Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
DOCUMENT

G -- Emergency Shelter Beds - Attachment

Notice Date
5/4/2012
 
Notice Type
Attachment
 
NAICS
624221 — Temporary Shelters
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive -Suite 600;Long Beach CA 90822
 
ZIP Code
90822
 
Solicitation Number
VA26212Q0709
 
Response Due
5/11/2012
 
Archive Date
6/10/2012
 
Point of Contact
Brian Van Orman
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION/STATEMENT OF WORK 1. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 2. The solicitation number is VA262-12-Q-0709 and is issued as a Request for Quote (RFQ). 3. This solicitation incorporates provisions and clauses as those in effect through Federal Acquisition Circular 2005-56. 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). 4. This solicitation is issued as full and open competition. The North American Industry Classification System (NAICS) code is 624221, and the size standard is $7 million dollars. 5. This requirement consists of one (1) line item: "To accommodate up twenty 20 emergency shelter beds a night for three months. 6. The following STATEMENT OF WORK is a detailed description of the requirements for this solicitation: a.This Request for Proposal is to enter into a Firm Fixed-Price Requirements Contract to provide twenty (20) shelter beds at the cost of $_______a night for dually diagnosed chronically homeless Veteran beneficiaries for the VA Greater Los Angeles Healthcare System as specified herein. All services shall be provided in accordance with the terms and conditions, and provisions of this solicitation for a period of 3 months from the date of award (May 7, 2012-August 7, 2012). The contractor shall provide all labor, supervision, supplies, materials as required in this solicitation and resulting contract. b.Services will be furnished to beneficiaries for whom such care is specifically authorized by the VA. The per diem rate established will be an all inclusive rate. Care will include, but not be limited to the following: "Supervised alcohol and drug free environment "Basic health and personal hygiene maintenance "Supportive Social Service "Monitoring of medications "Any other services or supplies normally provided without extra charge " c.It is agreed that the VA may readily have access to all medical records concerning the Veteran's care in the facility. Upon discharge or death of the patient, medical records on all VA beneficiaries will be retained by the facility for a period of at least three (3) years following termination of care at VA expense. d.In the event a beneficiary receiving facility care under this contract dies, the facility will promptly notify the VA office authorizing admission and immediately assemble, inventory, and safeguard the patient's personal effects. Any fund deposits and effects left by VA patients upon the premises of the facility shall be delivered by the facility to the person or persons entitled thereto under the laws currently governing the facility of making disposition of funds and effects left by patients, unless the beneficiary died without leaving a will, heirs, or next of kin capable of inheriting. When disposition has been made, the itemized inventory, with a notation as to the disposition of the funds and effects, will be immediately forwarded to the VA office. Should a deceased patient leave no will, heirs or next of kin, his/her personal property and funds, wherever located, vests in and becomes the property of the United States in trust. In these cases the facility will forward and inventory of any such property and funds in its possession to the appropriate VA office and hold them (except articles of clothing necessary for proper burial) under safeguard until instructions are received from the VA concerning disposition. e.It is agreed that the facility will notify the authorizing VA Medical Center immediately when a medical emergency requiring re-hospitalization of the Veteran occurs. f.It is understood that the beneficiary may be provided facility care at the expense of the VA for a period not in excess of that stated in the length of treatment contracted, unless an extension of the authorized treatment is provided in writing by the appropriate VA representative. g.The facility agrees to accept referral of and to provide all services specified in this contract, for the any person determined eligible by the Chief, Mental Health Care Line or his/her designee, regardless of the race, color, religion, sex, or national origin of the person for whom such services are ordered. In addition, the facility warrants that subcontracting will not be resorted to as means of circumventing this position. h.The facility agrees and warrants that it does not maintain nor provide dual or segregated patient facilities which are segregated on the basis of race, creed, color