Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 02, 2023 SAM #7737
SOLICITATION NOTICE

G -- VISN 12 LIVE VIRTUAL WELLNESS PLATFORM

Notice Date
1/31/2023 2:48:57 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25223Q0320
 
Response Due
2/10/2023 7:00:00 AM
 
Archive Date
02/25/2023
 
Point of Contact
Brandon Harris, Contract Specialist, Phone: EMAIL ONLY
 
E-Mail Address
brandon.harris@va.gov
(brandon.harris@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
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, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01. This solicitation is set-aside for small businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 611699, All Other Miscellaneous Schools and Instruction, with a small business size standard of $16.5 Million. The FSC/PSC is G003, Social Recreational. The VA Great Lakes Health Care System, Veterans Integrated Services Network (VISN) 12 is seeking to purchase Interactive Online Wellness Classes. The requirement includes access to two-way, interactive, digital, and virtual platforms that offer at minimum live yoga, live tai chi and live meditation/mindfulness professional services. All interested companies shall provide quotations for the following: Performance Work Statement General Scope The VA Great Lakes Health Care System, Veterans Integrated Services Network (VISN) 12 has a requirement for unlimited live interactive online wellness classes. The wellness classes will be considered a virtual care offering. The virtual care offering will be a live, interactive, two-way video within a digital platform that offers access to an assortment of wellness classes. Wellness classes will include at minimum live yoga, tai chi, meditation, and mindfulness classes. Classes will offer support and personal interaction without physical contact. The classes will be offered daily with a variety of times. The wellness classes will offer the accountability of taking a class without having to be inside a classroom and around groups of people, thus helping to prevent the spread of COVID-19. The interactive online wellness classes will lessen the need of afterhours Complementary and Integrative Health (CIH) clinics. This wellness program aligns with VISN 12 s intent to encourage self-health among its employees and veterans. The Contractor will provide all access to the necessary resources to accomplish two-way, interactive, digital platform that offers live classes to include yoga, tai chi, meditation, mindfulness, and other live modalities described in this Statement of Work (SOW). The VAMCs (Veteran Affairs Medical Centers) in VISN 12 include: Tomah VA Medical Center (Tomah, WI), William S. Middleton Memorial Veterans Hospital (Madison, WI), Clement J Zablocki VA Medical Center (Milwaukee, WI), Jesse Brown VAMC (Chicago, IL), Edward Hines Jr. VA Hospital (Hines, IL), Captain James A Lovell Federal Health Care Center (North Chicago, IL), VA Illiana Health Care System (Danville, IL) and Oscar G. Johnson VA Medical Center (Iron Mountain, MI) including each medical center/hospital s catchment areas (Community Based Outpatient Clinics). Contractor will provide fliers with registration instructions for employees and Veterans that will include language for those attending live offerings to be prepared to turn their camera on to create better communication and engagement with participants and assess participants pace, form, alignment, and safety as applicable. Performance Requirements Contractor shall provide access to all necessary services, modalities, and digital platform to maintain full operation with no disruptions from the date of acceptance of contract. Digital platform must have the capability to provide usage metrics. Metrics should track and monitor deidentified user information. User will need to be identified as a veteran or an employee. Metrics should include total number of users, total classes taken, usage per class, and total value of classes. Digital platform must have the capability to provide a pre and post assessment tool to measure impact of services provided to all users. This assessment shall display improvement or changes in health and well-being. The Contractor shall create a digital post assessment survey using the language on the attached document titled Post Assessments VISN Contract. The Contractor shall send out baseline surveys to new registrants starting May 1, 2023. Contractor shall re-send survey at 6-month and 1-year increments. Data from Contractor will be provided to VISN 12 POCs who will use the results of the survey to track any changes over-time as they relate to participation in contract offerings.  This is to measure whether contract offerings have correlated to increased goal setting, well-being behavior changes and contributing to overall health. Responses to this survey are voluntary and will remain confidential. No identifiable, individual responses will be reported to VA.  Contractor will provide unlimited access to services, modalities, tools, materials, and other necessary items for live, interactive, virtual wellness classes. Contractor will ensure an appropriate level of encryption to safeguard user information. User information involves self-reported data such as name, address, email, and password. No ePHI (electronic protected health information) will be transferred to the vendor. Contractor will provide access to an assortment of wellness classes offered at various times throughout the day via two-way video streaming. Veterans and employees should be able to access two-way video streaming with or without access to the VA network from personal devices (e.g., smartphone, laptop, tablet, etc.) Participants will need to set up a personal account to track participation. Participants will log into digital classroom of choice with password. Participants will choose from an assortment of live digital classes (i.e., yoga, tai chi, meditation, and mindfulness). Contractor will provide trained professional instructors: Instructors shall be certified in their area of expertise. (i.e., Yoga instructor must be certified through Yoga Alliance e-RYT 200 or an equivalent program (RYT 500, C- IAYT). Instructors must be able to show proof of