SOLICITATION NOTICE
Q -- Medical Respite Pilot Program | NCO 4
- Notice Date
- 8/14/2023 7:45:49 AM
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24423Q1115
- Response Due
- 8/28/2023 7:00:00 AM
- Archive Date
- 10/27/2023
- Point of Contact
- Edward Ferkel, Contract Specialist
- E-Mail Address
-
edward.ferkel@va.gov
(edward.ferkel@va.gov)
- Awardee
- null
- Description
- Combined Synopsis-Solicitation for Commercial Items 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 2023-04 effective date 06/02/2023. This solicitation is unrestricted. The associated North American Industrial Classification System (NAICS) code for this procurement is 623110 with a small business size standard of $34M. The FSC/PSC is Q401. The Network Contracting Office 4 1111 East End BLVD, Wilkes-Barre, PA., 18711 is seeking to purchase Medical Respite services. All interested companies shall provide quotations for the following: The contract period of performance is 365 calendar days from 09/15/2023 09/14/2024. Place of Performance/Place of Delivery Address: Philadelphia VA Medical Center 3900 Woodland Ave. Philadelphia, PA Postal Code: 19119 Country: UNITED STATES 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:"" Addendum to FAR 52.212-1 Supplemental Instructions to Offerors applies to this acquisition: Provision FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (Nov 2021) applies to this acquisition. Contracting is asking for one set of pricing for the entire 5 years. Please price accordingly. This RFQ will result in the award of a five (5) year Firm Fixed Price IDIQ. Quotes shall include pricing that represents the vendors best offer and discounts. All pricing is final. Vendors should consider that requests for price adjustment, other than for wage increases due to Wage Determination, will be denied. Pricing structures should include the vendors adjustments for normal economic inflation for the entirety of the five (5) year ordering period. For the purposes of evaluating competing quotes, Quoters shall submit quotes that include the following documentation: Submission Information/Instructions: Offerors shall submit their quote in four sections. Section 1 Introductory, Section 2 Price, Section 3 Technical Capability, and Section 4 Past Performance. Failure to follow these instructions may result in Offerors being determined as non-responsive and be removed from this competition. Section 1: Introductory (cover letter) shall be submitted in Adobe or MS Word Section 2: Price - the Price/Cost Schedule shall be submitted in Adobe or MS Word Section 3: Technical Capability/Subcontracting Plan (If Applicable) - shall be submitted in Adobe or MS Word Section 4: Past Performance - shall be submitted in Adobe or MS Word All Adobe and MS Word documents shall be submitted with Times New Roman size 12 fonts. Margins shall be no smaller than 1 . A. Section 1 Introductory Folder (No Page Limit): The Introductory Folder shall include the information listed below and any other items for which a location has not otherwise been specified. a. Cover Letter. Offerors shall submit a cover letter identifying their Company name, contact information, CAGE Code, UEI number of the prime and any teaming partner/subcontractor. b. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. 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/. c. All proposals shall be valid 60 days from the quote response date. B. Section 2 Price Offerors shall complete the Price/Cost Schedule. See Attachment C. The price listed in the Schedule is for each, one way trip for the veteran. C. Section 3 - Technical Capability/Subcontracting Plan (No Page Limit): Offerors shall submit a Technical Capability which shall address the following at a minimum: BAA agreement is required upon award of contract. Acknowledge if offeror is willing to sign BAA or provide National BAA. Business Associate Agreements (va.gov) Geographic Area/Floor Plan Describe the location of your facility within the City of Philadelphia or surrounding 5 Counties. Describe how your organization will provide 5 beds for male and female Veterans, including the structure of each bedroom/floor (i.e. shared bedrooms/number of residents in each room, bathrooms, community/laundry rooms, ADA compliance, policy for transgender Veterans, respite/safe room, division between programs and males/females, private VA Liaison office, private case management offices). Provide a floor plan. Describe how the proposed location of the facility will comply with all state and local zoning bylaws and other laws and regulations. Provision of Services Describe your organization's on-going plan to address Veteran safety/security Describe how the organization can service priority homeless Veteran groups, such as Veterans with ambulatory difficulties, sex offender designation, Veterans in opioid treatment and Veterans with medical issues that do not meet criteria for inpatient med/nursing home services. Describe your organization s ability to provide community engagement/support, encourage independence, life skills, medical/mental/substance use disorder care. Describe how your organization offers structured therapeutic/rehabilitative group activities. Explain your meal program. Explain your transportation capabilities. Management Approach List of key personnel to include qualifications and training. Explain your organization's plan to address bed bug prevention and management. Explain your organization's plan to quarantine Veterans with communicable diseases (i.e. COVID-19 and monkeypox). Describe your proposed transition plan. Under no circumstances shall pricing information be included in the Technical Capability. D. Section4 - Past Performance (No Page Limit) Quoters 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 be completed by the evaluator and include name of client, customer point of contact, customer telephone number, contract number, award amount, project/service location, and other information relevant to this quote. The evaluator shall submit Past Performance Questionnaire (Attachment E) directly to the Contracting Specialist at edward.ferkel@va.gov prior to solicitation closing date. 