Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2017 FBO #5711
DOCUMENT

U -- VA262-17-Q-0627 Nurse Retention and Recruitment Program - Attachment

Notice Date
7/11/2017
 
Notice Type
Attachment
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26217Q0627
 
Response Due
7/22/2017
 
Archive Date
8/21/2017
 
Point of Contact
Manuel Betancourt
 
E-Mail Address
.betancourt@va.gov<br
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 solicitation number is VA262-17-Q-0627_1 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation and incorporated provisions and clauses are those in effect through Department of Veterans Affairs Circular VAAC 2008-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 611699 with a small business size standard of $11 million dollars. This requirement is a Total Small Business Set-Aside and only qualified offerors may submit quotes. The Department of Veterans Affairs Long Beach Healthcare System (VALBHS) intends to award a Firm Fixed Price contract with a period of performance of 08/01/2017 to 07/31/2018 for the following requirement. A developed and ready to implement Self-Care program aimed toward engaging the Healthcare Professional, and empowering a positive and healthy lifestyle both physically and mentally which can transition into the work environment, in an attempt to improve employee retention, employee/patient satisfaction, and engagement. Inspection and Acceptance is to be at destination with delivery FOB destination, Long Beach, CA 92357. Bid must be good for a minimum of 30 calendar days after close of buy. Terms are Net 30. In addition to price, responses shall include the following: Company DUNs Number Is your company OEM or PROPRIETARY for these products? Pricing: Are the items quoted available on a commercial, published, or on-line price listing? If so, please attach to the RFQ response. If internal price listing, please provide the title of your price list with the page number the items are listed on & the date it was established. To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM). The link to the website is https://www.sam.gov. The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015) applies to this acquisition. The following procurement specific clauses under subparagraphs (b) and (c) apply: Under subparagraph (b): 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (APR 2015) 52.222-35, Equal Opportunity for Veterans (JUL 2014) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37, Employment Reports on Veterans (JUL 2014) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) Under subparagraph (c): 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014), completed as follows: All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (POC) identified below. It is the responsibility of the offeror to submit offers to the POC at the Network Contracting Office 22 by the closing date of 7/22/2017 at 12:00 PM Pacific Time. Award will be made to the lowest priced, technically acceptable, responsive and responsible Offeror. This is a competitive LPTA selection in which technical acceptability is considered the most important factor. By submission of its offer, the Offeror accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. All technically acceptable offers, with satisfactory past performance, shall be treated equally except for their prices. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. The Government intends to select ONE contractor for award of this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26217Q0627/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-17-Q-0627 VA262-17-Q-0627_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3651739&FileName=VA262-17-Q-0627-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3651739&FileName=VA262-17-Q-0627-002.docx

 
File Name: VA262-17-Q-0627 VA262-17-Q-0627_2 (RFQ).pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3651740&FileName=VA262-17-Q-0627-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3651740&FileName=VA262-17-Q-0627-003.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: De3partment of Veterans Affairs;Long Beach Healthcare System (VALBHS);Office of the Director (00);5901 East 7th Street;Long Beach, Ca.
Zip Code: 90822
 
Record
SN04573810-W 20170713/170711234440-6cee0493f490ebbb1a1cfcfeec2addc7 (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.