certification in their area of expertise at the time of the award of the contract and evidence of continuous training certifications throughout the life of the contract. If/when new staff are onboarded after the awarding of this contract, the Contractor must show proof of certification in their area of expertise prior to the new staff instructing any offerings under this contract. Instructors shall have experience in teaching vulnerable populations with emotional and physical trauma and in providing and contextualizing energetic healing experiences for vulnerable populations. Instructors shall be knowledgeable and sensitive to the unique experiences and special needs of combat-deployed veterans. Instructors shall have the capability to provide real-time, live feedback while interacting and exercising in virtual classes. Instructors shall monitor the class at all times assessing participants pace, form, alignment, and safety as applicable. Instructors shall exhibit knowledge, experience, and ability to provide modifications to accommodate all participant abilities and levels to ensure participant safety. Instructors shall emphasize safe movements by making corrections or modifications while leading and check participants exertional level regularly. Instructors shall demonstrate smooth, safe, and easy to follow movement transitions. Instructors have the ability to teach basic movements before using them in combinations. Instructors shall demonstrate the ability to provide form, alignment, and directional cues in a clear and concise manner. Contractor will establish Standard Operating Procedures (SOP) to address the following: Contingency and safety procedures for addressing physical safety concerns of participants during live classes. Operational procedures and website management structure. Procedures for gaining acceptance/access into website. Supplies and equipment practices. Quality assurance and quality control procedures. Contractor and project management procedures. Ensure any personal information provided by employees and/or Veterans are safeguarded in an area where access is controlled and limited to persons with an official need to know. Government Responsibilities Government shall provide Veterans and VAMC employees all necessary information for access to Contractor s digital platform. All VISN 12 VAMCs will allow for coverage and access of all its employees and Veterans. The contract period of performance is 04/01/2023 through 09/30/2023 with two 12-month option periods and one six-month option period to be executed at the government s discretion. See Table 1. Contract Line Items below for details. Place of Performance/Place of Delivery The VAMCs (Veteran Affairs Medical Centers) in Veterans Integrated Service Network (VISN) 12 are: Tomah VA Medical Center (Tomah, WI), William S. Middleton Memorial Veterans Hospital (Madison, WI), Clement J Zablocki VA Medical Center (Milwaukee, WI), Jesse Brown VAMC (Chicago, IL), Edward Hines Jr. VA Hospital (Hines, IL), Captain James A Lovell Federal Health Care Center (North Chicago, IL), VA Illiana Health Care System (Danville, IL) and Oscar G. Johnson VA Medical Center (Iron Mountain, MI) including each medical center/hospital s catchment areas (Community Based Outpatient Clinics). Line Items Line items to include all services throughout the applicable period of performance. Quotes shall include all of the line items below: Table 1. Contract Line Items Line Item Description Period of Performance Unit Quantity Unit Price Total Price 0001 INTERACTIVE, LIVE VIRTUAL WELLNESS PLATFORM 04/01/2023 9/30/2023 MO 6 1001 INTERACTIVE, LIVE VIRTUAL WELLNESS PLATFORM 10/01/2023 9/30/2024 MO 12 2001 INTERACTIVE, LIVE VIRTUAL WELLNESS PLATFORM 10/01/2024 9/30/2025 MO 12 3001 INTERACTIVE, LIVE VIRTUAL WELLNESS PLATFORM 10/01/2025 3/31/2026 MO 6 Total Price Clauses and Provisions The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (NOV 2021) FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.233-2, Service of Protest (SEPT 2006) Address: 115 S 84th St, Ste 101 Milwaukee, WI 53214 End of Addendum to 52.212-1 FAR 52.212-2, Evaluation-Simplified Acquisition Procedures FAR 52.212-3, Offerors Representations and Certifications Commercial Items 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) Addendum to FAR 52.212-4 FAR 52.203-6, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.217-8, Option to Extend Services (NOV 1999) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) Options may be exercised immediately at the discretion of the Government. FAR 52.222-49, Service Contract Labor Standards Place of Performance Unknown (MAY 2014) FAR 52.227-19, Commercial Computer Software-Restricted Rights (DEC 2007) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) (DEVIATION AUG 2020) VAAR 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) The following clauses from VAAR 852.212-70 apply to this acquisition. VAAR 852.203-70, Commercial Advertising VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors VAAR 852.215-71, Evaluation Factor Commitments VAAR 852.232-72, Electronic Submission of Payment Requests VAAR 852.233-70, Protest Content/Alternative Dispute Resolution VAAR 852.233-71, Alternate Protest Procedure VAAR 852.270-1, Representatives of Contracting Officers VAAR 852.237-74, Nondiscrimination in Service Delivery VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) End of Addendum to 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (OCT 2022) (JUL 2021) (DEVIATION) The following clauses from FAR 52.212-5 apply to this acquisition. (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 4655) (4) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note) (6) 52.204-14, Service Contract Reporting Requirements (OCT 2016) (Pub. L. 111-117, section 743 of Div. C) (8) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) (31 U.S.C. 6101 note) (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) (15 U.S.C. 644) (16) 52.219-8, Utilization of Small Business Concerns (OCT 2022) (15 U.S.C. 637(d)(2) and (3)) (19) 52.219-14, Limitations on Subcontracting (OCT 2022) (15 U.S.C. 637s) (22) (i) 52.219-28, Post Award Small Business Program Rerepresentation (SEP 2021) (15 U.S.C. 