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, CPARS or other databases; interviews with Program Managers, customers, and Contracting Officers; and references provided by the contractor. Quoters are cautioned to be responsive to all requirements in the Performance Work Statement (PWS) and to provide sufficient information to allow for evaluation of the quotes. Service Contract Act Wage Determinations apply and can be found in Attachment D. FAR 52.212-2 Evaluation Commercial Items (OCT 2014) applies to this acquisition: Addendum to FAR 52.212-2: Evaluation Approach/Process The Government will perform an evaluation using a comparative evaluation of each quote. The Government will compare quotes to one another to select quote that best benefits the Government by fulfilling the requirement. Comparative evaluation will be conducted in accordance with FAR 13.106-2(b)(3). The following factors shall be used to evaluate Quoters: Factors Factor 1: PRICE Factor 2: TECHNICAL CAPABILITY / SUBCONTRACTING PLAN (If applicable) Factor 3: PAST PERFORMANCE (a) The Government will award a contract resulting from this solicitation to the responsible Quoter 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, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Contracting Officer will award one, firm fixed price contract resulting from this RFQ to the responsible Quoter whose quote conforming to the RFQ is most advantageous to the Government. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation clauses apply to this acquisition: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (JUN 2020) 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-18 COMMERICAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (MAR 2023) 52.216-18 ORDERING (AUG 2020) 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 10,000.00, 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 1,000.00; (2) Any order for a combination of items in excess of 10,000.00; or (3) A series of orders from the same ordering office within 3 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 3 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. 52.216-22 INDEFINITE QUANTITY (OCT 1995) VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) VAAR 852.211-76 LIQUIDATED DAMAGES REIMBURSEMENT FOR DATA BREACH COSTS (FEB 2023) ALTERNATE I (FEB 2023) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) VAAR 852.237-74 NON-DISCRIMINATION IN SERVICE DELIVERY (OCT 2019) VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (JUN 2023) The following subparagraphs of FAR 52.212-5 are applicable: subparagraph b 1/7/8/9/13/17/23/28/30/31/32/33/34/35/36/37/45/52/56/59 , subparagraph c 1/2/3/7/8. The following solicitation provisions apply to this acquisition: 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-16 COMMERICAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020) 52.229-11 TAX ON CERTAIN FOREIGN PROCUREMENTS-NOTICE AND REPRESENTATION (JUN 2020) 852.215-72 NOTICE OF INTENT TO RE-SOLICIT (OCT 2019) 852.239-75 INFORMATION AND COMMUNICATION TECHNOLOGY ACCESSIBILITY NOTICE (FEB 2023) 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm-Fixed-Price, Indefinite Quantity contract resulting from this solicitation. 52.227-15 REPRESENTATION OF LIMITED RIGHTS DATA AND RESTRICTED COMPUTER SOFTWARE (DEC 2007) 52.233-2 SERVICE OF PROTEST (SEP 2006) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Edward Ferkel Hand-Carried Address: Wilkes-Barre VA Medical Center 1111 East End BLVD Wilkes-Barre PA 18711 Mailing Address: Wilkes-Barre VA Medical Center 1111 East End BLVD Wilkes-Barre PA 18711 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (OCT 2018) VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (OCT 2018) 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEC 2022) MINIMUM AND MAXIMUM AMOUNTS: This is an indefinite delivery, indefinite quantity, firm fixed price contract for the services specified and for the period stated in the Schedule. Accordingly, the quantities of services specified in the Schedule are estimates only and are not guaranteed to be purchased by this contract. Funds are obligated by the CO and funding information will be provided to the Contractor by the CO via a funding document for each ordering period under this contract. Only VA-warranted contracting officers within Network Contracting Office 4 (NCO 4) are authorized to obligate funding under this contract. The guaranteed minimum value of services the Government will order under this contract is described below; the maximum value of services the Government may order under this IDIQ contract for all ordering periods is also listed below. The maximum amount under this contract is not guaranteed. IDIQ Contract Minimum: $300.00 IDIQ Contract Maximum Amount: $1,095,000.00 All funds are subject to the availability of funds per FAR 52.232-18. See attached document: Attachment A - PWS. See attached document: Attachment B - QASP. See attached document: Attachment C - Price Schedule. See attached document: Attachment D Wage Determination See attached document: Attachment E - Past Performance Questionnaire. See attached document: Attachment F - Local VHA BAA Template.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/980c2846aa994d898c5e47d311db23c1/view)
- Place of Performance
- Address: Philadelphia VA Medical Center 3900 Woodland Ave., Philadelphia 19119, USA
- Zip Code: 19119
- Country: USA
- Zip Code: 19119
- Record
- SN06788801-F 20230816/230814230049 (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 |