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

R -- FITNESS & WELLNESS CENTER MANAGEMENT SERVICES VA REGIONAL OFFICE - PHILADELPHIA (310)

Notice Date
4/10/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
713940 — Fitness and Recreational Sports Centers
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
36C10E19Q0133
 
Response Due
4/23/2019
 
Archive Date
6/22/2019
 
Point of Contact
kimberly.tomasi@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 6 of 6 COMBINED SYNOPSIS SOLICITATION NOTICE This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The government anticipates a single (all or none), firm fixed price award. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. 36C10E19Q0133 the Combined Synopsis Solicitation is issued as a request for quotation (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-01, effective date January 22, 2019. The combined synopsis/solicitation is set aside for Service Disabled Veteran Own Small Business concerns only. Only quotes submitted by Service Disabled Veteran Own Small Business will be accepted by the Government. Any quote that is submitted by a contractor that is not a Service Disabled Veteran Own Small Business will not be considered for award. Note that only VA verified SDVOSBs in the VIP database at the time of contract award will be considered for award and non VIP verified firms will be considered non responsive and ineligible for award. The applicable NAIC Code for this solicitation is 713940 Fitness and Recreational Support Services and the Small Business Size limitation is $7.5 Million. The contractor shall provide all labor, supervision, transportation, materials and supplies for fitness center management services per the attached Statement of Work. CLIN 0001: The contractor shall provide all labor, supervision, transportation, materials and supplies for fitness center management services per the attached Statement of Work. Base Year. Unit Price ___; Quantity: 10; Unit of Issue: Month; Extended Price ____________ CLIN 1001: The contractor shall provide all labor, supervision, transportation, materials and supplies for fitness center management services per the attached Statement of Work. Option One. Unit Price ___; Quantity: 12; Unit of Issue: Month; Extended Price ____________ CLIN 2001: The contractor shall provide all labor, supervision, transportation, materials and supplies for fitness center management services per the attached Statement of Work. Option Two. Unit Price ___; Quantity: 12; Unit of Issue: Month; Extended Price ____________ CLIN 3001: The contractor shall provide all labor, supervision, transportation, materials and supplies for fitness center management services per the attached Statement of Work. Option Three. Unit Price __; Quantity: 12; Unit of Issue: Month; Extended Price ____________ CLIN 4001: The contractor shall provide all labor, supervision, transportation, materials and supplies for fitness center management services per the attached Statement of Work. Option Four. Unit Price ___; Quantity: 12; Unit of Issue: Month; Extended Price ____________ Total Price ___ Description of Requirement The Department of Veterans Affairs, Philadelphia VA Regional Office has a requirement for daily operational management and related services of the fitness center located 5000 Wissahickon Avenue, Philadelphia, PA 19141. The contractor shall provide all personnel necessary for the operation of a professional Wellness center, also referred to as and listed in this Scope of Work as Wellness Center. The purpose is to conduct a physical Wellness and wellness program for approximately 1,300 Department of Veterans Affairs employees. The Wellness Center is located at the Department of Veterans Affairs Regional Office (VARO) building located at 5000 Wissahickon Avenue, Philadelphia, PA 19141. These employees are of the age and state of health as found in the general adult population. It is anticipated that approximately 250 personnel of the resident population remain active members of the Wellness Center. Oversight of the Wellness Center activities will be the responsibility of the Contracting Officer Technical Representative (COTR) located within the 5000 Wissahickon Avenue facility. The VA intends to make a single (all or none), firm-fixed price award. SEE ATTACHED STATEMENT OF WORK. Period of Performance: Base Year: June 01, 2019 to March 31, 2020 with four option years. FOB Destination Point: 5000 Wissahickon Avenue, Philadelphia, PA 19141. FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.217-5 Evaluation of Options (JUL 1990) 52.222 48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification (MAY 2014) 52.233-2 Service of Protest (SEPT 2006) 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) 852.233-71 Alternate Protest Procedure (OCT 2018) Offers will be evaluated as follows: Criteria: The Government will evaluate quotes submitted in response to this solicitation based on a consideration of the following factors: Price, Experience/Qualifications, and Past Performance. Included with each Contractor s quote, the Contractor is to provide a written statement limited to two pages or less demonstrating how the Contractor has the required Experience/Qualifications needed to successfully perform this requirement. Price: Price will be evaluated to