Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2010 FBO #3227
SOLICITATION NOTICE

R -- HICS EMERGENCY PREPAREDNESS CONSULTANT

Notice Date
9/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Veterans Affairs;VISN 22 Network Contracting Activity;Building 149;5901 E. 7th Street;Long Beach CA 90822
 
ZIP Code
90822
 
Solicitation Number
VA26210RQ0576
 
Response Due
9/27/2010
 
Archive Date
10/27/2010
 
Point of Contact
CHELSEA BLACK
 
E-Mail Address
Contract Specialist
(Chelsea.Black@va.gov)
 
Small Business Set-Aside
Total Small Business
 
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; quotes are being requested and a written solicitation will not be issued. The solicitation number VA-262-10-RQ-0576 is issued as a request for quote (RFQ). This solicitation incorporates provisions and clauses as those in effect through Federal Acquisition Circular 2005-43. This procurement is a Total Small Business Set Aside. The North American Industry Classification System Code (NAICS) is 541611 and the Small Business Standard is $7.0 Million. SCHEDULE OF SERVICES AND SUPPLIES Line Item 01 2080 HOURS - UNIT PRICE $ _______________, TOTAL PRICE $ _______________. TRAVEL COSTS WILL NOT BE REIMBURSED UNDER THE RESULTING ORDER. STATEMENT OF WORK The Contractor shall provide VA Long Beach Healthcare System for the delivery of emergency preparedness support services. The Contractor shall provide all labor, materials, travel, and all other items required for completion of this requirement. TASKS 1.The Contractor shall provide a qualified Emergency Preparedness Consultant to work for a calendar period of one (1) year in support of the VA Long Beach Healthcare System. The Start date shall be September 29, 2010. This individual will provide consulting services in the area of Emergency Preparedness, developing educational methods and materials for medical services, departments and functional area staff on their specific responsibilities and functions as they tie to Emergency Preparedness practices and policies of the VA Long Beach Healthcare System. These include but not limited to The Joint Commission, CARF, VHA and NFPA standards. 2.Meet daily with Emergency Preparedness Manager 3.Provide Project Progress Reports Weekly, Monthly, and Quarterly to Emergency Preparedness Manager 4.Meet with Stakeholders minimally once per week or as needed DELIVERABLES 1.Detailed Project Plan 2.HICS Beginner Level Courseware 3.HICS Intermediate Level Courseware 4.HICS Advanced Level Courseware 5.HICS Beginner Refresher Curriculum 6.HICS Intermediate Refresher Curriculum 7.HICS Advanced Refresher Curriculum 8.Final Product Production 9.Quantitative Effectiveness DELIVERY SCHEDULE The dates below are tentative and shall be coordinated and approved by the Contracting Officer's Technical Representative. Milestones reflect start date of 29 September, 2010: Milestones: Hospital Incident Command System (HICS) Courseware Development ProjectPreliminary2nd DraftFinal DocPresentation*1st Quality Test**2nd Quality Test***Final Product Detailed Project Plan 2 Business Days3 Business Days10/4/10n/an/an/an/a HICS Beginner Level Courseware10/8/1010/10/1010/13/1010/14/1010/21/1010/26/1011/26/10 HICS Intermediate Level Courseware10/18/1010/21/1010/30/1011/01/1011/04/1012/11/1001/30/10 HICS Advanced Level Courseware11/15/1011/18/1012/02/1012/07/1012/9/1012/14/1002/28/11 HICS Beginner Refresher Curriculum 12/15/1012/20/1001/20/1101/21/1101/27/1101/31/1104/30/11 HICS Intermediate Refresher Curriculum01/12/1101/17/1102/09/1102/10/1102/17/1102/28/1106/30/11 HICS Advanced Refresher Curriculum03/02/1103/07/1103/16/1103/17/1103/24/1103/29/1108/30/10 Final Product ProductionAllow time for final document/product revisions09/30/10 Quantitative Effectiveness Analysis On-going analysis derived from 1st and 2nd Quality Tests09/15/10 Qualitative Effectiveness AnalysisOn-going analysis derived from 1st and 2nd Quality Tests09/15/11 *One day after Final Documents, **Thursday following Presentation Date, ***Three days after Quality Test QUALIFICATIONS 1.Emergency preparedness and management work experience for a minimum of the past 5 years 2.Expert knowledge of Hospital Incident Command System (HICS) and National Incident Management System (NIMS) as it relates to Veterans Affairs Medical Centers 3.Experience developing, writing and delivering customized Hospital Incident Command System (HICS) education and training specific Veterans Affairs Medical Center and VISN22 within the past 12 months 4.Expert knowledge of VA Comprehensive Emergency Management Program (CEMP), VISN22 Emergency Management program, VA Emergency Management