Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2007 FBO #1937
SOLICITATION NOTICE

R -- INDEPENDENT LIVING SKILLS ASSESSMENT

Notice Date
3/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
624310 — Vocational Rehabilitation Services
 
Contracting Office
DEPARTMENT OF VETERANS AFFAIRS;VRE, ATLANTA REGIONAL OFFICE;1700 CLAIRMONT RD;DECATUR, GA 30031
 
ZIP Code
30031
 
Solicitation Number
VA-316-07-RQ-0001
 
Response Due
3/27/2007
 
Archive Date
4/26/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. Offers are due to the designated office by 1:00 p.m. local Atlanta, GA time, March 27, 2007. Offers are to be emailed to elaine.porter@va.gov. The solicitation number is VA-247-07-RQ-0016, and is issued as a Request for Quote (RFQ). This is a 100% set aside for Small Business. The North American Industry Classification System (NAICS) code is 624310 and the size standard is $6,5000,000. 1. BACKGROUND. The Department of Veterans Affairs (VA), Atlanta Regional Office, Vocational Rehabilitation and Employment (VR&E) office, Chapter 31 has a requirement for a vendor to provide Independent Living Skills Assessment. 2. SCOPE. The vendor shall provide Independent Living Skills Assessment for veterans referred by the Atlanta Regional Office and out-based offices located in Augusta, Savannah, Tifton, and Columbus. Independent Living services shall be provided in accordance with the VA, VR&E regulation, Circular 28-05-01 and any additional guidance provided by the VA VR&E Central Office. The assessments shall include the following: 2.1.1 Overview of the individual's current level of functioning regarding independent living skills. Summary of interview, records review, tests administered, and test results. 2.1.3 Assistance in identifying the most reasonable and cost effective services, products, or activities to increase the individual's level of independence in their home and community. Recommendations for services, products or activities that are available to assist the individual to increase their level of independence in the home and community. 2.2 The vendor shall utilize a variety of methods to assess the individual's independent living skills, including review of available medical records, interview with the individual and/or family, testing, and a visit to the individual's home or community, depending upon the needs of the particular individual. 2.3 The vendor will receive referrals under a Blanket Purchase Agreement (BPA) for the period April 3, 2007 - September 30, 2007 with three one-year option periods. 2.4 The following services will be billed at the flat hourly rate. Medical records review, Time with the individual for interview, Time spent researching community resources, Travel time to and from clients home or out-based offices, if applicable, Report writing. The time spent reviewing medical records may vary depending upon the extent of the medical records to be reviewed, and time spent during an interview may vary with each individual depending upon their disability issues. However, average times spent are typically one hour for interview with each individual, one hour for medical records review, one to two hours for researching resources in the veteran's community and two to three hours for report writing. Travel will be billed at the flat hourly rate, with no additional associated per mile fees. All work times shall be pro-rated and charged for only the actual time incurred while performing the tasks. Wait time, up to one hour, is billable at the flat hourly rate. 2.5 The following tests shall be administered, only as needed, and pricing for each test shall include administering, scoring and for the cost of the test: Kaufman Brief Intelligence Test; Wide Range Achievement Test 3; Peabody Picture vocabulary Test, III; Purdue Pegboard; Myers Briggs Personality Type Indicator; Career Decision Making System, Revised Beck Depression Inventory ; McCarron Assessment of Neuromuscular Development; Emotional Behavioral Checklist; Cognitive Test for the Blind; Haptic Sensory Discrimination Test; Functional Survey of Adaptive Behavior. 3. TASKS. 3.1 Referrals will be made from the VA counselor to the vendor by telephone or email. 3.2 The vendor shall contact the individual and determine the needs for the assessment. The vendor shall then provide the VA counselor with recommendations and a cost estimate for services by email. This will be an itemized estimate detailing the anticipated number of hours required for professional services and any travel. 3.3. The counselor will prepare the appropriate task order (authorization) using VA Form 28-1905 and attach the approved original or amended estimate. The original will be provided to the vendor by regular mail. Advance, unofficial copies may be emailed in order to expedite scheduling and initiation of services to the veteran. 