determine if it is fair and reasonable. Experience/Qualifications: The basis of evaluation under this factor will be focused on the firm s experience in performing contracts and /or task orders of similar size, scope and complexity to the work being solicited within the SOW. The quote shall contain information from a minimum of one contract where similar management of fitness/wellness center services were successfully provided. Only quotes that demonstrate relevant experience with providing similar management of fitness/wellness center services will be eligible for award. Government and commercial sources will be accepted. Past Performance. The Contractor shall provide at least one reference that corresponds with the relevant experience provided and demonstrates an acceptable past performance record. The Government reserves the right to consider sources other than just those submitted by the by the Contractor in response to questionnaires in evaluating past performance. Basis for Award: Best Value - The Government shall make award to that quote that is found to be the lowest priced and meets the Government s stated experience/qualifications and past performance requirements based upon the stated considerations above. FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. The offeror must have completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this solicitation. The following FAR and VAAR provisions and clauses are added as addenda: 52.252-2 Clauses Incorporated by Reference (FEB 1998) (FAR) http://www.acquisition.gov/far/index.html (VAAR) http://www.va.gov/oal/library/vaar/index.asp 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.224-1 Privacy Act Notification (APR 1984) 52.224-2 Privacy Act (APR 1984) 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) 52.233-1 Disputes (MAY 2014) 52.252-6 Authorized Deviations in Clauses. 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. (End of Clause) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 10 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 10 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five (5) years and six months. (End of Clause) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION) VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibilities (APR 1984) 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b applicable clauses: (1) 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006 (4) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (8) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (16) 52.219 8 Utilization of Small Business Concerns (OCT 2014) (22) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) (25) 52.222-3 Convict Labor (June 2003) (27) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) (28) 52.222-26 Equal Opportunity (MAR 2007) (29) 52.222-35(i) Equal Opportunity for Veterans (OCT 2015) (30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (31) 52.222-37 Employment Reports on Veterans (FEB 2016) (32) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (33) 52.222-50 Combating Trafficking in Persons (MAR 2015) (42) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (45) 52.224-3(i) Privacy Training (JAN 2017) (49) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (56) 52.232-34 Payment by Electronic Funds Transfer Other Than System for Award Management (Jul 2013) Paragraph c applicable clauses: (2) 52.222-41 Service Contract Labor Standards (AUG 2018) (3) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) Employee Class Monetary Wage-Fringe Benefits 28515 Recreation Specialist $24.93 (4) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (8) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) (9) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) N/A N/A Quotes are due no later than April 23, 2019 by 8:00AM Eastern Standard Time (EST). Questions must be emailed to kimberly.tomasi@va.gov and due no later than April 16, 2019 by 8:00AM, Eastern Standard Time (EST). The vendor must be active in SAM and verified as a SDVOSB in Vetbiz.gov to receive an award. Vendor is to ensure the following information is on their written quote: Unit Price, Extended Price, Grand Total, Prompt Payment Terms, Correct Remittance Address, Cage Code, Duns Number, Tax Identification Number, Full Name and Telephone Number of Vendor's Point of Contact. Included with each quote, the Offeror is to provide the following: Completed above solicitation s section v, CLINS 0001-4001 with unit, extended and total price. A written statement limited to two pages or less demonstrating the offeror has the required Experience and Qualifications. One completed Past Performance Questionnaire. Failure to provide any of this information or providing inadequate or unclear information will result in the quote being rated unsatisfactory and ineligible for award. Quotes shall be submitted electronically to email address kimberly.tomasi@va.gov. The maximum size of each email cannot exceed 5 MB. Note that emails that contain compressed files such as Zip files will be rejected by the government server. Only written quotes shall be acceptable and must be received and identified by solicitation #36C10E19Q0133. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. All pages of the quote must be emailed before the deadline specified in this solicitation. For additional information, please contact the Contracting Officer, Kimberly Tomasi via email at kimberly.tomasi@va.gov. See attached document: Statement of Work. See attached document: VA 6500.6 Appendix_C. See attached document: Past Performance Questionnaire. STATEMENT OF WORK (SOW) PHILADELPHIA VA REGIONAL OFFICE (310) PROFESSIONAL WELLNESS AND FITNESS CENTER MANAGEMENT SERVICES Title of Project: On-site professional wellness and fitness center management services. Background: The Department of Veterans Affairs, Philadelphia VA Regional Office, 5000 Wissahickon Avenue, Philadelphia, PA 19144 has a requirement for professional wellness and fitness center management service contract. The contractor shall provide all personnel necessary for the operation of a professional Wellness center, also referred to as and listed in this Scope of Work as Wellness Center. The purpose is to conduct a physical Wellness and wellness program for approximately 1,300 Department of Veterans Affairs employees. The Wellness Center is located at the Department of Veterans Affairs Regional Office (VARO) building located at 5000 Wissahickon Avenue, Philadelphia, PA 19141. These employees are of the age and state of health as found in the general adult population. It is anticipated that approximately 250 personnel of the resident population remain active members of the Wellness Center. Oversight of the Wellness Center activities will be the responsibility of the Contracting Officer Technical Representative (COTR) located within the 5000 Wissahickon Avenue facility The VA intends to make a single (all or none), firm-fixed price award for a 12-month period with four (4) option years. Non Personal Services: The Government shall neither supervise contractor employees nor control the method by which the contractor performs the required tasks. It shall be the responsibility of the contractor to manage its employees and to guard against any actions that are of the nature of personal services or give the perception of personal services. If the contractor believes that any actions constitute, or are perceived to constitute personal services, it shall be the contractor s responsibility to notify the Contracting Officer (CO) immediately. Performance Location: The Department of Veterans Affairs, VA Regional Office, 5000 Wissahickon Avenue, Philadelphia, PA 19144. Type of Contract: Firm-Fixed-Price. Changes to the Statement of Work (SOW) Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. Scope of Work The contractor shall provide all personnel necessary for the operation of a professional Wellness center, also referred to as and listed in this Scope of Work as Wellness Center. The purpose is to conduct a physical Wellness and wellness program for approximately 1,300 Department of Veterans Affairs employees. The Wellness Center is located at the Department of Veterans Affairs Regional Office (VARO) building located at 5000 Wissahickon Avenue, Philadelphia, PA 19141. These employees are of the age and state of health as found in the general adult population. It is anticipated that approximately 250 personnel of the resident population remain active members of the Wellness Center. Oversight of the Wellness Center activities will be the responsibility of the Contracting Officer Technical Representative (COTR) located within the 5000 Wissahickon Avenue facility. Period of Performance The base year Period of Performance will be 10 months with four (4), twelve (12) month option years. Work at the government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). Base Year June 1, 2019 to March 31, 2020 Option Year 1 April 1, 2020 to March 31, 2021 Option Year 2 April 1, 2021 to March 31, 2022 Option Year 3 April 1, 2022 to March 31, 2023 Option Year 4 April 1, 2023 to March 31, 2024 Hours of Operation The Wellness Center hours of operation are from 7:30 a.m. to 3:00 p.m., Monday through Friday, excluding federal holidays. When a holiday falls on a Sunday, the following Monday will be observed as a legal holiday. When the holiday falls on a Saturday, the preceding Friday is observed by Federal agencies. The Contractor shall schedule coverage ensuring that peak utilization hours are properly staffed. Hours of operation for the Contracted Wellness Center Staff will be 7:30 a.m. to 3:00 p.m. All equipment will be turned on and ready for use for the 7:15 a.m. opening of the Wellness Center. In the event of additional days requiring building closure, or portions thereof, because of inclement weather, potentially hazardous conditions or other circumstances, the Contractor shall not suffer any reductions in compensation to which he/she is entitled during the period covered by such closures. Holidays Work at the government site shall not take place on Federal holidays or weekends. There is ten (10) Federal holidays set by law (USC Title 5 Section 6103). Under current definitions, four are set by date: New Year's Day January 1 Independence Day July 4 Veterans Day November 11 Christmas Day December 25 If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday. The other six are set by a day of the week and month: Martin Luther King's Birthday Third Monday in January Washington's Birthday Third Monday in February Memorial Day Last Monday in May Labor Day First Monday in September Columbus Day