or national origin. The facility may neither require such segregated use by written or oral policies nor tolerate such use by local custom. The term "facilities" shall include, but not limited to, rooms, wards, sections, eating areas, drinking fountains, entrances, etc. It is agreed that the VA will have the right to inspection of the facility an all appurtenances by an authorized representative(s) designated by the VA, to determine whether acceptable standards are maintained and that adequate care is being rendered. i.VETERAN SERVICES: The Contractor shall provide the following for dual diagnosed chronically homeless Veterans: "A supervised alcohol and drug free environment, including active affiliation with Alcoholics Anonymous (AA) programs. The facility will be staffed on a 24 hour basis, and have at least one live-in staff member. "Room and board (breakfast and dinner). "Orientation group daily. "Introduction and participation in 12-Step philosophy. "Personal possessions will be checked for drugs, alcohol and weapons. "Random drug screenings will be administered to verify continued abstinence. "Medication monitoring. "Supportive services in conjunction with VA. " j.ACCREDITATION/ LICENSING: "Contractor's standards reflect the provision of residential, nutritional, limited health-related services, and social rehabilitation with support and guidance toward the goal of independent living. Since Federal Standards for such facilities are minimal and broadly defined, the facility must meet the following additional VA standards: 1.Contractor's facility conforms to the standards of the Life Safety Code, National Fire Protection Association (NFPA) #101. 2.Contractor's facility conforms to the fire and safety code imposed by the State law, which adequately protects residents in Halfway Houses (HWHs). 3.Contractor's facility meets all city, state and Federal requirements concerning licensing and health codes. 4.Contractor's facility must be under State or Federal authority. "The Contractor must be accredited by the California State Substance Abuse Prevention and Treatment Agency (SAPTA). "The Contractor must be accredited or meet the standards identified below: 1.The Commission on Accreditation of Rehabilitation Facilities (CARF); or 2.The Joint Commission 3. k.RECORDS AND REPORTS: An individual client record will be maintained on each Veteran admitted under this agreement. This should include sign in sheets whenever possible. "All essential identifying data relevant to the Veteran. "Data relating to the resident's admission. "Copies of any medical prescriptions issued by VA physicians, including orders, if any, for medications to be taken. "Periodic Reports will be provided to the VA (i.e. Fiscal Accountability) as required. "VA is to be notified of discharges within 24 hours of discharge. l.STAFFING: "Contractor must provide sufficient staff in number and position qualification to carry out the policies, responsibilities and programs of the facility. "At a minimum, there must be a full-time administrative staff member or his/her staff designee on duty at the premises or residing at the house and available for emergencies 24 hours a day, 7 days a week. "Program will be staffed with appropriate number of licensed healthcare professionals (LCSW, MFT, PhD, and RN) to provide for and meet standards. m.DIETETIC SERVICES: Patient dietary needs shall be met in accordance with sound medical practice and will include the following: "At least 2 nutritious meals (breakfast and dinner) or their equivalent shall be served daily at regular times with not more than a 14 hour span between evening meal and breakfast of the following day. "VA Greater Los Angeles has to approve of all content of meals that going to be provided to the Veterans. "There shall be evidence that food is prepared, served and stored under sanitary conditions. "Sanitary procedures shall be established and maintained for washing dishes, cleaning equipment and work areas, and for proper waste disposal. n.MEDICATIONS INCLUDING CONTROLLED SUBSTANCES: Medications, including controlled substances, shall be properly stored and controlled and proper issuance upon orders from physicians shall be provided for and recorded. o.FIRE, SAFETY AND SANITATION PRACTICES: Acceptable safety and sanitation practices shall be observed throughout the facility. The building shall conform to the standards of the Life Safety Code (National Fire Protection Association #101) in effect on the date of award of the contract. Contractor shall conduct annual fire and safety inspections. p.REFERRAL PROCESS: "The VA case manager/treatment team, in collaboration with the existing community homeless care task force workers, shall identify and refer all patients to the Contractor. Before referring any patient, the VA shall have provided the patient with a clinical assessment, with a physical exam and laboratory studies, and confirmation of chronic mental illness by a VA staff psychiatrist. "All patients will be capable of self-preservation, and in an emergency situation, will have sufficient capacity to follow a prescribed route of egress, and sufficient physical mobility to accomplish such egress. 