Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2006 FBO #1546
SOLICITATION NOTICE

Q--Q -- Youngstown Home Based Physical Therapist

Notice Date
2/17/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Acquisition and Materiel Management Service, (90CB), 10000 Brecksville Road, Brecksville, Ohio 44141
 
ZIP Code
44141
 
Solicitation Number
541-080-06
 
Response Due
2/28/2006
 
Archive Date
3/30/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation 541-034-06 is issued as a Request For Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars (FAC) 2001-25. This is an unrestricted procurement for commercial items under the North American Industry Classification System (NAICS) Code 561310 and a Business Size Standard of $6.0 million per annum. Louis Stokes Cleveland Department of Veterans Affairs Medical Center, Cleveland Ohio, (LSCDVAMC) has an urgent need for the Health Care Services of a Physical Therapist at our Home Based Primary Network (HBPN) in the Youngstown, OH and surrounding area. The position would consist of making 5-7 home visits per day to a day to provide a full range of therapy skills. This contract is effective for a 6-month base period from the date of award. Award will be made using Best Value considerations, with technical merit and past performance being greater than price. Technical merit and past performance will be considered significantly more important than cost/price and that the contract will be issued to other than the vendor submitting the lowest priced, technically acceptable quotation. Preference will be given to local candidates. General Requirements/Statement of Work General Requirements of the Physical Therapist: 1. Current License to practice physical therapy with at least 2 years current home care or med./surgical experience 2. At least one year experience making skilled therapy visits under Medicare Regulations to patient?s homes. 3. Monday through Friday, 8:00 am to 4:30 pm. No on call, no weekends, no holidays. 4. Record of attendance 5. Evidence of sound documentation and physical assessment 6. Evidence of ability to work in various settings and prioritize responsibilities. Evaluation Factors Importance of Evaluation Factors in Descending Order: 1. Technical 2. Past Performance 3. Price Technical: 1. Written demonstration of a ?Quality Control Program?, to include samples of documentation, Flow chart of new employee review and qualifications. 2. Provide Resumes/CV?s of the candidate 3. Basic Computer Skills 4. Outcome of interview between candidate and VA Medical Center Personnel. 5. Preference will be given to local candidates. Past Performance: 1. Provide references for three facilities that your company has performed work. Consideration will be given to those whose past performance is with the Veterans Health Administration. Price: 1. Price offer, to include Hourly, Overtime, and any additional costs that may be incurred. Total cumulative price will be a factor in the decision-making, not just per hourly rate. NOTE: The Government reserves the right to award without discussions; therefore submit you?re most favorable terms with your quote. Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer) whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) and shall be submitted to Financial Management Systems, PO Box 149971, Austin, Texas 78714. Remittance address: payments under this contract shall be made to the address indicated in your quote. This solicitation is issued in accordance with FAR Part 12, Commercial Items and Part 15 procedures, by authority of 38 U.S.C. 8153 Expanded Sharing Authority and 41 U.S.C. 253(c)(5 The provisions at FAR 52.212. -1, Instructions to Offerors-Commercial Items, applied to this acquisition with the following addendum to the provisions, delete paragraph e and h of the standard provisions. Offerors shall submit with their offer, a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The clause at 52.212.4 Contract Terms and Conditions?Commercial Items, applies to this acquisition, to include the following addendum to the clause; 52.217-8 (which provides that the Contracting Officer may exercise the option by written notice to the contractor within 30 days); 52.232-18, 52.232-19 (which provides that funds are not authorized past September 30, of any fiscal years, unless written authorization is received from the Contracting Officer) 52.233-3, VAAR clause 853.233-70, 852.233-71, 852.237-70, 852.270-1, 852.270-4. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders?Commercial Items, applies to this acquisition which shall include the following clauses: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 Alternate I, 52.225-13, 52.232-34, 52-222-41, 52.222-42. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mm/varr/. Offerors shall submit their quotation along with the completed copy of FAR 52.212.3 Offerors Representations and Certifications?Commercial Items. The Service Contract Act applies to this acquisition and the Wage Determination in effect for this acquisition is Wage Determination No. 1994-2415/revision No 26 dated 6/21/2004. Offeror shall submit all technical questions regarding this solicitation to the Contracting Officer in writing, no later than Feb. 24, 2006 at 3:00 pm EST. Questions may be sent via facsimile at 440-838-6052 or by e-mail to Eric.Rhodes@med.va.gov. Verbal questions will not be addressed. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Proposals are due no later than COB, 12:00 pm., local time, Feb. 28, 2006. The successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract. You may register easily and quickly on-line at https://www.ccr.gov.
 
Place of Performance
Address: 2031 Belmont Ave.
Zip Code: 44505
Country: United States
 
Record
SN00990501-W 20060219/060217212014 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.