Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 12, 2019 FBO #6349
SOLICITATION NOTICE

D -- VAPIHCS Emergency After Hours HIPAA Compliant Phone Anwering Services for Physicians covering the areas of Hawaii, American Samoa, Guam and Commonwealth of the Northern Marianas Islands.

Notice Date
4/10/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
561421 — Telephone Answering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 21;VA Southern Nevada Healthcare System;6900 N. Pecos Road, Building 6;North Las Vegas NV 89086
 
ZIP Code
89086
 
Solicitation Number
36C26119Q0473
 
Response Due
4/17/2019
 
Archive Date
6/16/2019
 
Point of Contact
Thomas McLain (702) 791-9000 x18929
 
Small Business Set-Aside
Total Small Business
 
Description
. General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26119Q0473 Posted Date: 10 April 2019 Original Response Date/Time: 17 April 2019 / 2:00PM PDT Current Response Date: 17 April 2019 / 2:00PM PDT Product or Service Code: D321 Set Aside: None NAICS Code: 561421 Contracting Office Address VA Southern Nevada Healthcare System 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, and Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ), and is posted 100% Set-Aside for Small Business. The Department of Veteran Affairs Pacific Islands Healthcare System is intending to award a Firm Fixed Price (FFP) contract as a result of this combined notice. Evaluation: Award will be based on simplified evaluation procedure using a comparative evaluation of qualified quotes received in response to this combined notice for determining which offer is of best value to the Government for meeting the requirements of the statement of work as stated herein. Qualified offers are required to be HIPAA compliant, and operating a call center in the United States. All costs for these services need to be included in the firm fixed prices quoted in the table provided. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, dated 1-22-2019. The associated North American Industrial Classification System (NAICS) code for this procurement is 561421, with a small business size standard of $15.0M. The services required are covered under the Service Contract Act wage determinations [Attachment 1], for a one-year base period with four one-year option periods. Evaluation of Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the option(s). (NOTE: Offeror is NOT to quote on the Option to Extend Services) The services are for the following: Services Line Item Description Qty/Unit Unit Price Total Price 0001 Provide after-hours emergency physician telephone answering services to the VA Phone Operators. (Base Year) 1 YR $ $ 0002 Provide after-hours emergency physician telephone answering services to the VA Phone Operators. (Option Year One) 1 YR $ $ 0003 Provide after-hours emergency physician telephone answering services to the VA Phone Operators. (Option Year Two) 1 YR $ $ 0004 Provide after-hours emergency physician telephone answering services to the VA Phone Operators. (Option Year Three) 1 YR $ $ 0005 Provide after-hours emergency physician telephone answering services to the VA Phone Operators. (Option Year Four) 1 YR $ $ Total Base + 4 Years $ PERFORMANCE WORK STATEMENT/STATEMENT OF WORK VETERANS AFFAIRS PACIFIC ISLAND HEALTH CARE SYSTEM (VAPIHCS) AFTER HOURS TELEPHONE SERVICES 1.0 General Information The Contractor shall ensure all work meets performance standards specified in this Performance Work Statement (PWS) and referenced documents. The Contractor shall commence all operations required by the contract as of the first day of the contract period. The Contractor shall furnish all management, labor, supervision, equipment and materials to provide after-hours emergency Physician Phone Answering Services to the Veterans Affairs Pacific Island Health Care System (VAPIHCS), regional office located at 459 Patterson Road, Honolulu, HI 96819-1522 and surrounding Western Pacific US Territories. 1.2 Disclaimer: Notwithstanding any historic data furnished by or for the medical facilities, it is the Contractor s responsibility to furnish the necessary quantities of manpower, supplies, and equipment to provide satisfactory service at the medical facilities. The estimate provided gives an approximate number of emergency calls received on a monthly basis. This number is identified as an approximate and can fluctuate monthly. Additional emergency calls received should be quotes as additional fees or by means of patch calls. 1.3 Schedule of Services: This contract will be awarded on the terms of one (1) Base Year and four (4) one-year option periods, not to exceed 5 years. 