3.4If it is determined that more time or testing is needed to complete the assessment, the vendor shall consult with the referring counselor. If approved, the referring counselor will prepare an addendum to the original task order by completing another VA Form 28-1905 task order authorizing the additional time and charges. The task order will be distributed in the same manner as in item 3 above. 3.5 Once the assessment is completed, the vendor shall submit a written report of the assessment and provide recommendations to the referring counselor. The report and vendor invoice shall be submitted together along with a copy of the original and subsequent VA Form 28-1905 task order(s). Invoices must clearly reference the vendor's invoice number, Federal Tax ID number, the Blanket Purchase Agreement number, the veteran's name and VA claim number, and a complete itemization of the services provided, service dates, and charges. 3.6 Three to six months following the independent living needs assessment, a follow-up assessment may be authorized by the referring counselor. The follow-up assessment is to determine the individual's progress with the independent living plan. The average estimate for the follow-up is one to two hours for the interview with the individual, one hour follow-up with community resources (volunteer position supervisors) when appropriate, and one to two hours report writing to summarize the current status. Travel time and all follow-up services shall be billed at the flat hourly rate. 4. CONTRACTOR EXPERIENCE REQUIREMENTS. The contractor is responsible for providing the appropriate staffing to meet the requirements of this SOW. The minimum contractor qualifications are a Master's degree in Rehabilitation Counseling and specialized past performance and experience in independent living skills assessment working with disabled veteran population. 5. Place of Performance: Various locations throughout the state of Georgia. 6. Contract Type: Referrals will be made under a Blanket Purchase Agreement under FAR 13.303-1. Services shall be invoiced at a fixed price hourly rate. 7. Travel: The contractor shall travel on an as need basis to support the execution of the requirements in this Statement of Work and as directed by the referring counselor. Travel will be billed at the fixed price hourly rate. 8. Quality Assurance Plan: The government will use a variety of methods to monitor performance of this contract to include customer surveys, customer feedback and Government Quality Review forms. The government deems acceptable performance as no more than one valid negative response per referral with no more than one late report per referral. 9.References: VA Circular 28-05-01 located at www.warms.vba.va.gov/28circulars.html. The solicitation incorporates by reference:     52.204-7 Central Contractor Registration, 52.232-18 Availability of Funds, 52.212-4, Contract Terms and Conditions Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Item, 52.219-6, Notice of Total Small Business Set Aside, 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities, 52.225-1, Buy American Act-Supplies, 52.225-13, Restrictions on Certain Foreign Purchased, 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration, 52.232-35, Designation of Office for Government Receipt of Electronic Funds Transfer Information, 52.232-7, Payments Under Time-and-Materials and Labor-Hour Contracts Alt 1, VAAR 852.237-70 Contractor Responsibilities, VAAR 852.270-4 Commercial Advertising; Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses Incorporated by Reference, 52.212-2, Evaluation-Commercial Items, 52.212-3 Offeror Representation and Certifications- Commercial Items; 52.216-31 Time-and-Material/Labor-Hour Proposal Requirements-Commercial Item Acquisition. All responsible sources will be considered.    This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation. 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. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far for FAR references, and http://farsite.hill.af.mil/VFvar1.HTM for VAAR references. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:     The government will use Lowest Price Technically Acceptable (LPTA) source selection process. The government considers technical acceptability as a contractor personnel with a Master's Degree in Rehabilitation Counseling, acceptable past performance/experience in Independent Living Skills Assessments and experience working with disabled veteran population. A resume(s) of key personnel shall be submitted with your quote. The offeror's quote must contain a fixed price hourly rate.   Your quote must also contain a quote for the cost to administer each test listed in paragraph 2.5.   (b) 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). Questions will not be addressed individually but will be addressed as an amendment to this combined synopsis/solicitation. The incumbent is Jennifer Johnson, P.O. Box 188, Decatur, GA 30031-0188,  
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS;ATLANTA REGIONAL OFFICE;1700 CLAIRMONT ROAD;DECATUR, GA
Zip Code: 30031
Country: U.S.
 
Record
SN01251791-W 20070317/070315220703 (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.