Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2008 FBO #2466
SOLICITATION NOTICE

U -- Suicide Prevention and Risk Assessment Training -Comprehensive Program

Notice Date
8/25/2008
 
Notice Type
Presolicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of Veterans Affairs, VA Nebraska Western Iowa Health Care System (Omaha Division), Department of Veterans Affairs Nebraska Western Iowa Health Care System, Department of Veterans Affairs;VA Nebraska Western-Iowa HCS;Omaha Division;4101 Woolworth Ave.;Omaha NE 68105
 
ZIP Code
68105
 
Solicitation Number
VA-263-08-RQ-0300
 
Response Due
9/5/2008
 
Archive Date
11/4/2008
 
Point of Contact
Patrice PittmanCONTRACT SPECIALIST<br />
 
Small Business Set-Aside
N/A
 
Description
(i) This is a SOLE SOURCE combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are NOT being requested and a separate written request for quotations will not be issued. Under Statutory Authority 41 U.S.C. 253(c)(1) the Omaha VA Medical Center (OVAMC) anticipates entering into a sole source procurement with QPR Institute of Spokane, WA for a follow on contract for previously procured suicide prevention training. The government believes that QPR Institute is the only responsible source that can provide the equipment and supplies that will satisfy the agency requirements. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS (ii) The reference/solicitation number is VA-263-08-RQ-0300 and the solicitation is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a contract and corresponding purchase order. (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and (VAAR). (iv) North American Industry Classification System (NAICS) code is 611699 (size standards in number of employees is 100) applies to this solicitation. (v) This is a follow on contract that consists of (14) line items: Line Item 0001: 8 hours of certified onsite instruction for individuals to be trained as Gatekeeper Instructors, Qty: 12; Line Item 0002: 12 hours of certified self-study online instruction for individuals to be trained as Gatekeeper Instructors, Qty: 12; Line Item 0003: 6 hours of certified onsite instruction for individuals to be trained as First Responder Instructors, Qty: 12; Line Item 0004: 10 hours of certified self-study online instruction for individuals to be trained as First Responder Instructors, Qty: 12; Line Item 0005: 8 hours of certified onsite instruction for individuals to be trained as Suicide Risk Assessment and Risk Management Instructors, Qty: 11; Line Item 0006: 12 hours of certified self-study online instruction for individuals to be trained as Suicide Risk Assessment and Risk Management Instructors, Qty: 11; Line Item 0007: Online certified gatekeeper suicide prevention training, course to be offered online and available for 36 months after initial log in, Qty: 3450; Line Item 0008: Online certified first responders' training, course to be offered online and available for 36 months after initial log in, Qty: 1000; Line Item 0009: 6 hours onsite certified instruction for first responders, Qty: 700; Line Item 0010: Certification for individuals who have passed online coursework, Qty: 1400; Line Item 0011: 8 hours onsite certified instruction for suicide risk assessment and risk management, Qty: 500; Line Item 0012: in class booklet for those taking onsite course, Qty: 800; Line Item 0013: certification for individuals who have passed online coursework, Qty: 800; Line Item 0014: customized booklets and contact information cards with tips, pointers and key information items, Qty: 11,000. (vi) The Department of Veterans Affairs has the need for a suicide risk assessment and triage training course for the clinical providers in the mental health service line at facilities within VISN (Veterans Integrated Service Network) 23. The training should include the use of clinical interview as an assessment tool for assessing suicide risk. The primary objectives of the training course should provide human service professionals with a proven suicide risk assessment protocol, as well as best practice documentation system. The training should be endorsed by the Joint Commission as a "best practices" model. The training must be able to accommodate various classroom sizes of participants, between September 1, 2008 and September 30, 2009; (vii) Delivery and acceptance of deliverables will be FOB destination within 30 days of receipt of order to all facilities within the VISN 23 Service area: Minneapolis (MN), St. Cloud (MN), Fargo (ND), Sioux Falls (SD), Black Hills (SD), Omaha (NE), Lincoln (NE), Grand Island (NE), Iowa City (IA), and Central Iowa (Des Moines / Knoxville, IA). (viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.212-1, 52.204-6 Data Universal Numbering System (DUNS) Number; VAAR 852.219-70, 852.233-70 Protest Content; 852.236-76 Correspondence; 852.237-70 Contractor Responsibilities; 852.270-1. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price contract resulting from this solicitation, price and other factors considered. (x) The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from http://www.arnet.gov/far); or (2) complete the Online Reps and Certs. Application (ORCA) at http://www.bpn.gov and reference it in your quote. (xi) The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions On Subcontractor Sales to the Government, 52.219-6 Notice of Total Small Business, 52.219-28 Post Award Small Business Program Representations, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons, 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act, 52.225-13 Restriction on Certain Foreign Purchases; 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration. (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) There are no applicable Numbered Notes that apply. (xvi) Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service must submit in writing their qualifications and capabilities information including technical data and pricing in to this office for consideration. Such qualifications, capabilities and pricing will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. RESPONSES ARE DUE FRIDAY September 5, 2008, by 5: 00 p.m. central standard time. (xvii) Submit faxed quotation to Patrice L. Pittman, at (402) 449-0612 with signed original forwarded by mail to: Patrice L. Pittman, Contracting Officer (90C), VA Medical Center, Bldg 6, Room 101, 4101 Woolworth Avenue, Omaha, NE 68105. Signed original is not required by due date, as long as faxed copy is received. Electronic Mail may be used to submit quotations provided there is a scanned electronic signature. However electronic mail is submitted at the contractor's own risk as large pdf files may not be transmittable. Telephone inquiries will not be accepted, please submit questions regarding this solicitation via email to patrice.pittman@va.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1a9444d0964b321aef0d16c7a55b1b3e&tab=core&_cview=1)
 
Record
SN01650028-W 20080827/080825221642-1a9444d0964b321aef0d16c7a55b1b3e (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.