Second Monday in October Billing / Invoices Invoices shall be paid monthly, 30-days in arrears. The contractor shall provide an invoice that will include: Contract Number Current year obligation number (Each year the obligation number will change. Example obligation # - 310Jxxxxx). Company Name and Address Invoice Date Invoice Number (Note: Each invoice must have a different Invoice Number) Description of items/services provided as well as referencing the appropriate Contract Line Item Number (CLIN). This way the proper CLIN can be billed for the Invoice. Terms for any discount for prompt payment Name, title and phone number of the company point of contact to notify in case of a defective invoice Accuracy of all invoices is extremely important. Noted invoice discrepancy(s) by the Government during any monthly processing periods shall be rejected and resubmitted by the Contractor within seven days from receipt date for continuous processing in accordance with Prompt Payment Act (USC, Title 31, 3903(a)) and 0MB Circular A- 125, Prompt Payment, as revised. All monthly discrepancies will be documented and will serve as official documentation in the evaluation of the Contractor's past performance. Personnel It is the responsibility of the contractor to have the Wellness Center staffed with qualified employees during the hours of operation, even when regularly scheduled employees are absent. Wellness Center Personnel must: Be interactive with all Wellness Center customers during their workout sessions/routines; Have completed a basic course in First Aid; Be cardiopulmonary resuscitation certified; Be trained and certified on the use of a defibrillator; Consist of at least one staff member that is certified through the International Dance and Exercise Association, the Aerobic and Wellness Association of America, the American College of Sports Medicine, or the Aerobic Institute in Dallas Consist of at least one staff member that is certified in ergonomic assessments/evaluations. Certification shall be from an accredited institution or company acceptable to the VARO. The Contractor must: Provide the COTR with evidence of unexpired/renewal of CPR certification(s), ergonomic certification (s), instructor certification(s) and insurance during the term of the contract. Failure to provide evidence of renewals shall cause payments to be withheld pending receipt of evidence of renewals. Assure all personnel certifications and license are kept current for the duration of the contract and provided to the COTR in a timely manner. The Contractor s personnel shall follow all applicable policies of the VARO and will be provided copies of these policies by the COTR upon request. Behaviors listed below but not limited to, are unacceptable during contracted employees hours of duty in the Wellness Center: Taking showers; Eating when Wellness Center customers are utilizing the Wellness Center; Personal grooming; Personal phone calls when Wellness Center customers are utilizing the Wellness Center; Using Government furnished equipment for personal use. Requirements The contractor shall develop and implement a physical fitness/wellness program to provide an avenue for improvement of the health and wellness of the Philadelphia VA Regional office employees. Such activities shall be designed to improve the cardiovascular condition, weight, and muscle tone of employees. To achieve these goals, the contractor shall design a program geared to the individual s needs and will provide stretching, weight training and cardiovascular exercise guidance. Age and physical condition of employees will be taken into consideration when exercise programs are designed and provided. The contractor will be responsible for providing general information to all users regarding exercise fitness and wellness and conduct employee information sessions on a variety of health-related issues. The Contractor shall provide quarterly employee information sessions on health-related topics as well as develop a quarterly newsletter. For this information to be approved, it must be sent to the Director s Office designated reviewer at SSD-COTR James.Manser2@va.gov. Utilization reports shall be submitted monthly by emailing to the designated Philadelphia RO POC-HR at Lina Giampa@va.gov and SSD-COTR James.Manser2@va.gov. The Contractor will develop an application process for use of the Wellness center. The process will be approved by the Assistant SSD Chief and/or Acting SSD Chief, and the Budget Officer, prior to implementation. Upon submission of an approved application form, the Wellness Center staff will provide a physical assessment of each employee making application to participate in the facility and document such assessment. In addition, the Wellness Center staff will provide each applicant with an orientation of the Wellness Center prior to utilization. Upon completion of the physical assessment the contractor will develop an activity plan suited to everyone s needs and best interests, by providing exercise and guidance to assist in the health and physical wellness of each individual. The progress of each individual actively participating in a Wellness program will be evaluated every six months to determine whether the plan should be modified and will be noted on a Wellness Center assessment log maintained