Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2008 FBO #2454
SOLICITATION NOTICE

R -- Cardiac Rehab

Notice Date
8/13/2008
 
Notice Type
Presolicitation
 
NAICS
622110 — General Medical and Surgical Hospitals
 
Contracting Office
Department of Veterans Affairs, VA Salt Lake City Health Care System (See VA Rocky Mountain Consolidated Contracting Center), Department of Veterans Affairs Salt Lake City Health Care System, Department of Veterans Affairs;VA Salt Lake City Health Care System;VISN 19 Contracting;500 Foothill Drive;Salt Lake City, UT 84148
 
ZIP Code
84148
 
Solicitation Number
VA-259-08-RP-0267
 
Response Due
8/25/2008
 
Archive Date
10/24/2008
 
Point of Contact
Rita CrigerContracting Officer<br />
 
Small Business Set-Aside
N/A
 
Description
Provide Cardiac Rehabilitation Services to be furnished at the VA Salt Lake City Health Care System form Date of award through 9/30/2009 with four one-year options to extend the term of the contract. The contract will be commercial IDIQ contract. The procurement will utilize simplified in acquisition procedures in accordance with Commercial items Part 12 and in accordance with Part 15, Contracting by negotiation. Table of Contents SECTION A - STANDARD FORM (SF) 14491 A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS1 PART I - THE SCHEDULE4 SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS4 B.1 PRICE/COST SCHEDULE4 SECTION C - DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK5 SECTION D - PACKAGING AND MARKING6 [For this Solicitation, there are NO clauses in this Section]6 SECTION E - INSPECTION AND ACCEPTANCE7 SECTION F - DELIVERIES OR PERFORMANCE8 F.1 DELIVERY SCHEDULE8 SECTION G - CONTRACT ADMINISTRATION DATA9 [For this Solicitation, there are NO clauses in this Section]9 SECTION H - SPECIAL CONTRACT REQUIREMENTS10 [For this Solicitation, there are NO clauses in this Section]10 PART II - CONTRACT CLAUSES11 SECTION I - CONTRACT CLAUSES11 I.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)11 I.2 52.216-18 ORDERING (OCT 1995)12 I.3 52.216-19 ORDER LIMITATIONS (OCT 1995)12 I.4 52.216-21 REQUIREMENTS (OCT 1995)13 I.5 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)13 I.6 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)14 I.7 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984)14 I.8 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984)14 I.9 ELECTRONIC INVOICE SUBMISSION14 PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS16 SECTION J - LIST OF ATTACHMENTS16 PART IV - REPRESENTATIONS AND INSTRUCTIONS17 SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS17 K.1 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2006)17 SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS18 L.1 VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008)18 L.2 52.211-1 AVAILABILITY OF SPECIFICATIONS LISTED IN THE GSA INDEX OF FEDERAL SPECIFICATIONS, STANDARDS AND COMMERCIAL ITEM DESCRIPTIONS, FPMR PART 101-29 (AUG 1998)18 SECTION M - EVALUATION FACTORS FOR AWARD19 M.1 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)19 PART I - THE SCHEDULE SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS B.1 PRICE/COST SCHEDULE ITEM DESCRIPTION OF QTY UNIT BASE YEAR PHYSICAL THERAPY SPECIALIST 1 JB $_______________ OPTION YEAR 1 PHYSICAL THERAPY SPECIALIST 1 JB $_______________ OPTION YEAR 2 PHYSICAL THERAPY SPECIALIST 1 JB $_______________ OPTION YEAR 3 PHYSICAL THERAPY SPECIALIST 1 JB $_______________ OPTION YEAR 4 PHYSICAL THERAPY SPECIALIST 1 JB $_______________ SECTION C - DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK DESCRIPTION/SPECIFICATIONS WORK STATEMENT PHYSICAL THERAPIST ORTHOPEDICS AND CARDIAC REHIABILITATION 1.This contract is between the Contractor and the VA Salt Lake City Health Care System. The contractor shall provide Cardiac Rehabilitation Services to include but are not limited to the following: "Serve in the capacity of a Physical Therapist and provide patient care for various diagnoses including Orthopedics and Cardiac Rehabilitation "Provide assistance with clinical research including design, implementation, analysis, and requests for financial support "Serve as an information resource in the area of Cardiopulmonary Rehabilitation. "Assistance with development of the Cardiopulmonary Rehabilitation program for the VA Medical Center. 