2.0 Scope of Work: 2.1 Description: The Contractor shall furnish all management, labor, supervision, equipment and materials to provide after-hours emergency Physician Phone Answering Services to the Veterans Affairs Pacific Island Health Care System (VAPIHCS), regional office located at 459 Patterson Road, Honolulu, HI 96819-1522 and surrounding Western Pacific US Territories. See Section 2.2, Areas of Coverage, for more details for regional locations to be serviced. Services will be based on an average of 20 emergency calls per month for the entire region. This average has been identified as an approximate number of emergency calls received on a monthly basis and can fluctuate periodically. Additional emergency calls received should be quotes as additional fees or by means of patch calls. Mobile devices and/or equipment are not required for this contract. Each physician has been assigned an alpha numeric digital pager or has provided a personal contact number to be reached via texting and/or paging the requested on-call physicians. The VA will provide a monthly updated call roster with a list of physicians on-call, their number to be reached, and the suggested method of communication. The answering services provided will be emergency routed calls only. All incoming calls will be initially screened through the VA s primary phone operators. Once a call has been identified as an emergency call, the VA s phone operators will dispatch the call to the contracted Physician Answering Service. The Contractor will then page and/or text the appropriate on-call provider entering the requesting physician s telephone number as a call-back number. The contractor may also be responsible for sending an additional page/text to a secondary requesting physician if no response is received by the first line requesting physician. The contractor will conduct a follow-up call to the requesting physician to ensure the call was successful. Use of this service may vary but is based on emergency services. The emergency after-hour phone services will be provided for the following health departments and clinics: Geriatric Mental Health Laboratory Primary Care Community Based Outpatient Clinics (CBOCs) 2.2 Areas of Coverage: The services to be accomplished for the Veterans Affairs Pacific Island Health Care System (VAPIHCS), regional location at 459 Patterson Road, Honolulu, HI 96819-1522. The Honolulu Regional Office of VAPIHCS serves the veterans of Hawaii and the Western Pacific US Territories. Its jurisdiction covers many small island populations dispersed throughout an enormous geographic area of approximately 4.6 million square miles of the Pacific Ocean, and includes the State of Hawaii (Hilo, HI, Kahului, HI, Kauai, HI, Kona, HI, Maui, HI, and Lanai, HI) Hagatna, Guam and other US Territories of Guam, American Samoa, as well as the Commonwealth of the Northern Marianas Islands (Saipan, Tinian and Rota). The contractor must be able to offer reliable answering communication services for this region. It is imperative that all modes of communications be responsive without disruptions, delays, or lack of service. Please take into consideration, there will be multiple data providers affiliated with the mobile equipment assigned to the on-call providers. The contractor must be able to respond to various mobile communications providers and comply within the various time zones provided in Sections 2.3.1, 2.3.2, and 2.3.3. 2.3 Schedule: The VAPIHCS normal business hours usually operate between 8:00 am to 4:00 pm, Monday through Friday, except Federal Holidays. The requested services shall be provided seven (7) days a week, to include weekends and holidays, and are anticipated 365 days out of the calendar year. Services shall be provided from 4:00 PM to 7:30 AM for all Areas of Coverage in Section 2.2 and shall be based on the individual time zones within the Coordinated Universal Time (UTC)/World Clock. See below the time zones included for the requested services: 2.3.1 Hawaii Islands: Hawaii-Aleutian Standard Time (HAST) - HAST is 10 hours behind of Coordinated Universal Time (UTC). Note that some places observe daylight saving time/summer time during summer and are therefore using HADT instead in the summer. 2.3.2 American Samoa: Samoa Standard Time (SST) - SST is 11 hours behind of Coordinated Universal Time (UTC). 2.3.3 Guam Territories & Commonwealth of the Northern Marianas Islands: Chamorro Standard Time (ChST) - ChST is 10 hours (+1 day) ahead of Coordinated Universal Time (UTC). 2.3.4 Federal Holidays: National holidays observed by the Federal Government are New Year s Day January 1 Martin Luther King Day Third Monday in January Presidents Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the preceding Friday is observed as a holiday by U.S. Government agencies. 2.4 Changes to Scope of Work: All references to the estimated amount of calls, related duties, regional locations, and any other tasks provided by the Government are for informational purposes only. Such references do not necessarily indicate that the number of calls, related contractor duties, or locations will remain stable. Any changes to the Scope of Work will be affected by the Contracting Officer (CO) per FAR 52.212-4 Terms and Conditions of the Contract Commercial Items. 3.0 Contractor Personnel Security Requirements: Upon contract award, all key personnel shall be subject to the appropriate type of background investigation or screening per VA/VHA directive 0710 and must receive a favorable adjudication from CCA Personnel Security Specialist or VA Security and Investigations Center (SIC) depending on investigation or screening required.  This requirement is applicable to all subcontract personnel.  If the investigation or screening is not completed prior to the start date of the contract, the Contractor will be responsible for the actions of those individuals they provide to perform work for VA. 3.1 Appendix B: The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. 3.2 Appendix C: VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY LANGUAGE FOR INCLUSION INTO CONTRACTS, AS APPROPRIATE 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. 