in a secure location within the Wellness Center (See also para 13. Privacy of Records). During non-peak hours a visual check of the Wellness Center, to include locker rooms, will be made by Wellness Center staff. The Wellness Center staff shall, at a minimum, clean/wipe down the equipment once a day. Daily cleanings shall be included in the monthly Utilization Reports. The Contractor shall provide cleaning supplies for wiping down the equipment. Personnel Listing Contractor shall maintain a current listing of Wellness Center employees; the list shall include only the employees name. The list shall be kept up to date, validated and signed by the company Facility Security Officer and provided to the Contracting Officer and COTR, Support Services Division. An updated listing shall be provided when an employee s status or information changes. The Contractor must inform the COTR immediately but no later than 24 hours of any changes. (Also refer to para 3. Personnel - For replacement coverage for employee; and para 20, Access Cards) Reports and Statistics The Contractor will establish a sign-in sheet will be signed by all persons using the Wellness Center for any reason and insert as an electronic Excel sheet log for record. The Contractors will maintain a log of each employee that is provided training services of any kind. Utilization statistics will be provided to the COTR and other authorized VA personnel, on a quarterly basis, or as otherwise requested. Such statistics shall include, but are not limited to, peak hours of usage, and the average number of male and female participants during the month, and any trends. The contractor will provide a narrative description of significant events that occur during the month. The contractor will be required to provide a narrative of any injury incurred in the Wellness Center and notify the COTR or designated representative ASAP on the same day as injury, no later than 1 hour after incident/injury (also refer to para 18. Report of an Accident) Government Facilities and Maintenance The government will provide the facility for the Wellness Center and will also provide heating, lighting, ventilation and other utilities required for effective operation of the Wellness Center. The Wellness Center will include separate shower facilities for men and women and all facilities will be handicap accessible. The government will maintain the facilities by providing cleaning of floors, not to include the cleaning of the mats, windows, furniture and fixtures, and shower facilities to conform to health and sanitary requirements. The government will be responsible for ensuring an environment conducive to conducting the fitness/wellness program and the Contractor and/or Wellness Center staff will be responsible for reporting any condition to the COTR that would impede delivery of the program and/or services. All facility s maintenance issues are to be reported to the SSD-ADMIN/Facilities mailbox VAVBAPHI/RO/Facilities@va.gov as soon as possible, but no later than 24 hours of the occurrence, or report/notification of such, causing a delay of delivery of the program or services. Government Furnished Property (GFP) The government shall provide and permit the contractor to use exercise equipment and office furnishing needed to conduct the physical Wellness program is listed on the VA O&IT/IRM inventory sheet. At the discretion of the government, additional equipment of similar type may be added to provide for expansion of the program. Ownership of all equipment and furnishings shall be vested with the government and shall be surrendered at the government s request. Any GFP that is in need of repair or maintenance shall be reported to the COTR. Use of GFP, such as computer equipment and telephones, will be used for conducting Wellness Center business only. Contractor Furnished Equipment With the approval of the COTR, the Contractor and/or Wellness Center staff may use its own equipment at no cost to the government for the equipment, maintenance, repair or replacement of such equipment. Such equipment shall conform to accepted standards of physical fitness/wellness practice and safety. The contractor shall select and provide appropriate music each day in the Wellness Center. The music will not contain any offensive lyrics. Removal of Personnel The COTR may at any time during the performance of this contract order the Contractor to remove any Wellness Center personnel from further performance under this contract for reasons of their moral character, unethical conduct, security reasons and violation of on-site building rules, if the COTR finds it in the best interest of the Government. In the event that it becomes necessary to replace any Contracted personnel for any of the above reasons, the Contractor shall bear all costs associated with such removal, including the costs for the replacement of any personnel so removed. These charges will not be chargeable to the Government. (Also see para 3. Personnel and para 20. Access Cards) Background Investigation The contract employee level of background investigation and clearance required for this contract is a National Agency Check with Inquiries (NACI). Contractor Responsibilities The Contractor shall bear the expense of obtaining background investigations. VA will pay for investigations