Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2020 SAM #6734
SOLICITATION NOTICE

G -- VAPHS Transitional Housing for Homeless Veterans

Notice Date
5/5/2020 5:13:21 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
624221 — Temporary Shelters
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24420Q0412
 
Response Due
5/28/2020 12:00:00 AM
 
Archive Date
08/26/2020
 
Point of Contact
Maureen Jordan, Contracting Officer Maureen.Jordan@va.gov
 
E-Mail Address
Maureen.Jordan@va.gov
(Maureen.Jordan@va.gov)
 
Awardee
null
 
Description
36C24420Q0412 Page 1 of Page 2 of 47 Page 1 of Solicitation Number / RFQ 36C24420Q0412 VAPHS Transitional Housing for Homeless Veterans In accordance with FAR, this is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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 combined synopsis solicitation number is 36C24420Q0412. It is issued as a Request for Quote (RFQ). The government anticipates awarding multiple firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contracts resulting from this solicitation. The contracts awarded will be for a period of five years. The first year s period of performance will begin on August 1, 2020 and end July 31, 2021. The contract will end July 31, 2025. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-05 (3/30/2020) and can be found at http://www.acquisition.gov/far/index.html. The North American Industrial Classification System (NAICS) code for this procurement is 624221 with a small business size standard of $12 Million and the Product Service Code is G004 (Social-Social Rehabilitation). This solicitation is unrestricted. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information is at www.sam.gov. Confirmation of SAM registration will be validated prior to awarding a contract. The VA Pittsburgh Healthcare System (VAPHS) needs to acquire care, treatment and rehabilitative services to Veterans suffering from serious mental illness, including Veterans who are homeless, in community-based treatment facilities offering a safe and secure environment that supports their rehabilitation goals. The Contractor will be required to provide therapeutic and rehabilitative services but will not be required to provide detoxification or other hospital level treatment those services will be provided by the VA at VA facilities. The Contractor shall provide seven (7) beds and furnish services to beneficiaries of VA Pittsburgh Healthcare System for whom such care is specifically authorized by the Department of Veterans Affairs (herein called VA). It is understood that the type of patients to be cared for under this contract are authorized VA beneficiaries who are experiencing homelessness and serious mental illness/substance abuse issues and will normally require care and services over and above the level of room and board. A complete description of the services to be acquired, and/or applicable Government need(s) as follows: See Attachment A: Performance Work Statement. Contracting Office Address: Department of Veterans Affairs Regional Procurement Office East Network Contracting Office 4 (NCO 4) 100 S. Independence Mall West 5th Floor Philadelphia, PA 19106 Contracting Officer: Maureen Jordan POC Information: VA Pittsburgh Healthcare System University Drive Campus University Drive Pittsburgh, PA 15240 The RFQ is due on 1:00 PM EST, Thursday, May 28, 2020. They shall be submitted in writing and sent via email to Maureen.Jordan@va.gov. Please insert Solicitation Number 36C24420Q0412 in the subject line of your email. All submissions shall be 5MB or less. If the email is more than 5MB, submit multiple emails labeling them 1 of XX, 2 of XX, etc. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation shall be forwarded in writing via e-mail to the Contracting Officer by Monday, May 21, 2020. Questions will not be accepted after this date. Responses to vendor question(s) will be posted via an amendment on beta.SAM. See Attachment B: Price/Cost Schedule. Fill out Attachment B - send with your quote. Include the number of beds available at your facility. Also include a separate narrative with an explanation of the criteria, market condition, information, assumptions, etc. taken into consideration and relied upon to arrive at the proposed contract price (to help determine price fair and reasonable). To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Provision FAR 52.212-1 Instructions To Offerors Commercial Items (OCT 2018) applies to this acquisition. Addendum to FAR 52.212-1 Supplemental Instructions to Offerors applies to this acquisition: For the purposes of evaluating competing quotes, Quoters shall submit quotes that include the following documentation: Solicitation: Page 1 Complete Blocks 17a. (including Contractor Point of Contact); 30a; 30b. and 30c. Complete FAR 52.209-7 Information Regarding Responsibility Matters (OCT 2018) and submit with quote. Please prepare and send three separate documents as part of your quote: (1) Technical Capability; (2) Past Performance Information; and (3) Price/Cost Schedule for each CLIN. The maximum file size is 5 MB I can receive in one email. Quote shall be submitted via email to: Maureen Jordan, Contracting Officer @ Maureen.Jordan@va.gov. Include in subject line of email: Solicitation 36C24420Q0412 VAPHS Transitional Housing. All quotes shall be submitted on or before the offer due date shown on page 1 of the Standard Form 1449; in Block 8. 