2. ACCESS TO VA INFORMATION AND VA INFORMATION SYSTEMS a. 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. b. 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. c. 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. d. Custom software development and outsourced operations must be located in the U.S. to the maximum extent practical. If such services are proposed to be performed abroad and are not disallowed by other VA policy or mandates, the contractor/subcontractor must state where all non-U.S. services are provided and detail a security plan, deemed to be acceptable by VA, specifically to address mitigation of the resulting problems of communication, control, data protection, and so forth. Location within the U.S. may be an evaluation factor. e. The contractor or subcontractor must notify the Contracting Officer immediately when an employee working on a VA system or with access to VA information is reassigned or leaves the contractor or subcontractor s employ. The Contracting Officer must also be notified immediately by the contractor or subcontractor prior to an unfriendly termination. 3. 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. VA information should not be co-mingled, if possible, with any other data on the contractors/subcontractor s information systems or media storage systems in order to ensure VA requirements related to data protection and media sanitization can be met. If co-mingling must be allowed to meet the requirements of the business need, the contractor must ensure that VA s information is returned to the VA or destroyed in accordance with VA s sanitization requirements. VA reserves the right to conduct onsite inspections of contractor and subcontractor IT resources to ensure data security controls, separation of data and job duties, and destruction/media sanitization procedures are in compliance with VA directive requirements. c. Prior to termination or completion of this contract, contractor/subcontractor must not destroy information received from VA, or gathered/created by the contractor in the course of performing this contract without prior written approval by the VA. Any data destruction done on behalf of VA by a contractor/subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the contract. d. The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies. If Federal or VA information confidentiality and security laws, regulations and policies become applicable to the VA information or information systems after execution of the contract, or if NIST issues or updates applicable FIPS or Special Publications (SP) after execution of this contract, the parties agree to negotiate in good faith to implement the information confidentiality and security laws, regulations and policies in this contract. e. 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. f. 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. g. 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. h. The contractor/subcontractor must 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. i. The contractor/subcontractor s firewall and Web services security controls, if applicable, shall meet or exceed VA s minimum requirements. VA Configuration Guidelines are available upon request. j. 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. k. 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. l. For service that involves the storage, generating, transmitting, or exchanging of VA sensitive information but does not require C&A or an MOU-ISA for system interconnection, the contractor/subcontractor must complete a Contractor Security Control Assessment (CSCA) on a yearly basis and provide it to the Technical Point of Contact (TPOC). 4. SECURITY INCIDENT INVESTIGATION a. The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the TPOC and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access. b. To the extent known by the contractor/subcontractor, the contractor/subcontractor s notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the contractor/subcontractor considers relevant. c. With respect to unsecured protected health information, the business associate is deemed to have discovered a data breach when the business associate knew or should have known of a breach of such information. Upon discovery, the business associate must notify the covered entity of the breach. Notifications need to be made in accordance with the executed business associate agreement. d. In instances of theft or break-in or other criminal activity, the contractor/subcontractor must concurrently report the incident to the appropriate law enforcement entity (or entities) of jurisdiction, including the VA OIG and Security and Law Enforcement. The contractor, its employees, and its subcontractors and their employees shall cooperate with VA and any law enforcement authority responsible for the investigation and prosecution of any possible criminal law violation(s) associated with any incident. The contractor/subcontractor shall cooperate with VA in any civil litigation to recover VA information, obtain monetary or other compensation from a third party for damages arising from any incident, or obtain injunctive relief against any third party arising from, or related to, the incident. 