DOCUMENT
65 -- BLS and ACLS COURSEWARE SHORT TERM - Attachment
- Notice Date
- 9/20/2019
- Notice Type
- Attachment
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Department of Veteran Affairs;PCAC-ST. LOUIS;4401-D Meramec Bottom Rd;Saint Louis MO 63129
- ZIP Code
- 63129
- Solicitation Number
- 36C77619Q0231
- Response Due
- 9/24/2019
- Archive Date
- 10/24/2019
- Point of Contact
- William Singleton
- E-Mail Address
-
4.6656
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation for Commercial Items BLS/ACLS Courseware with eCards COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C77619Q0231 Posted Date: September 20, 2019 Original Response Date: September 24, 2019 Current Response Date: September 24, 2019 Product or Service Code: 6515 Medical and Surgical Instruments, Equipment, and Supplies Set Aside (SDVOSB/VOSB): None NAICS Code: 611699 All other Miscellaneous Schools and Instruction Contracting Office Address Department of Veterans Affairs Program Contracting Activity Central (PCAC) 4401 Meramec Bottom Road St. Louis, MO 63105 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, and 13.5, Simplified procedures for Certain Commercial Items, 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). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 3611699, with a small business size standard of $11.0 Million. The Department of Veterans Affairs SimLEARN/Redi Division 6490 Hazeltine National Drive Suite 120, Orlando, FL 32822. is seeking to purchase BLS and ACLS courseware. All interested companies shall provide quotation for the following: PRICE SCHEDULE ITEM INFORMATION The contractor shall provide unit price and total amount for each item. All quantities are estimated and does not constitute a guarantee that the Government will purchase the estimated quantity listed. Delivery shall be 7-days after receipt of order. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE Estimated Extended Price 0001 TRACE Code: 19.SIM.MA.REDI.15D.A ACLS Courseware & Training w/e-Card (Traditional Biennial) 16,668 EA 0002 ACLS Courseware & Training w/e-Card (MOC) 12,500 EA 0003 BLS Courseware & Training w/e-Card (Traditional Biennial) 56,668 EA 0004 BLS Courseware & Training w/e-Card (MOC) 56,668 EA TOTAL FOR ALL LINE ITEMS Statement of Work REdI Basic Life Support (BLS) and Advanced Cardiac Life Support (ACLS) Short -Term Courseware August 2019 1. Title of Project: REdI Basic Life Support (BLS) and Advanced Cardiac Life Support (ACLS) long-Term courseware 2. Background: The Employee Education System (EES) has a Resuscitation Education Initiative (REdI) program within the VHA SimLEARN National Center located in Orlando, FL. The REdI program is responsible for providing resuscitation training across the entire construct of the VHA for clinicians and practitioners. VHA is mandated to maintain its current level of resuscitation credentialing within the current resuscitation environment. The current resuscitation training program within the VHA allows for: staff to complete the didactic training and then the choice between two different skill assessment options; with a VHA instructor or on a Mobile CPR Testing Station. The current environment also allows for the learner to complete required training, biennially or quarterly in a Maintenance of Competency approach. The ACLS and BLS licenses will afford VHA to prevent any gaps in resuscitation provision for its current populous of clinicians and practitioners. 3. Objective: To procure ACLS and BLS courseware to prevent gaps in mandatory training requirements. 4. Scope of Work: The contractor shall provide electronic Cardiopulmonary Resuscitation (CPR) Basic Life Support Provider training courseware with e-Card (certification validation). The courseware shall do the following: Allow students to work through realistic eSimulation patient cases online. Provide online cognitive learning modules that shall include educational videos, interactive learning with avatars and a multiple-choice exam, in addition to the eSimulation patient cases. Provide ability for student practice and testing of hands-on skills on a mobile Simulation Station. Provides flexibility for student to complete training in a low-dose high-frequency approach. Compatible with RQI 1Stop Platform. 5. Current Environment: The current environment consists of already purchased equipment that currently deploys the BLS and ACLS licenses. However, the current equipment is what the environment is today and to execute a total retooling of the current environment is cost prohibitive to the government. The salient characteristics of the BLS and ACLS licenses shall be the following: Salient Characteristics The courseware shall certify clinicians within the VA medical centers for Basic Life Support (BLS) and Advanced Cardiac Life Support (ACLS) resuscitation certification. The associated courseware shall be online programs using Voice Assisted Manikins (VAMs) to certify clinicians. The courseware shall be SCORM 1.2 conformant and will be hosted by the vendor, launched by a SCORM manifest package hosted on iContent. The courseware shall allow for the VHA s Talent Management System (TMS) SCORM content import to create associated items in the TMS for courses. The courseware shall be able to automatically assign portions of the training program to designated users in the TMS in a manner that matches the pre-defined program, which spans over 2-years and has specific assignments that shall be assigned in and required to be completed within specific quarters of the 2-year period. The courseware shall be able to insure real-time completion data within the TMS so all compliance reporting can be maintained in TMS. The courseware shall interface with TMS and be able to keep the list of authorized Users in synch with Users in the VA TMS, via a flat file SFTP Interface using the SuccessFactors reporting