SOURCES SOUGHT
G -- Intensive Outpatient Program Beds in Akron, Canton, and Youngstown (VA-20-00019007)
- Notice Date
- 2/24/2020 5:45:33 AM
- Notice Type
- Sources Sought
- NAICS
- 623220
— Residential Mental Health and Substance Abuse Facilities
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25020Q0305
- Response Due
- 3/14/2020 8:59:59 PM
- Archive Date
- 04/13/2020
- Point of Contact
- RONALD MORGAN260 E. UNIVERSITY AVENUESUITE 126CINCINNATI, OHIO 45219RONALDMICHAEL.MORGAN@VA.GOV
- E-Mail Address
-
RONALDMICHAEL.MORGAN@VA.GOV
(RONALDMICHAEL.MORGAN@VA.GOV)
- Small Business Set-Aside
- SDVOSBS Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
- Awardee
- null
- Description
- Synopsis: THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THE PURPOSE OF THIS ANNOUNCEMENT IS FOR MARKET RESEARCH PURPOSES ONLY. RESPONSES TO THIS ANNOUNCEMENT WILL BE USED BY THE GOVERNMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS. A SUBSEQUENT SOLICITATION ANNOUNCEMENT MAY FOLLOW. RESPONSES TO THIS ANNOUNCEMENT WILL NOT BE CONSIDERED AS AN ADEQUATE RESPONSE TO ANY FUTURE ANNOUNCEMENT. The Cleveland Veterans Affairs Medical Center (Cleveland VAMC) anticipates award of an Indefinite Delivery Indefinite Quantity Contract (IDIQ), based on the contents of this solicitation. This announcement is two -fold, one: to determine if there are any Service Disable Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) that can provide these services, along with knowledge of other potential qualified sources and their size classifications, Hub Zone, 8(a), small and small disadvantaged businesses, women owned small businesses, or FSS/GSA Contract Schedule Holders relative to NAICS Code 623220, Two: are there any local providers (Contractors) who can provide Intensive Outpatient Program (IOP) bed services to the Cleveland VA Medical Center, and its Veterans. The Prospective Contractor will be considered based on the following VA facility catchment area: Akron, Summit County, Canton, Stark County, Ohio, and Youngstown, Mahoning County, Ohio. Potential Awards will also be based on the ability of the contractor or agency to provide immediate entry and care to qualified and identified veterans into the Intensive Outpatient Program (IOP) beds. Intensive Outpatient Program (IOP) is an eighteen (18) bed (on any given day) twenty-four (24) hour/ seven (7) days a week community-based temporary residential housing program designed for Veterans who are struggling with problems associated with addictions, substance use and abuse, or the co-occurring disorders associated with substance use and mental health challenges. IOP bed program offers supportive housing and services for hard-to engage Veterans who are challenged with a substance use disorder along with a co-occurring mental health diagnosis. Contractor shall provide housing, with the minimum Veteran bed days of service 1095 (3 beds x 365 days) and maximum Veteran bed days of service of 6,570 (18 x 365) per year; per performance occurrence. IOP provides private accommodations and allows 24-hour, six (6) to twelve (12) week residence (occurrence) for Veterans. The deadline for this information is 12 Noon Eastern Standard Time, Friday, March 31st, 2020. All responses shall be sent to Contract Specialist, Ronald M. Morgan at Email: ronaldmichael.morgan@va.gov. Or mail to Department of Veterans Affairs, Network Contracting Office (NCO) 10, 260 E. University Avenue, Suite 127, Cincinnati, Ohio 45219. No Telephone calls will be accepted. Requested submittal Information: Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 10 pages in length, single spaced, 12-point font minimum. The Government will not review any other data or attachments that are in excess of the 10 pages. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. Interested parties shall furnish the following minimum information: 1. Company name and address. 2. Company point of contact name, telephone number and email address. 3. Is your business large or small? 4. If small, does your firm qualify as a small, emerging business, or small disadvantaged business? 5. If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act 6. Is your firm a certified Hub zone firm? 7. Is your firm a woman-owned or operated business? 8. Is your firm a certified Service-Disabled Veteran or Veteran Owned Small business (SDVOSB or VOSB)? 9. If your firm is a SDVOSB or VOSB, are you registered with VetBiz Registry? If not, please register at: http://vip.vetbiz.gov/general_user/register/default.asp 10. Does your firm have a DUNS number? If so, please provide. If not, you must register with Dun & Bradstreet at: http://www.dnb.com 11. Is your firm registered with the System for Award Management (SAM) at https://www.sam.gov/portal/SAM/#1? If not, please register as soon as possible. 12. If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant SINS. 13. Does your firm have a website address? Please provide. 14. Are you AHIMA certified? 15. Capabilities/Qualifications: A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. Description of the capabilities/qualifications/skills your company possesses to perform services described in the scope of work. 16. Do you need to subcontract any portion of work to provide these services stated herein? 17. Past Experience: Brief summary of the company history relative to similar requirements. Offer may provide the following information on a maximum of three similar projects for which the responder was a prime or subcontractor. a. The name, address, and value of each project. b. The Prime Contract Type, Firm Fixed-Price, or Time and Material. c. The name, telephone and address of the owner of each project. d. A description of each project and why it is relevant to this requirement. Include difficulties and successes. e. Your company s role and services provided for each project. 18. What are the common qualifications of the people who are providing these services? Telephone and faxed responses will not be accepted nor responded to. It is requested that the above information be provided no later than 3/20//2020 at 12:00 p.m. (noon) EST. Responses should be emailed to Ronald Morgan, ronaldmichael.morgan@va.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4a54458ed2574149883e8b06b3e83337/view)
- Place of Performance
- Address: AKRON, OHIO; CANTON, OHIO; YOUNGSTOWN, OHIO, USA
- Country: USA
- Country: USA
- Record
- SN05571119-F 20200226/200224230143 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |