.203-70, VAAR 852.215-71, VAAR 852.232-72, VAAR 852.237-70. (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: 52.203-6, 52.204-4, 52.209-6, 52.219-8, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.222-54, 52.225-13, 52.223-18, 52.225-13, 52.232-34. (xiii) n/a (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) n/a (xvi) RESPONSES ARE DUE NO LATER THAN Wednesday September 23, 2015 at 5 PM eastern standard time (EST). Electronic offers are preferred and will be accepted at Darlene.Chase@va.gov Please note: phone inquiries will not be accepted. (xvii) Contact information Contracting Office Address: Department of Veterans Affairs VA Boston Healthcare System 940 Belmont Street Brockton, MA 02301 Place of Performance: VA Boston Healthcare System 940 Belmont Street Brockton, MA 02301 Primary Point of Contact: Darlene Chase Contracting Specialist, Darlene.Chase@va.gov Fax: 774-826-2503
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24115Q0778/listing.html)
- Document(s)
- Attachment
- File Name: VA241-15-Q-0778 VA241-15-Q-0778_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2321004&FileName=VA241-15-Q-0778-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2321004&FileName=VA241-15-Q-0778-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA241-15-Q-0778 VA241-15-Q-0778_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2321004&FileName=VA241-15-Q-0778-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;940 Belmont Street;Brockton, MA
- Zip Code: 02301
- Zip Code: 02301
- Record
- SN03888864-W 20150918/150916235212-807ec0e1ac34601eac1139bdbb5da907 (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 |