DOCUMENT
G -- Therapeutic Film Making (VA-18-00063430) - Attachment
- Notice Date
- 7/12/2018
- Notice Type
- Attachment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- 36C24218Q9667
- Response Due
- 7/18/2018
- Archive Date
- 8/17/2018
- Point of Contact
- Eulanda James
- E-Mail Address
-
6.1000
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION RFQ # 36C24218Q9667 Service contract shall be provided for Therapeutic film workshops at the Department of Veteran Affairs - James J. Peters (VAMC) 130 W. Kingsbridge Road, Bronx, New York This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR part 13 - Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular: 2005-98 / 05-31-2018 The North American Industry Classification System (NAICS) code is 334510, Electromedical and Electrotherapeutic Apparatus with a small business size standard of 1,250 employees. The Department of Veteran Affairs - James J. Peters (VAMC) 130 W. Kingsbridge Road, Bronx, New York 10648 is seeking a contractor for Therapeutic film workshops. All interested companies shall provide quotation(s) for the following: STATEMENT OF WORK (SOW) FOR THERAPETIC FILM-MAKING PROJECT 1. Background: The James J. Peters, VA Medical Center, Mental Health Patient Care Center, is in need of therapeutic filmmaking workshop services for veterans coping with service-related stress. The workshops are currently held at military installations in conjunction with the R2 (Ready Resilience) campaigns, and working with service-members and veterans who are undergoing physical and/or mental health treatment or in transition either returning to full-time active duty or being medically discharged. To date, the program has been held at Fort Bragg, Campbell, Stewart, Drum, Carson, and Fort Hood, as well as a workshop in Israel and locally in Boston, MA. These workshops have been hosted at 8 military bases, VA hospitals, universities, and private clinics both in the US and Israel, enabling nearly 1000 veterans from 18 to 80 to collaborate on more than 300 short films expressing their experiences. The Mental Health Patient Care Center has already conducted two 4 day workshops in 2017 and created 12 films over the course of those workshops. There were 43 veterans that collaborated to make these films during these two workshops. Veterans that participated during these workshops reported that they experienced a decrease in stress related symptoms. 2. Scope of Work: Therapeutic film workshops can be highly beneficial to veterans coping with service-related stress. Pre-and post-workshop surveys of participants (veterans) that have already participated indicate a substantial average drop (~20%) in reported PTSD symptoms among participants by the end of the workshop. The films and the process for making the films serves as a therapeutic conversation starter (aka ice-breaker ) for participants who may have difficulty expressing or sharing their traumatic experiences conventionally with friends, family or fellow veterans. These workshops typically develop various follow-up protocol including a website portal designed exclusively to enable participants to remain engaged with the process after they have completed the workshop, and the opportunity to participate as mentors to other participants at subsequent workshops. 4. Requirements: The Mental Health department of the James J. Peters VA Medical Center requires filmmaking workshops that enables veteran participants an opportunity to collaborate with peers to validate and process their service experiences. The therapeutic films shall be produced and made available for sharing and supporting in creating a community dialogue to better educate veterans and their families facing mental health challenges. The vendor shall provide all supporting equipment and services to deliver video production of participant mental health treatment. Vendor shall provide film recording and production services to the Mental Health services department from July 2018 September 2018. Payment Terms: Selected vendor will email an invoice to the Mental Health Services Supervisory Program Analyst 5. Contact Information: Contracting Office Address: VISN 2 Network Contracting Office James J. Peters VA Medical Center MCC: 10N2/NCO, 130 West Kingsbridge Road Bronx, New York 10468-3992 Place of Performance: Department of Veterans Affairs JJ Peters VAMC 130 Kingsbridge Road Bronx, NY10468 Security Information Contract language: 1. GENERAL Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. 1. ACCESS TO VA INFORMATION AND VA INFORMATION SYSTEMS 1. A contractor/subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order. 2. All contractors, subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures. 3. Contract personnel who require access to national security programs must have a valid security clearance. National Industrial Security Program (NISP) was established by Executive Order 12829 to ensure that cleared U.S. defense industry contract personnel safeguard the classified information in their possession while performing work on contracts, programs, bids, or research and development efforts. The Department of Veterans Affairs does not have a Memorandum of Agreement with Defense Security Service (DSS). Verification of a Security Clearance must be processed through the Special Security Officer located in the Planning and National Security Service within the Office of Operations, Security, and Preparedness. 