Directives, VA Emergency Management Strategic Healthcare Group, FEMA, and The Joint Commission Emergency Management Standards as it relates to VA Medical Center Emergency Management program 5.Direct involvement with The Joint Commission Survey in Emergency Management for a VA Medical Center within the past 12 months 6.Direct experience coordinating VA Medical Center Emergency Management Committee/Sub-Committees within the past 12 months 7.Experience within the past 2 years in disaster exercise design and exercise execution to meet VA and The Joint Commission Standards 8.Direct Incident Command System (ICS) experience during national and/or international disaster events including recovery phase during the past 5 years 9.Experience interfacing and coordinating with Los Angeles Federal Executive Board (FEB) and Los Angeles Disaster Resource Center during the past 12 months. 10.Must be able to begin work immediately. CONTENT OF OFFERS: Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (FAR) Clause 52.212-1, Instructions to Offeror-Commercial Items. As stated in this clause, the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. IF THE DOCUMENTATION REQUIRED IS NOT SUBMITTED WITH YOUR QUOTE, YOU WILL NOT BE CONSIDERED FOR AWARD Contractor shall submit the following items in its proposal(s): 1.Schedule of Prices 2.References: name and phone numbers of three (3) customers who have received similar services 3.Documentation and capability statements addressing the qualifications listed above in the combined solicitation. 4.Complete copy of provision FAR 52.212-3, Offeror Representation and Certification- Commercial Items (AUG 2007). 5.Company's DUNS number. 6.Number of company employees. Place of Performance shall be at the VA Long Beach Healthcare System, Building 2, 5901 East 7th Street, Long Beach, CA 90822. Offerors must comply with all instructions contained in provision 52.212-1 Instructions to Offerors - Commercial Items. Pursuant to FAR Clause 52.212-4, para (t), Central Contractor Registration (CCR), after initial registration, the contractor is required to update registration data as changes occur and must re-register annually to ensure all data remains current. Noncompliance with this requirement will preclude the exercising of any option periods that may be included herein and will be cause for termination of the contract at such time noncompliance is discovered. Refer to cited Clause for more details. You are required to register with the CCR database at the following web address: CCR - http://www.ccr.gov. It is imperative that you complete this registration in order to be considered for contract award. In accordance with FAR Provision 52.212-1 paragraph (j), please provide the Dun and Bradstreet Number assigned to your firm in the space provided: DUNS# __ __ - __ __ __ - __ __ __ __. 52.212-3 Offerors Representations and Certifications - Commercial Items - THE CONTRACTOR MUST RETURN A COMPLETED COPY OF PROVISION 52.212-3 WITH THE OFFER, a copy of the provision may be attained from https://www.acquisition.gov/Far/ or by contacting the Contracting Officer. 52.212-4 Contract Terms and Conditions - Commercial Items (10/03) 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: 1, 22, 31, 34, 39. The following additional clauses and provisions apply: FAR 52.204-7 Central Contractor Registration ; FAR 52.211-6 Brand Name or Equal; FAR 52.232-18 Availability of Funds; FAR 52.233-2 Service of Protest; VAAR 852.211-71(a) Guarantee; VAAR 852.211-77 Brand Name or Equal; VAAR 852.270-4 Commercial Advertising; VAAR 852.237-70 Contractor Responsibilities. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. 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. The full text of a clause and provision may be accessed electronically at this/these addresses: Federal Acquisition Regulation Home Page: https://www.acquisition.gov/Far/; Veterans Affairs Acquisition Regulation Home Page: http://www1.va.gov/oamm/oa/ars/policyreg/vaar/. Defense Priorities and Allocations System (DPAS) and assigned rating, are not applicable to this acquisition. The Government will consider all quotes received by 12:00 PM PST September 27, 2010. Offers may be emailed to Chelsea Black, at Chelsea.Black@va.gov with "VALBHS Emergency Consultant" in the subject title.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26210RQ0576/listing.html)
 
Place of Performance
Address: VA LONG BEACH HEALTHCARE SYSTEM;5901 EAST SEVENTH STREET;LONG BEACH;CA;90822
Zip Code: 90822
 
Record
SN02294513-W 20100925/100923235524-9306ccce7b2bcf586c3c0907f5264d71 (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.