5. LIQUIDATED DAMAGES FOR DATA BREACH a. Consistent with the requirements of 38 U.S.C. §5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract. b. The contractor/subcontractor shall provide notice to VA of a security incident as set forth in the Security Incident Investigation section above. Upon such notification, VA must secure from a non-Department entity or the VA Office of Inspector General an independent risk analysis of the data breach to determine the level of risk associated with the data breach for the potential misuse of any sensitive personal information involved in the data breach. The term 'data breach' means the loss, theft, or other unauthorized access, or any access other than that incidental to the scope of employment, to data containing sensitive personal information, in electronic or printed form, that results in the potential compromise of the confidentiality or integrity of the data. Contractor shall fully cooperate with the entity performing the risk analysis. Failure to cooperate may be deemed a material breach and grounds for contract termination. c. Each risk analysis shall address all relevant information concerning the data breach, including the following: (1) Nature of the event (loss, theft, unauthorized access); (2) Description of the event, including: (a) date of occurrence; (b) data elements involved, including any PII, such as full name, social security number, date of birth, home address, account number, disability code; (3) Number of individuals affected or potentially affected; (4) Names of individuals or groups affected or potentially affected; (5) Ease of logical data access to the lost, stolen or improperly accessed data in light of the degree of protection for the data, e.g., unencrypted, plain text; (6) Amount of time the data has been out of VA control; (7) The likelihood that the sensitive personal information will or has been compromised (made accessible to and usable by unauthorized persons); (8) Known misuses of data containing sensitive personal information, if any; (9) Assessment of the potential harm to the affected individuals; (10) Data breach analysis as outlined in 6500.2 Handbook, Management of Security and Privacy Incidents, as appropriate; and (11) Whether credit protection services may assist record subjects in avoiding or mitigating the results of identity theft based on the sensitive personal information that may have been compromised. d. Based on the determinations of the independent risk analysis, the contractor shall be responsible for paying to the VA liquidated damages in the amount of $37.50 per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following: (1) Notification; (2) One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports; (3) Data breach analysis; (4) Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution; (5) One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and (6) Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs. 6. SECURITY CONTROLS COMPLIANCE TESTING On a periodic basis, VA, including the Office of Inspector General, reserves the right to evaluate any or all of the security controls and privacy practices implemented by the contractor under the clauses contained within the contract. With 10 working-days notice, at the request of the government, the contractor must fully cooperate and assist in a government-sponsored security controls assessment at each location wherein VA information is processed or stored, or information systems are developed, operated, maintained, or used on behalf of VA, including those initiated by the Office of Inspector General. The government may conduct a security control assessment on shorter notice (to include unannounced assessments) as determined by VA in the event of a security incident or at any other time. 7. TRAINING a. All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems: (1) Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems; (2) Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training; (3) Successfully complete the appropriate VA privacy training and annually complete required privacy training; and (4) Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the contracting officer for inclusion in the solicitation document e.g., any role-based information security training required in accordance with NIST Special Publication 800-16, Information Technology Security Training Requirements.] b. The contractor shall provide to the contracting officer and/or the TPOC a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. c. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. 4.0 Contractor s Quality Control: The Government shall rely on contractors existing quality control/assurance systems as a substitute for Government inspection and testing before tender for acceptance unless customary market practices for the commercial item being acquired include in-process inspection. Any in-process inspection by the Government shall be conducted in a manner consistent with commercial practice. The Government shall rely on the contractor to accomplish all inspection and testing needed to ensure that supplies or services acquired at or below the simplified acquisition threshold conform to contract quality requirements before they are tendered to the Government. The following standard inspection requirements shall apply: (1) Require the contractor to provide and maintain an inspection system that is acceptable to the Government; (2) Give the Government the right to make inspections and tests while work is in process; and (3) Require the contractor to keep complete, and make available to the Government, records of its inspection work. 5.0 Government s Quality Assurance: 5.1 The Government shall not rely on inspection by the contractor if the TPOC determines that the Government has a need to test the supplies or services in advance of their tender for acceptance, or to pass judgment upon the adequacy of the contractor s internal work processes. In makingthe determination, the TPOC shall consider-- (1) The nature of the supplies and services being purchased and their intended use; (2) The potential losses in the event of defects; (3) The likelihood of uncontested replacement or correction of defective work; and (4) The cost of detailed Government inspection. 