Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2010 FBO #3294
SOLICITATION NOTICE

Q -- Cognitive processing therapy consultant

Notice Date
11/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621420 — Outpatient Mental Health and Substance Abuse Centers
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24111RQ0077
 
Response Due
12/8/2010
 
Archive Date
12/15/2010
 
Point of Contact
robert oleary
 
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, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. All offerors MUST be registered on www.ccr.gov, MUST provide a Valid DUNS Number and TAX ID Number, along with a detailed pricing and delivery quote. If any of the items are not sent along with the quote, the response may be considered non-responsive. (ii) The solicitation number is VA-241-11-RQ-0077 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-46. 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 https://www.acquisition.gov/far/ (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as sole source. The North American Industry Classification System (NAICS) code is 621420, and the size standard is 1 employee. (v) This requirement consists of one (3) line items: 1. Provide CPT Training Workshops lasting 2 days each. 2. Provide phone consultation to VA clinicians (approx 8 (clinicians at a time via video teleconference).for approximately 45, 88 and 280 hours per respective contractor. 3. Provide travel expenses for 6 trips per 3 contractors NTE $5,100 $4,500 and $4,500 respectively. (vi) Introduction/Statement of Work: The VA National Center for PTSD, Women s Health Sciences Division (WHSD) has received funding for a national initiative aiming to train VA mental health clinicians nationally in Cognitive Processing Therapy (CPT), an evidenced based cognitive behavioral therapy for the treatment of PTSD. Since there are very few CPT experts within VA already who are eligible to conduct CPT trainings and provide consultation after the training, we are collaborating with CPT experts outside of the VA for these services. 1. Specific Mandatory Tasks and Deliverables: a.The contractors shall conduct 6 CPT training workshops lasting 2 days each. During these workshops, the contractors will be responsible for teaching VA clinicians how to implement CPT in a group or individual format. The contractors will follow specific learning objectives and will utilize various training materials during the workshops, including training slides, video examples, handouts, and a therapist manual. b.The contractors shall be reimbursed according to federal government guidelines for travel expenses (6 round trips) incurred as a result of traveling to these 6 training workshops. c.The contractors shall provide phone consultation to VA clinicians (approximately 8 clinicians at a time via video teleconference ) for approximately 45, 88 and 280 hours per respective contractor. Depending on need, this amount is subject to change. 2. General Requirements: a.The contractors shall provide a detailed work plan with all tasks and delivery dates clearly indicated. b.The contractors shall submit all deliverables to the WHSD Director for review and approval. 3. Specific Requirements: a.The contractors shall have demonstrated successful past experience using CPT routinely in clinical settings. b.The contractors shall have attended the CPT Train-the-Trainer Conference in January 2007 sponsored by the National Center for PTSD, Women s Health Sciences Division and the VA Office of Mental Health Services. c.The contractors shall have experience in conducting CPT trainings to groups of 30-40 clinicians at once. d.The contractors shall be determined eligible to provide these above services by the VA National Center for PTSD WHSD Director. (vii) Dates and place of delivery: N/A (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. 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 1. Technical factors as specified in the SOW for CPT as therapy for PTSD/Anxiety disorders to include: The contractors shall have attended the CPT Train-the-Trainer Conference in January 2007 sponsored by the National Center for PTSD, Women s Health Sciences Division and the VA Office of Mental Health Services The contractors shall be determined eligible to provide these above services by the VA National Center for PTSD WHSD Director. 2. Past performance specific to the requirement in the SOW for CPT The contractors shall have demonstrated successful past experience using CPT routinely in clinical settings. 3. Price All evaluation factors when combined, are approximately equal to price. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE SUBMITTED QUOTE, unless offeror has a current ORCA certification. A copy of the provision may be attained from http://www.arnet.gov/far; (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation (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, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13 and 52.232-34 (xiii) N/A (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) n/a (xvi) RESPONSES ARE DUE Tuesday, December 8, 2010 by 3:30 p.m. eastern standard time (EST). Electronic offers will ONLY be accepted; submit quotation to Robert O Leary, Contract Specialist, e-mail Robert.Oleary@va.gov C.2 VAAR 852.273-75 SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES (Interim - October 2008) (a) The contractor and their personnel shall be subject to the same Federal laws, regulations, standards and VA policies as VA personnel, regarding information and information system security. These include, but are not limited to Federal Information Security Management Act (FISMA), Appendix III of OMB Circular A-130, and guidance and standards, available from the Department of Commerce's National Institute of Standards and Technology (NIST). This also includes the use of common security configurations available from NIST's Web site at: http://checklists.nist.gov (b) To ensure that appropriate security controls are in place, Contractors must follow the procedures set forth in "VA Information and Information System Security/Privacy Requirements for IT Contracts" located at the following Web site: http://www.iprm.oit.va.gov/docs/Security_and_Privacy_Requirements_for_IT_Contracts_Attachment.pdf (End of Clause) C.3 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 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (SEP 2007) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) VAAR 852.216-70 ESTIMATED QUANTITIES (APR 1984) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008) (End of Clause) For: CPT Training/Consultation Contract Number: Contract Description: See statement of work Contractor s name: (hereafter referred to as the contractor). 1. PURPOSE This Quality Assurance Surveillance Plan (QASP) provides a systematic method to evaluate performance for the stated contract. This QASP explains the following: What will be monitored. How monitoring will take place. Who will conduct the monitoring. How monitoring efforts and results will be documented. This QASP does not detail how the contractor accomplishes the work. Rather, the QASP is created with the premise that the contractor is responsible for management and quality control actions to meet the terms of the contract. It is the Government s responsibility to be objective, fair, and consistent in evaluating performance. This QASP is a living document and the Government may review and revise it on a regular basis. However, the Government shall coordinate changes with the contractor. Copies of the original QASP and revisions shall be provided to the contractor and Government officials implementing surveillance activities. 2. GOVERNMENT ROLES AND RESPONSIBILITIES The following personnel shall oversee and coordinate surveillance activities. a. Contracting Officer (CO) - The CO shall ensure performance of all necessary actions for effective contracting, ensure compliance with the contract terms, and shall safeguard the interests of the United States in the contractual relationship. The CO shall also assure that the contractor receives impartial, fair, and equitable treatment under this contract. The CO is ultimately responsible for the final determination of the adequacy of the contractor s performance. Assigned CO: Robert O Leary Organization or Agency: Department of Veterans Affairs, VISN1 Consolidated Contracting b. Contracting Officer s Technical Representative (COTR) - The COTR is responsible for technical administration of the contract and shall assure proper Government surveillance of the contractor s performance. The COTR shall keep a quality assurance file. The COTR is not empowered to make any contractual commitments or to authorize any contractual changes on the Government s behalf. Assigned COTR: c. Other Key Government Personnel - <Upon award, Government will enter name, if applicable. This may include Performance Monitors, Clinical Quality experts, etc. who act on behalf of the COTR to monitor performance.> 3. CONTRACTOR REPRESENTATIVES The following employee(s) of the contractor shall serve as the contractor s program manager for this contract. a. Program Manager - 4. PERFORMANCE STANDARDS 5. INCENTIVES N/A 6. METHODS OF QA SURVEILLANCE Various methods exist to monitor performance. The COTR shall use the surveillance methods listed below in the administration of this QASP. a. DIRECT OBSERVATION. (Can be performed periodically or through 100% surveillance.) b. PERIODIC INSPECTION. (Evaluates outcomes on a periodic basis. Inspections may be scheduled [Daily, Weekly, Monthly, Quarterly, or annually] or unscheduled, as required.) c. PERIODIC SAMPLING. (Variation of random sampling. However, sample is only taken when a problem/deficiency is suspected. Sample results are applicable only for the specific work inspected. Since sample is not entirely random, it cannot be applied to total activity performance.) d. RANDOM SAMPLING. (Designed to evaluate performance by randomly selecting and inspecting a sample of cases. 7. RATINGS Metrics and methods are designed to determine if performance exceeds, meets, or does not meet a given standard and acceptable quality level. A rating scale shall be used to determine a positive, neutral, or negative outcome. The following ratings shall be used: RatingDescription GreenYes. Performance and technical specifications are being met at an Acceptable Quality Level (AQL). YellowYes. Performance and technical specifications are currently being met at the minimum AQL, but the following service/deliverable needs contractor attention: (The Customer must identify what component of the deliverable and/or service requires attention.) RedNo. Performance and technical specifications are not being met at AQL and the following service/deliverable needs immediate contractor resolution: (The Customer must identify what component of the deliverable and/or service that is below the minimum AQL.) ATTACHMENT 1 QUALITY ASSURANCE WORKSHEET Performance Rating Deliverable/ServiceQuality RatingCausative FactorsEffect on MissionAction Required/Date CPT WorkshopGreenComments Unnecessary for Green QA Rating. Yellow Red Phone consultationsGreenComments Unnecessary for Green QA Rating. Yellow Red Detailed work planGreenComments Unnecessary for Green QA Rating. Yellow Red Training and Therapy materials GreenComments Unnecessary for Green QA Rating. Yellow Red See Quality Assurance worksheet 8. DOCUMENTING PERFORMANCE The COTR shall maintain the Quality Assurance Worksheets in contract file and submit at end of the contract period to the Contracting Officer. These worksheets shall be submitted no later than 30 days after contract expiration. 9. FREQUENCY OF MEASUREMENT The COTR shall assess contract performance on a monthly basis using the Quality Assurance Worksheet. TaskIndicatorStandardAcceptable Quality LevelMethod of SurveillanceIncentive Training workshopsMeets learning objectives In accordance with specific learning objectives/ Professional guidelines 95%Direct observation N/A Phone consultationsMeets learning objectives In accordance with specific learning objectives/professional guidelines95%Direct observationN/A Developing and editing training materials Meets learning objectivesIn accordance with specific learning objectives95%Direct observationN/A Detailed work plan with deliverable dates Meets VA WHSD requirements In accordance with stated work requirements 95%Direct observationN/A
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24111RQ0077/listing.html)
 
Record
SN02334665-W 20101201/101129234056-95bafc5f6a5f8c2fd44cfb813c6cb816 (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.