processed through the VA Security Investigation Center (SIC) and conducted by the Office of Personnel Management (OPM) in advance; however, the Contractor shall reimburse the full cost of background investigations to VA within 30 days of Bill of Collections from VA. VA shall send up to three, plus one final, delinquent notice to the Contractor. If the Contractor does not adhere to the Bill of Collections, future invoices may be subject to be offset by VA to recoup background investigation costs. Immediately after contract or task order award, the Contractor shall submit completed required initiation package for all employees. The Contractor and Contractor point of contact (POC) will receive an email notification from SIC identifying the website link that includes detailed instructions regarding completion of the background clearance application process, due dates, and level of background investigation. Reminder notifications will be sent if the complete package is not submitted by the due date. The Contractor shall pre-screen all personnel who require access to VA site(s) and/or access to VA LAN systems to ensure they maintain a U.S. citizenship or Alien Registration, which authorizes them to work in the U.S., and are able to read, write, speak and understand the English language. Contractors who have a current favorable background investigation conducted by OPM or Defense Security Service (DSS) may be accepted through self-certification. However, it does not preclude the Contractor from submitting a completed background investigation immediately after contract. Contract performance shall not commence before SIC confirmation that it has received the investigative documents, that they are complete, and that the background investigation has begun. Once the Contractor s background investigation has been initiated, contract performance may commence. The COTR will notify and forward the Contractor a copy of the Certificate of Eligibility (form 4236) to the Contractor when the investigation has been favorably completed and adjudicated. The Contractor, if notified of an unfavorable adjudication by the Government, shall immediately withdraw/remove the employee from consideration from working under the contract. Failure to comply with the Contractor personnel security requirements may result in termination of the contract for default. If the security clearance investigation is not completed prior to the start date of the contract, the contracted employee may work on the contract with an initiated status while the security clearance is being processed. However, the Contractor will be responsible for the actions of those contracted and subcontracted employees they provide to perform work for VA. In the event damage arises from work performed by Contracted personnel, under the auspices of the contract, the Contractor will be responsible for resources necessary to remedy the incident. Should the Contractor use a vendor other than OPM or DSS to conduct investigations, the investigative company shall be certified by OPM/DSS to conduct Contractor investigations. The Vendor Cage Code number shall be provided to the VA SIC, which will verify the information and conclude whether access to the Government s site(s) and/or VA LAN systems are authorized/approved. The investigative history for Contractor personnel working under this contract shall be maintained in the databases of either OPM or the Defense Industrial Security Clearance Organization (DISCO). Privacy of Records The contractor establishes and maintains in a secure area, records on all individuals using the Wellness Center. Such records shall include the participant s application to use the Wellness Center, the participant s health and physical assessment records and records related to the participant s fitness/wellness program developed by the contracted Wellness Center staff. The determination of whether these records are subject to the Privacy Act or constitute a system of records will be determined by the Government. All records are property of the U.S. Government. Information from a Wellness record, or the record itself, shall be released only upon written permission of the participant concerned, except for information in the records which may relate to Office of Workmen s Compensation Program (OWCP) claims which may be released to Human Resources OWCP personnel upon request. Release of Information The Contractor shall not hold any discussions or release any information relating to the contract to anyone not having a direct interest in performance of this contract, without written consent of the Contracting Officer or the COTR. This restriction applies to all news releases of information to the public, industry or Government agencies. Deliveries All deliveries for the contractor will be delivered between the hours of 10:00 a.m. to 2:00 p.m. at the loading dock. The Contractor shall sign for the deliveries of their supplies, and the Government shall not be responsible for any receiving of Contractor supplies. Building Rules The contractor will comply with all building rules. Window Blinds Contractor shall ensure all window blinds located on the First Floor are closed each evening and reopened each morning of operation. Report of an Accident In an event of an accident on the Department of Veterans