632(a)(2)) (27) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755) (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015) (30)(i) 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246) (31)(i) 52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212) (32) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) (33) 52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212) (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) (35)(i) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627) (36) 52.222-54, Employment Eligibility Verification (MAY 2022). (Executive Order 12989) (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) (51) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (58) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) (31 U.S.C. 3332) (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 products and commercial services: (1) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67) (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) Example: This is not a Wage Determination. This is provided for informational purposes. Recreation Assistant (Yoga Instructor), GS-06, $21.04/hr + 30% Fringe (3) 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) (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) (E.O. 13706) Addendum to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS This addendum is in addition to the current version of FAR 52.212-1 in effect at issuance of this combined synopsis/solicitation. All proprietary information shall be clearly marked. The use of hyperlinks in quotes is prohibited. The contractor is responsible for confirming the Government s receipt of the contractor s quote. Quotes shall include the following information at a minimum in order to be considered: The solicitation number; The time specified in the solicitation for receipt of quotations; The name, address, and telephone number of the quoter; A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, screen shots of digital platform, or other documents, if necessary; Evidence of instructor certifications; Price and any discount terms. Price shall follow the format outlined in Table 1. Contract Line Items on page 5; Remit to address, if different than mailing address; A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically); Acknowledgment of Solicitation Amendments; Past performance information, to include recent (active within the past 12 months) and relevant contracts for the same or similar items (online wellness classes) and other references (including contract numbers, points of contact with telephone numbers and other relevant information); Statement regarding terms and conditions. 52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical and Quality Past Performance Veterans Involvement Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3) and FAR 13.106-2(b)(4). The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The evaluation will consider the following: Technical and Quality: The quotation will be evaluated to the extent to which it can meet or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. Veterans Involvement: In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.215-70 (DEVIATION), Service-Disabled Veteran-Owned and Veteran-Owned Small Business (VOSB) Evaluation Factors, the Government will assign evaluation credit for a Quoter (i.e., prime contractor) which is a Service-Disabled Veteran-Owned Small Business (SDVOSB) or a VOSB. To receive credit, an offeror must be registered and verified in the VetCert database at time of quotation submission and at time of award (https://veterans.certify.sba.gov/) and must meet federal small business size standards for the North American Industry Classification System (NAICS) code assigned to this solicitation. Non-SDVOSB/VOSB quotations that use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor. Quoters must state in their quotations the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in VetCert https://veterans.certify.sba.gov/) and must meet federal small business size standards for the NAICS code assigned to this solicitation at time of both quotation submission and at time of award. Price: The Government will evaluate the price by adding the total of all line item prices, including all options The Total Evaluated Price will be that sum. Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by adding six months of the quoter's price for the last potential period of performance under this contract to the quoter's total price.  For example, if the contract includes option periods that are exercisable under FAR 52.217-9, the quoter's total price for the purpose of evaluation will include the base period, all option periods, and an additional six months of the last option period. Quoters must price only the base and option periods specified in the line item numbers (LINs) and shall not submit a price for the potential six-month extension of services under FAR 52.217-8. The Government reserves the right to exercise the option under FAR 52.217-8 before the end of any of the contractor's performance periods and will be exercised at the price and/or rates in effect at the time the clause is exercised. Evaluation of options shall not obligate the Government to exercise the option(s). 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:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Failure to include a statement regarding the terms will result in the quote no longer being considered. DUE DATES Questions in response to this combined synopsis/solicitation are due by Monday, February 6th, 2023, at 9:00 AM Local Time. Questions will not be entertained after this time. Questions and answers will be published by February 8th, 2023, via amendment on Contract Opportunities at https://sam.gov/content/opportunities. Quotes are due Friday, February 10th, 2023, at 9:00AM Local Time. POINT OF CONTACT Brandon Harris Contract Specialist Network Contacting Office 12 brandon.harris@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/52f5711e15a042a68438ceaf3080c5d8/view)
 
Place of Performance
Address: Refer to Performance Work Statement, USA
Country: USA
 
Record
SN06577696-F 20230202/230131230107 (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.