2.The above duties will be performed primarily within the Physical Therapy section in Building #1, however Contractor may be required to perform duties in other areas throughout the hospital as assigned. 3.The amount of weekly hours required are from 0 to 10 hours per week. Weekly hours will be determined by Brian Murphy, MPT Physical Therapy Manager. Work hours may be spread over several days or all hours may be worked in one day depending on the needs of the VA Medical Center. 4.A VAMC record-keeping system of contractor hours worked will be established through time and attendance logs in the Physical Therapy Department. (End of Statement of Work) SECTION D - PACKAGING AND MARKING [For this Solicitation, there are NO clauses in this Section] SECTION E - INSPECTION AND ACCEPTANCE 52.246-1CONTRACTOR INSPECTION REQUIREMENTSAPR 1984 SECTION F - DELIVERIES OR PERFORMANCE 52.242-15STOP-WORK ORDERAUG 1989 52.242-17GOVERNMENT DELAY OF WORKAPR 1984 F.1 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DATE OF DELIVERY 1 1.00 SECTION G - CONTRACT ADMINISTRATION DATA [For this Solicitation, there are NO clauses in this Section] SECTION H - SPECIAL CONTRACT REQUIREMENTS [For this Solicitation, there are NO clauses in this Section] PART II - CONTRACT CLAUSES SECTION I - CONTRACT CLAUSES I.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (End of Clause) 52.204-7CENTRAL CONTRACTOR REGISTRATIONAPR 2008 52.204-9PERSONAL IDENTITY VERIFICATION OFSEP 2007 CONTRACTOR PERSONNEL 52.215-8ORDER OF PRECEDENCE--UNIFORM CONTRACTOCT 1997 FORMAT 52.222-21PROHIBITION OF SEGREGATED FACILITIESFEB 1999 52.222-26EQUAL OPPORTUNITYMAR 2007 52.222-35EQUAL OPPORTUNITY FOR SPECIAL DISABLEDSEP 2006 VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS 52.222-36AFFIRMATIVE ACTION FOR WORKERS WITHJUN 1998 DISABILITIES 52.222-37EMPLOYMENT REPORTS ON SPECIAL DISABLEDSEP 2006 VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS 52.222-50COMBATING TRAFFICKING IN PERSONSAUG 2007 52.223-5POLLUTION PREVENTION AND RIGHT-TO-KNOWAUG 2003 INFORMATION ALTERNATE I (AUG 2003) AND ALTERNATE II (AUG 2003) 52.225-13RESTRICTIONS ON CERTAIN FOREIGNJUN 2008 PURCHASES 52.232-1PAYMENTSAPR 1984 52.232-8DISCOUNTS FOR PROMPT PAYMENTFEB 2002 52.232-11EXTRASAPR 1984 52.232-18AVAILABILITY OF FUNDSAPR 1984 52.232-23ASSIGNMENT OF CLAIMSJAN 1986 52.232-25PROMPT PAYMENTOCT 2003 52.232-34PAYMENT BY ELECTRONIC FUNDS TRANSFER--MAY 1999 OTHER THAN CENTRAL CONTRACTOR REGISTRATION 52.233-1DISPUTESJUL 2002 ALTERNATE I (DEC 1991) 52.233-3PROTEST AFTER AWARDAUG 1996 52.233-4APPLICABLE LAW FOR BREACH OFOCT 2004 CONTRACT CLAIM 52.237-2PROTECTION OF GOVERNMENT BUILDINGS,APR 1984 EQUIPMENT, AND VEGETATION 52.237-3CONTINUITY OF SERVICESJAN 1991 52.243-1CHANGES--FIXED PRICEAUG 1987 ALTERNATE I (APR 1984) 52.244-6SUBCONTRACTS FOR COMMERCIAL ITEMSMAR 2007 52.249-4TERMINATION FOR CONVENIENCE OF THEAPR 1984 GOVERNMENT (SERVICES) (SHORT FORM) 52.249-8DEFAULT (FIXED-PRICE SUPPLY AND SERVICE)APR 1984 52.253-1COMPUTER GENERATED FORMSJAN 1991 852.216-70ESTIMATED QUANTITIESAPR 1984 852.271-70NONDISCRIMINATION IN SERVICES PROVIDEDJAN 2008 TO BENEFICIARIES I.2 52.216-18 ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from through. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of Clause) I.3 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, 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 ; (2) Any order for a combination of items in excess of ; or (3) A series of orders from the same ordering office within 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 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) I.4 52.216-21 REQUIREMENTS (OCT 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated" or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after. (End of Clause) I.5 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. (End of Clause) I.6 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. (End of Clause) I.7 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) I.8 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) I.9 ELECTRONIC INVOICE SUBMISSION The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, P.O. Box 149971, Austin, TX 78714-8971. (End of Clause) PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS SECTION J - LIST OF ATTACHMENTS ATTACHMENTNO. NUMBERTITLEDATEPAGES [For this Solicitation, there are NO attachments in this Section] PART IV - REPRESENTATIONS AND INSTRUCTIONS SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS K.1 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2006) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is. (2) The small business size standard is. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b)(1) If the clause at 52.204-7, Central Contractor Registration, is included in this solicitation, paragraph (c) of this provision applies. (2) If the clause at 52.204-7 is not included in this solicitation, and the offeror is currently registered in CCR, and has completed the ORCA electronically, the offeror may choose to use paragraph (c) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: [ ] (i) Paragraph (c) applies. [ ] (ii) Paragraph (c) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (c) The offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. ------------------------------------------------------------------------ FAR Clause #TitleDateChange ------------------------------------------------------------------------ ---------------------------- ------------------------------------------------------------------------ Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. (End of Provision) SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS 52.215-1INSTRUCTIONS TO OFFERORS--COMPETITIVEOCT 1997 ACQUISITION ALTERNATE I (OCT 1997) AND ALTERNATE II (OCT 1997) 52.232-38SUBMISSION OF ELECTRONIC FUNDS TRANSFERMAY 1999 INFORMATION WITH OFFER 52.237-1SITE VISITAPR 1984 L.1 VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the Web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. (End of Provision) L.2 52.211-1 AVAILABILITY OF SPECIFICATIONS LISTED IN THE GSA INDEX OF FEDERAL SPECIFICATIONS, STANDARDS AND COMMERCIAL ITEM DESCRIPTIONS, FPMR PART 101-29 (AUG 1998) (a) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to--GSA Federal Supply Service, Specifications Section, Suite 8100, 470 East L'Enfant Plaza, SW, Washington, DC 20407, Telephone (202) 619-8925, Facsimile (202) 619-8978. (b) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (a) of this provision. Additional copies will be issued for a fee. (End of Provision) SECTION M - EVALUATION FACTORS FOR AWARD M.1 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 http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (End of Provision) FAR NUMBERTITLEDATE [For this Solicitation, there are NO provisions in this Section]
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e0c5000d2e6896ff7493638ef042c017&tab=core&_cview=1)
 
Place of Performance
Address: VA Salt Lake City Health Care System;500 Foothill Drive;Salt Lake City<br />
Zip Code: UTAH<br />
 
Record
SN01639255-W 20080815/080813223551-e0c5000d2e6896ff7493638ef042c017 (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.