Affairs property or involving Government personnel or property, the Contractor shall submit a report immediately within 24 hours to the Contracting Officer and COTR in a letter form and CA-1, Department of Labor, OSHA 300, 301, 300a that shall include the following: (1) the time and date of Occurrence; (2) the place of occurrence; (3) a list of personnel directly involved; and (4) a narrative or description of the accident to include chronological order of the accident and circumstances. (See also para 5, 13, and 24) Proper Identification The RO is a Federal Government facility and requires proper identification for all personnel entering the grounds/facilities Non- Building Occupant The contractor will coordinate the issuance of building access cards with facilities personnel for participants that are not occupants of the building (VA Regional Office and Insurance Center). Access Cards The Wellness Center staff will be given building access cards. The contractor will be notified immediately for terminates employment and/or is any problems with access card as follows: VAVBAPHI/RO/HRM@va.gov 1) when employee terminates employment (remove from Wellness Center) VAVBAPHI/RO/Facilities@va.gov there are any problems with access card use or functionality an access card is lost. Any changes in Contractor personnel will require written submittal of a revised personnel assignment list. The Contractor will be responsible for collecting access cards and/or any keys from either voluntarily or involuntarily terminated employees. The contractor s staff is permitted in the building during hours of operation only. Compliance with Laws The contractor shall comply with applicable Federal, State and local safety and fire regulations and codes. The contractor shall keep abreast of and comply with changes in these regulations and codes applicable to the contract. This includes ages of work crew not permissible under the age of 18 years. The Contractor shall immediately correct any safety, security or Privacy Act deficiencies caused by Contractor personnel. If the Contractor fails or refuses to correct deficiencies promptly, the Contractor Officer may issue an order stopping all or any part of the work. Compliance with Regulations, Directives, Guidance, Publications, Acts, Etc. Contractor and Staff shall comply with Homeland Security Presidential Directive-12 (HSPD- 12), NIST 800-53, Office of Management and Budget (OMB) guidance M-05-24, as amended, and Federal Information Processing standards Publication (FIPS PUB) Number 201, as amended. Contractor and Wellness Center Staff shall comply with the Privacy act, Security and HIPPA. Personnel Assignments Due to the nature of VA s work with Veterans, the Contractor shall provide to the COTR, a written list of employee names with certification (by signature of the Contractor) of whether the employees prior to commencement of work. Members of the contractor s staff working within the Philadelphia Regional Office Wellness Center will be required to complete a VA Form 0344 declaring their and their family s veteran status. Any changes in Veteran status or personnel changes should be provided in an updated listing of all personnel assigned to the VARO worksite as designated above. Contractor will provide written notification of any personnel changes at the worksite to the COTR within 24 hours if the change was not known in advance. Advance notification shall be provided when known with updated personnel assignment listing. Safety The contractor and Wellness Center staff shall take such safety precautions as necessary to protect the lives and health of occupants of the building. The Contractor and contracted employees must report any safety issues and/or concerns to the COTR as soon as possible, but no later than one hour of the incident/issue. (See also para 18. Report of an Accident). No Smoking Policy The RO facilities located at 5000 Wissahickon Avenue have been designated No Smoking Areas, except in specified areas located outside the buildings. The contractor shall insure that this policy is strictly followed by all Wellness Center staff. Threat to Security Contractor personnel shall report to the COTR any information or circumstances of which they are aware of that may pose a threat to the security of Department of Veterans Affairs personnel, contractor personnel, resources and classified and unclassified information, as soon as possible, but no later than one hour of becoming aware or notified of. Payment Receive (VA Employees) Instructions Contractor personnel should receive all monetary payment from VA employees will come in a form of money order and/or check (no cash) to be deposit to the Agent Cashier Department of Veterans Affairs. All payment received will be track on an Excel spreadsheet. Invoices shall be submitted to: Department of Veterans Affairs 5000 Wissahickon Avenue P.O. Box 8079 Philadelphia, PA 19141 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/spg/VA/WDCVARO372/WDCVARO372/36C10E19Q0133/listing.html)
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS;VETERANS BENEFITS ADMINISTRATION;PHILADELPHIA VA REGIONAL OFFICE;5000 WISSAHICKON AVENUE;PHILADELPHIA, PA
Zip Code: 19141
Country: USA
 
Record
SN05277659-F 20190412/190410230049 (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.