framework. The courseware shall generate all Certificates of Completion and provide a link for Students to receive their e-Card certificates. The courseware shall all for custom Certificates of Completion will be created in the TMS to prevent students from printing the standard Certificate of Completion within the TMS. The courseware shall provide a data feed to bring Certification Expiration Dates from the vendor s environment to the VA EDR platform on a nightly basis. This then flows to the TMS via the nightly TMS HR Connector process for display in a custom pod on the TMS Talent Profile. The courseware shall have eLearning modules that allow the student to work through realistic eSimulation cases to apply didactic learning. The courseware shall provide Online cognitive learning modules shall include educational videos, interactive learning with avatars, and a multiple-choice exam in addition to the eSimulation patient cases. The courseware shall have the flexibility to select completion of hands-on skill assessment in the classroom with a VHA instructor or electronically at a Mobile CPR Testing Station via computer. The courseware shall have the flexibility to complete training every-two years (traditional) or in a low-dose high-frequency approach to maintenance of competency (MOC). The courseware shall: Provide skill assessment on a Voice Assisted Manikin via computer. Provide real-time audio and visual feedback of learner skills. Provide video review for learner skills that require improvement. Provide immediate interface without vendor-to-vendor agreements with existing VHA training equipment: Laerdal QCPR ® Adult and QCPR ® Infant. Utilize operating system Windows 7 and 10. Traditional: Provide an electronic completion card (e-Card) with a Q-reader code for easy verification. Provide option for learner to print Competency Statement for proof of training. MOC: Provide entry assessment of learner skills Provide two options for learner entrance into training Full didactic: New user Abbreviated: Renewing/experienced provider Allow entry into program with expired completion card Provide statement of competency (not completion) every three months when skills are successfully completed with a Q-reader code for easy verification. Provide option for learner to print Competency Statement for proof of training. Allow learner to catch-up if not more than two skill evaluations have been missed. 6. Delivery: 7 Days ARO 7. Place of Deployment of Licenses: VHA facilities, across the U.S. and U.S. Territories. 8. Type of Contract: Firm Fixed-Price. 9. Contractor Reporting Requirements The Contractor shall submit a weekly progress report, addressing the status of all active efforts. These weekly reports shall also serve as the official reporting for order compliance, and each one will cover progress made for the prior week. At the conclusion of each deliverable, the Contractor shall provide a written memorandum documenting deliverable completion. The weekly progress report shall also identify any problems that may have arisen and provide an explanation of how each problem was resolved or, where one was not resolved, a plan for how the problem will be resolved. The Contractor shall take minutes of all contract status conference calls and/or meetings held with the Program Manager. Copies of these minutes shall be attached to the next weekly progress report. Weekly progress reports shall contain the following: (1). Contract status summary (2). Change request status (new, open, closed since last report) (3). Issue status (new, open, closed since last report) (4). Schedule status (5). Minutes of status meetings The Contractor shall notify the PM/COR, in writing, if problems arise that could have an adverse effect upon the performance of the contract. 10. Contract Post-Award Meeting: The Contractor shall not commence performance on the tasks in this SOW until the CO has conducted a pre-performance (kickoff) meeting or has advised the Contractor that the pre-performance (kickoff) meeting has been waived. 11. Formal Acceptance or Rejection of Deliverables: The Government will review each deliverable within five business days and provide comments if there is a rejection of deliverables. The Contractor shall have two business days to incorporate the Government s comments and make appropriate revisions. 12. Changes to the SOW: There shall be no changes to the SOW, as the SOW is within a binding contract document. If there are any changes to contract terms, conditions, pricing tasks or deliverables, those changes will be administered by a VA Contracting Officer (CO), by way of a contract modification. It is recommended that all involved parties maintain a contract file to include, but not limited to, the original contract document and all contract modifications. Any business activity, rendering of services or any other performance act not covered by this contract is not financially redeemable and shall not be reimbursed by the government. contract. Costs incurred by the Contractor through the actions of parties other than the CO shall be borne by the Contractor. 13. Confidentiality and Non-Disclosure: By accepting to the terms, conditions and pricing of this contract, the following is agreeable: The preliminary and final deliverables, as well as all associated working papers and other material deemed relevant by VA that have been generated by the Contractor in the performance of this contract, are the exclusive property of the U.S. Government and shall be submitted upon request to the CO, at the conclusion of the contract, or at any other reasonable time period, during the PoP of this contract. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this contract. No information shall be released by the Contractor to any other entity not known as the U.S. Department of Veterans Affairs and/or assigns, to include, but not limited the Contracting Officer (CO) or Contract Specialist (CS) for the U.S. Department of Veterans Affairs. Any request for information relating to this contract presented to the Contractor shall be submitted to the CO for response and decision. Press releases, marketing material, or any other printed or electronic documentation related to this contract shall not be publicized without the written approval of the CO. Non-Disclosure and Conflict of Interest: The Contractor and Contractor s staff may have access to Government-sensitive information and shall be required to sign non-disclosure and conflict of interest statements, prior to the execution of performance of this contract. The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items Oct. 2018 FAR 52.212-3, Offerors Representations and Certifications Commercial Items Oct. 2018 Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items Oct. 2018 [Insert a statement regarding any addenda to FAR 52.212-4] FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [insert date of clause] 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (AUG 2019) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E. Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78) (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [ X ] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). [ X ] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)). [ ] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) [X] (4) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). [ ] (5) [Reserved]. [ ] (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (PUB. L. 111-117, section 743 OF DIV. C). [ ] (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (PUB. L. 111-117, section 743 OF DIV. C). [ X ] (8) 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). [ ] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313). [ ] (10) [Reserved]. [ ] (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). [ ] (ii) Alternate I (Nov 2011) of 52.219-3 [ ] (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [ ] (ii) Alternate I (Jan 2011) of 52.219-4 [ ] (13) [Reserved] [ ] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). [ ](ii) Alternate I (Nov 2011) of 52.219-6. [ ](iii) Alternate II (Nov 2011) of 52.219-6. [ ] (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). [ ] (ii) Alternate I (Oct 1995) of 52.219-7. [ ](iii) Alternate II (Mar 2004) of 52.219-7. [ ] (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)). [ ] (17)(i) 52.219-9, Small Business Subcontracting Plan (Aug 2018) (15 U.S.C. 637(d)(4)). [ ](ii) Alternate I (Jan 2017) of 52.219-9. [ ](iii) Alternate II (Nov 2016) of 52.219-9. [ ](iv) Alternate III (Nov 2016) of 52.219-9. [ ](v) Alternate IV (Aug 2018) of 52.219-9. [ ] (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). [ ] (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). [ ] (20) 52.219-16, Liquidated Damages Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). [ ] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). [ ] (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). [ ] (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)) [ ] (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)) [ ] (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X ] (26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). [ X ] (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). [ X ] (28)(i) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (ii) Alternate I (Feb 1999) of 52.222-26. [ X ] (29)(i) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (ii) Alternate I (July 2014) of 52.222-35 [ X ] (30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (ii) Alternate I (July 2014) of 52.222-36 [ X ] (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). [ X ] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496) [ X ] (33)(i) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627). __ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). [ ] (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [ ] (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [ ] (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [ ] (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693). [ ] (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). [ ] (38)(i) 52.223-13, Acquisition of EPEAT ®-Registered Imaging Equipment (Jun 2014) (E.O. 13423 and 13514). [ ] (ii) Alternate I (Oct 2015) of 52.223-13. [ ] (39)(i) 52.223-14, Acquisition of EPEAT ®-Registered Televisions (Jun 2014) (E.O. 13423 and 13514). [ ] (ii) Alternate I (Jun 2014) of 52.223-14 [ ] (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). [ ] (41)(i) 52.223-16, Acquisition of EPEAT ®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). [ ] (ii) Alternate I (Jun 2014) of 52.223-16. [ X ] (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) [ ] (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). [ ] (44) 52.223-21, Foams (Jun 2016) (E.O. 13693). [ ] (45)(i) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (ii) Alternate I (Jan 2017) of 52.224-3. [ X ] (46) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). [ ] (47)(i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). [ ] (ii) Alternate I (May 2014) of 52.225-3. [ ] (iii) Alternate II (May 2014) of 52.225-3. [ ] (iii) Alternate III (May 2014) of 52.225-3. [ ] (48) 52.225-5, Trade Agreements (Aug 2018) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [ X ] (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.s, proclamations and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [ ] (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note) [ ] (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150) [ ] (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150) [ ] (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [ ] (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f). [ X ] (55) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (31 U.S.C. 3332). [ ] (56) 52.232-34, Payment by Electronic Funds Transfer--Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). [ ] (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). [ ] (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). [ ] (59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(13)). [ ] (60)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C.2631). [ ] (ii) Alternate I (Apr 2003) of 52.247-64. [ ] (iii) Alternate II (Feb 2006) of 52.247-64 (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] [ ] (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). [ ] (2) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). [ ] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [ ] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [ ] (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [ ] (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (May 2014) (41 U.S.C. chapter 67) [ ] (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (May 2014) (41 U.S.C. chapter 67). [ X ] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). [ X ] (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). [ ] (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792 (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, or the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (iv) 52.204-25, Prohibition on Contracting for Certain Telecommunication and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). (v) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (vi) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (vii) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) (viii) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (ix) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (x) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (xi) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212) (xii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xiii) 52.222-41, Service Contract Labor Standards (Aug 2018), (41 U.S.C. chapter 67). (xiv) __(A) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627). __(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (May 2014) (41 U.S.C. chapter 67). (xvi) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (May 2014) (41 U.S.C. chapter 67). (xvii) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989). (xviii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xix) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). (xx) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note) (xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxiii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) EVALUATION Basis of Award. The Government anticipates awarding one contract resulting from this solicitation. Award will be made to the responsive, responsible quoter, with the lowest price technically acceptable. The following factors shall be used to evaluate offers: FACTOR 1 TECHNICAL To be found technically acceptable the quote must demonstrate it meets all the required salient characteristics of the electronic courseware as described in the Statement of Work(SOW) and this solicitation for each course listed in the solicitation. The quote must also at a minimum demonstrate: The electronic BLS and ACLS courseware MUST provide skill assessment and e-Card certification and MUST be able to provide certification for all required employees within VA Medical Centers on the existing online platform in accordance with the specification outlined in the SOW. The courseware MUST have the flexibility to complete training every-two years (traditional) or in a low-dose high-frequency approach to maintenance of competency (MOC) in accordance with the specifications outlined in the SOW. FACTOR 2 PRICE Award will be made to the lowest priced quotation that meets all the technical requirements as outlined in Factor 1. FACTOR 3 PAST PERFORMANCE Evaluation of past performance may be based on one or more of the following: (A) The contracting officer s knowledge of and previous experience with the supply or service being acquired; (B) Customer surveys, and past performance questionnaire replies; (C) The Governmentwide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov ; or (D) Any other reasonable basis. Delivery must be within seven (7) days ARO. SUBMISSION INSTRUCTIONS: Quotation packages are due no later than 3:00pm (CT), September 24, 2019 NOTE: Company MUST have an active registration in the System for Award Management (SAM) at time of quote submission. (https://www.sam.gov/SAM/) Please submit a complete Quotation Package to include: Proposed courseware name and description that demonstrates how your proposed courseware can meet all the required salient characteristics as outlined in the SOW, and solicitation. A complete Price Schedule including unit prices and totals (see page two of the solicitation for price schedule form) Cover Page to include company Name, Address, DUNS number, POC, Business Size (i.e. Large, Small, SDVOSB, VOSB, WOSB, 8(a), ect.) Email your complete Quotation package to to William Singleton and Constance Williams via email at: William.Singleton2@va.gov and constance.williams@va.gov Point of Contact William J. Singleton William.Singleton2@va.gov (314)894-6656 X65108
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAC/VAAAC/36C77619Q0231/listing.html)
- Document(s)
- Attachment
- File Name: 36C77619Q0231 36C77619Q0231.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5163789&FileName=36C77619Q0231-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5163789&FileName=36C77619Q0231-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C77619Q0231 36C77619Q0231.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5163789&FileName=36C77619Q0231-000.docx)
- Record
- SN05453480-W 20190922/190920230853-ebe38f3e2134df5c5a5ccf2fa6ee5e2d (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 |