2. VA INFORMATION CUSTODIAL LANGUAGE a. Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1). b. The contractor/subcontractor shall not make copies of VA information except as authorized and necessary to perform the terms of the agreement or to preserve electronic information stored on contractor/subcontractor electronic storage media for restoration in case any electronic equipment or data used by the contractor/subcontractor needs to be restored to an operating state. If copies are made for restoration purposes, after the restoration is complete, the copies must be appropriately destroyed. c. If VA determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to withhold payment to the contractor or third party or terminate the contract for default or terminate for cause under Federal Acquisition Regulation (FAR) part 12. d. If a VHA contract is terminated for cause, the associated BAA must also be terminated and appropriate actions taken in accordance with VHA Handbook 1600.01, Business Associate Agreements. Absent an agreement to use or disclose protected health information, there is no business associate relationship. The contractor/subcontractor shall store, transport, or transmit VA sensitive information in an encrypted form, using VA-approved encryption tools that are, at a minimum, FIPS 140-2 validated. a. Except for uses and disclosures of VA information authorized by this contract for performance of the contract, the contractor/subcontractor may use and disclose VA information only in two other situations: (i) in response to a qualifying order of a court of competent jurisdiction, or (ii) with VA s prior written approval. The contractor/subcontractor must refer all requests for, demands for production of, or inquiries about, VA information and information systems to the VA contracting officer for response. b. Notwithstanding the provision above, the contractor/subcontractor shall not release VA records protected by Title 38 U.S.C. 5705, confidentiality of medical quality assurance records and/or Title 38 U.S.C. 7332, confidentiality of certain health records pertaining to drug addiction, sickle cell anemia, alcoholism or alcohol abuse, or infection with human immunodeficiency virus. If the contractor/subcontractor is in receipt of a court order or other requests for the above mentioned information, that contractor/subcontractor shall immediately refer such court orders or other requests to the VA contracting officer for response. Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: All quotes shall reference: Solicitation number for this requirement as 36C2418Q9667 Respond to all Evaluation Criteria Submission of Quote shall be receives no later than 9:00 AM Daylight Saving Time (DST) July 18, 2018. The point of contact for this acquisition is the Procuring Contract Specialist (PCS) Ms. JAMES, EULANDA. Any questions submitted will need to identify the pertinent document Statement of Work (SOW) (Solicitation Attachment, Solicitation, etc.,) and include the applicable page number, paragraph number, and/or reference with each question. Questions regarding specific verbiage or content in the solicitation package shall include excerpts or examples from the subject matter to ensure the question is clearly conveyed. All questions shall be email to the PCS at Eulanda.James@va.gov. The deadline for the submittal of questions is July 13, 2018 9:00 AM Daylight Standard Time (DST). 4. Cascading Procedures The Government will award a Firm-Fixed Price contract to the responsible quoter using a tiered or cascading order of precedence. The evaluation of offers received in response to the solicitation will use a tiered or cascading order of precedence. Tiered evaluation of offers, also known as cascading evaluation of offers, is a procedure used in negotiated acquisitions when market research is inconclusive for justifying limiting competition to small business concerns or sub-categories of small business concerns. The contracting officer (1) Solicits offers from both small and other than small business concerns that will be evaluated in the following tier order: (a) service-disabled veteran-owned small business (SDVOSB); (b) veteran-owned small business (VOSB); (c) all other small business concerns; (d) other than small business. (5) If an award or a sufficient number of awards cannot be made at the first tier, evaluation of quotes will proceed at the next lower tier until an award or a sufficient number of awards can be made. The Government reserves the right to obtain past performance data from other sources than those identified by the offeror in evaluating past performance. This includes, but not limited to, the Past Performance Information retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases; interviews with Program Managers, Contracting Officers, and Fee Determining Officials. Offerors are reminded that both independent data and data provided by offerors in their quotes may be used by the Government to evaluate offeror past performance. However, the burden of providing thorough, complete, and current past performance information as requested in this paragraph remains with the offerors. All past performance comments received will be taken into account and could affect the overall rating. The overall past performance evaluation is a subjective decision based on the whole of all data received. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, unknown shall be considered acceptable. Contact Information. The Offeror shall provide a contact list (with phone numbers, fax numbers, mailing addresses, email addresses, etc.) including the name and title of the company/division point of contact regarding decisions made with respect to your proposal and who can obligate your company contractually. Also, identify those individuals authorized to negotiate with the Government on behalf of your company. 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: (Addendum to FAR 52.212-2) Evaluation -- Commercial Items (Oct 2014) 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: EVALUATION CRITERIA Quotes will be evaluated in accordance with FAR 13.106 considering the following factors: Factor 1: Technical Capability Sub-factor A; Relevant Experience Sub-factor B; Performance Timeframe Factor 2: Past Performance Factor 3: Price Factor 4: Socioeconomic Status Evaluation Criteria The contractor must demonstrate understanding of the requirements of the Statement of Work (SOW), and produce a quote that will meet those objectives and the evaluation factors to include the following information: FACTOR 1 Technical Capability: Sub-factor A Experience: Contactors must submit a quote that demonstrate experience that is relevant to Therapeutic film workshops. Sub-factor B Performance Timeframe: Contractors must submit a quote that demonstrates the ability/capability to complete the performance within twelve months of contract award. Also, be able to provide deliverable within the timeframe specified in the Statement of Work. FACTOR 2 Past Performance: The contractor must provide references for contracts/agreements performed for stakeholder agency including but not limited to VA. The contract performance must be of similar size, scope, and complexity for the previous 24 months. Contractors are advised that the Government may use past performance information obtained from centralized past performance databases and sources other than those identified by the contractor and the information obtained may be used for both the responsibility determination and the best value decision. FACTOR 3 Price: Price analysis will be used to determine that the prices are fair and reasonable in accordance with FAR 13.106-3. FACTOR 4 - Socioeconomic Status: Contractors must provide Veteran Owned Small Business (VOSB) and Service-Disabled Veteran Owned Small Business (SDVOSB) status if applicable to the quote. The greater the equality of quotes within the non-price factors and price, the more important this status becomes in selecting the best value to the Government. Preference will be given to Service Disabled Veteran Owned Business, Veteran Owned Small Business or other Small Business concern whose quote is equal to or exceeds all other quotes in non-price and price factors and provides the best value to the Government. Furthermore, 1st preference will be given to the Service Disabled Veteran Owned Small Business whose quote is equal to or exceeds the quotes of any Veteran Owned Small Business or Small Business and provides the best value to the Government. The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.215-71 Evaluation Factor Commitments (DEC 2009) 852.232-72 Electronic Submission Of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 001AL-11-15- A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011) 001AL-11-15- B Subcontracting Commitments - Monitoring and Compliance (JUNE 2011) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-6, Notice of Total Small Business Set-Aside (NOV2011) 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) 52.222-50, 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) 52.232-33, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) Page 1 of Page 9 of 9 Page 1 of PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ ________________ Services for 4th quarter total $10,000.00 Period of Performance Date of Award - September 30, 2018 GRAND TOTAL __________________ DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001 1.00 130 West Kingsbridge Road Bronx, NY 10468
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218Q9667/listing.html)
- Document(s)
- Attachment
- File Name: 36C24218Q9667 36C24218Q9667.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4476439&FileName=36C24218Q9667-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4476439&FileName=36C24218Q9667-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24218Q9667 36C24218Q9667.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4476439&FileName=36C24218Q9667-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;J.J. Peters (VAMC);130 West Kingsbridge Road;Bronx, NW
- Zip Code: 10468
- Zip Code: 10468
- Record
- SN04989630-W 20180714/180712231252-cd55d2e419d38765736de8d7152fb0f3 (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 |