5.2 Inspections: The Government will provide standard inspections for the services provided in this contract. The Contractor must maintain an inspection system that is acceptable to the Government. The Contractor must also give the Government the right to make inspections while work is in progress; the Government may monitor and evaluate the Contractor s performance using random, scheduled and unscheduled inspections. The Contractor has to keep complete records of its inspection work made available to the Government. Observations will be recorded by the TPOC or designated representative and when an observation indicates defective performance, the TPOC will request the Contractor or designated representative to initial the observation and make necessary corrections to remove any deficiencies. 5.3 Requirements for Quality Assurance: Reliability - understand the importance of accurate messaging, dispatching those messages to the appropriate on-call resource. Speed - messages are relayed in a timely fashion and are always accurate and concise. (End of SOW) It is anticipated that a firm-fixed price purchase order will be awarded as a result of this synopsis/solicitation. Sources for providing Physician after hour call answering services covering the areas as stated in this combined notice are invited to submit offers in accordance with the requirements stipulated in this solicitation. Award shall be made using comparative evaluation procedures for meeting or exceeding the requirements of this solicitation. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of VAAR provisions or clauses may be accessed electronically at https://www.va.gov/oal/library/vaar/index.asp The following FAR solicitation provisions apply to this acquisition: FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-2, Evaluation Commercial Items (Oct 2014) Comparative Evaluation. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Jan 2017) Offerors must complete annual representations and certifications on-line at http://www.sam.gov/portal. in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. The following VAAR solicitation provisions apply to this acquisition: VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) The following FAR contract clauses apply to this acquisition: FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2017) FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub.L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note) FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011)(15 U.S.C. 644) FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 657f) FAR 52.222-3, Convict labor (June 2003) (E.O. 11755) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332) FAR 52.222-41, Service Contract Labor Standards (May 2014) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage Fringe Benefits GS-3 $13.22 + 33.4% FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) FAR 52.217-8, Option to Extend Services (Nov 1999) Within 30 Days. FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) Within 30 days; with a notice at least 60 Days; 5 Years. The following VAAR contract clauses apply to this acquisition: VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibilities (Apr 1984) - California All "quoters" shall submit the following: one copy of quote with unit price and extensions for each line item, totaled for each year, and totaled for all. All "quotations shall be sent to the Department of Veterans Affairs, 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086 via email address at thomas.mclain@va.gov. This is an open-market combined synopsis/solicitation for services as defined herein.    The government intends to award a purchase order award as a result of this combined synopsis/solicitation to a qualified source, and that will include the terms and conditions as set forth herein. Submission shall be received not later than 14:00 PDT on 17 April 2019 at Department of Veterans Affairs, 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086. Email quotes to thomas.mclain@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist, Thomas McLain at email address: thomas.mclain@va.gov. All questions regarding this solicitation are required to be submitted not later than 16:00 PDT on 15 April 2019 in order to render a response prior to the closing date and time of this solicitation. Point of Contact Contract Specialist: Thomas McLain, (702) 791-9000 x 18929, email: thomas.mclain@va.gov. (End of Combined Notice) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/582062a92060ada18aa8ea406c2eefb2)
 
Record
SN05277658-F 20190412/190410230048 (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.