1. Technical Capability: Quoters are required to submit a comprehensive and complete technical plan that demonstrates their ability to perform the work described in the Performance Work Statement (PWS). Quoters are cautioned to be responsive to all of the requirements in the PWS and to provide sufficient information to allow for evaluation of the quotes. Under no circumstances shall pricing information be included in the Technical Capability. The proposed technical capability demonstrates that the plan of action for the required services is comprehensive and implementable. Quoters shall at a minimum address the following: a. Quoters understanding of the work to be performed to include: 1. Ability to perform all services listed in the PWS; 2. Room and Board; 3. On-site facilities and services offered (laundry, meals, etc.) 4. Demonstration of community outreach efforts to identify eligible Veterans b. List of Key Personnel to include: 1. Qualifications, Training, Resume, License/Certification c. Facility Operations to include: 1. Address of facility and distance (in miles) from the VA Pittsburgh Healthcare System; 2. Copies of any and all current occupancy permits or licenses; 3. Size of Facility (number of beds available); 4. Evidence of compliance with Life Safety Code according to NFPA #101; 5. Evidence of Fire Alarm testing, Annual Sprinkler System testing, Annual Fire Marshall Inspection Report and Emergency Disaster Plan; 6. Proof of Indemnification and Medical/Malpractice Liability Insurance. 2. Past Performance: Quoter s shall provide up to three (3) references, preferably of Government work, performed in the last three (3) years. Past performance information shall be recent (performance within the last three years) and relevant to this scope of work. All past performance references shall include name of client, customer point of contact, customer telephone number, contract number, award amount, project/service location, and other relevant information. The apparent awardees past performance will be evaluated as part of the contractor responsibility determination to ensure the presence of an acceptable performance record in accordance with FAR 9.104-1. The Government reserves the right to seek past performance information from any sources not included in your past performance and available to the Government to include, but not limited to, PPIRS or other databases; interviews with Program Managers, customers, and Contracting Officers; and references provided by the contractor. 3. FAR 52.212-2 Evaluation Commercial Items (OCT 2014) applies to this acquisition: (a) The Government will award a contract resulting from this solicitation to the responsible Quoter(s) that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate technical capability, past performance and price. (b) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful Quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Technical Capability, Past Performance and Price. The Government will perform an evaluation using a comparative evaluation of the facility and services proposed. The Government will compare quotes to one another to select the facility that best benefits the Government by fulfilling the requirement. Comparative evaluation will be conducted in accordance with FAR 13.106-2(b)(3). The Contracting Officer may award several firm fixed-price, Indefinite Delivery Indefinite Quantity contracts resulting from this RFQ to the responsible Quoter(s) whose quote conforming to the RFQ is most advantageous to the Government. Clauses included in this solicitation in full text: FAR 52.212-4 Contract Terms and Conditions Commercial Items (OCT 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2020). The following subparagraphs are applicable: Subparagraph (b)(1), (b)(4), (b)(7), (b)(8), (b)(9), (b)(12), (b)(16), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(29), (b)(30),(b)(31), (b)(32), (b)(33), (b)(34), (b)(42), (b)(48), (b)(49), (b)(55). Subparagraphs (c)(1-3), (c)(8) and (c)(9). FAR 52.216-19 Order Limitations (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than one bed, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor (1) Any order for a single item in excess of seven beds; (2) Any order for a combination of items in excess of seven beds; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) 52.216-22 Indefinite Quantity (OCT 1995) 52.216-32 Task Order and Delivery Order Ombudsman (SEP 2019) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) FAR 52.252-2 Clauses Incorporated By Reference (FEB 1998): FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) FAR 52.204-4 Printed or Copied Double-Sided on Post Consumer Fiber Content Paper (MAY 2011) FAR 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) FAR 52.232-37 Multiple Payment Arrangements (MAY 1999) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.237-74 Non-Discrimination in Service Delivery (OCT 2019) VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008) Provisions included in this solicitation in full text: FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (DEC 2019). Offerors shall include a completed copy of the provision with their offer if the Offeror has not completed electronically in the System for Award Management (SAM) accessed through https://www.sam.gov/SAM/ FAR 52.209-7 Information Regarding Responsibility Matters (OCT 2018) FAR 52.216-1 Type of Contract (APR 1984) FAR 52.233-2 Service of Protest (SEP 2006) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) FAR 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (End of provision) Provisions incorporated by reference are: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.216-27 Single or Multiple Awards (OCT 1995) Wage Determination 2015-4235, REV 12 dated 12/23/2019 applies and can be found at: https://beta.sam.gov/wage-determination/2015-4235/12?keywords=2015-4235&page=1&index=wd
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9cbb4052af1c4787875a451b619c3662/view)
 
Record
SN05645723-F 20200507/200505230200 (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 |
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.