7. INSURANCE REQUIREMENTS: Contractor shall be insured as outlined in the following Schedule of Insurance Coverage: a.INSURANCE COVERAGE: 1.Workers' Compensation and Employers' Liability Insurance. Contractor is required to comply with applicable Federal and State workers' compensation and occupational disease statues. Employers' liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. 2. General Liability. Contractor shall maintain bodily injury liability insurance coverage written on a comprehensive form of policy of at least $500,000 per occurrence. 3. Automobile Liability: Per vehicle used, not less than $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. b.EVIDENCE OF COVERAGE: Award of a contract cannot be made until the Contractor furnishes to the Contracting Officer, a certificate from his/her insurance company indicating that coverage outlined in the above schedule, has been obtained and that it may not be changed or canceled without written notice to the Contracting Officer. The furnishing of such evidence of insurance coverage may not be waived. See Clause 852.228-71 INDEMNIFICATION AND INSURANCE (JAN 2008). Offerors are encouraged to ensure they have the applicable insurance coverage and that it is current and up-to-date prior to submitting their offer. 8. PLACE AND PERIOD OF PERFORMANCE: Shelter Beds shall be provided to the Homeless Veterans of the VA Greater Los Angeles Healthcare System. Period of performance shall be on or about May 14, 2012 through August 13, 2012 or as determined by the Contracting Officer. 9.TYPE OF CONTRACT: A Firm- Fixed Price Contract will be issued. 10.PRICING: Contractor shall provide all costs into their pricing. 11.INSTRUCTIONS TO OFFERORS: 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation. 12.PROVISIONS/CLAUSES: 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; ii.52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; 52.217-8 Option to Extend Services 15 days notice, 52.217-9 Option to Extend the Term of the Contract, VAAR 852.203-70 Commercial Advertising, VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business, VAAR 852.237-70 Contractor Responsibilities, VAAR 852.246-70 Guarantee, VAAR 852.273-76 Electronic Invoice Submission. iii.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 (Oct 1995), 52.204-10 Reporting Executive Compensation & First-Tier Subcontracts Awards (Jul 2010), 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, 52.219-28 (Post Award Small Business Program Rerepresentation (April 2009), 52.222-3 Convict Labor (June 2003), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (March 2007), 52.222-35 Equal Opportunity for Veterans (Sept 2010), 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010), 52.222-37 Employment Reports on Veterans (Sept 2010), 52.222-41 Service Contract Act of 1965 (Nov 2007), 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) (Bus Driver $14.66), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.232-34 (Payment by Electronic Funds Transfer-Other than Central Contractor Registration. iv.The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. 13.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. Contractor shall submit the following items in its proposal(s): a)Schedule of Prices: list of cost (all costs included not limited to bed and meals) b)Complete copy of provision FAR 52.212-3, Offeror Representation and Certification- Commercial Items (JULY 2009). c)Company's DUNS number. d)Tax identification number e)Number of company employees. 1.DEADLINE: Offers are due on Friday, May 11, 2012, 1:00PM, Pacific Standard Time. Submit offers or any questions in writing to brian.vanorman@va.gov. SCHEDULE OF SERVICES and PRICE/COSTS May 14, 2012 through August 13, 2012 or as determined by the Contracting Officer Item DESCRIPTION QTY UNITUNIT PRICE TOTAL 1Accommodate up twenty 20 emergency shelter beds a night for 92 days or three months 3 MO $ $ TOTAL $
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26212Q0709/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-12-Q-0709 VA262-12-Q-0709_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=334980&FileName=VA262-12-Q-0709-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=334980&FileName=VA262-12-Q-0709-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA Los Angeles Healtcare Services;11301 Wilshire Blvd;Los Angeles, CA
Zip Code: 90073
 
Record
SN02739325-W 20120506/120504234816-cf652be7582df5ac286fb8678b332dcd (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.