Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2014 FBO #4733
MODIFICATION

R -- Chaplain Services

Notice Date
11/7/2014
 
Notice Type
Modification/Amendment
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24115Q0401
 
Response Due
11/14/2014
 
Archive Date
12/14/2014
 
Point of Contact
Darlene.Chase@va.gov
 
E-Mail Address
darlene.chase@va.gov
(darlene.chase@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: VA241-15-Q-0401 Notice Type: Combined Synopsis/Solicitation Amendment notification: Please note: the size standard is $7.5 million. Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services 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. Award will be made to the contractor who meets the specifications set forth in the Statement of Work (SOW). Past Performance will be evaluated based on relevance of the work described in the Statement of Work (SOW) and recent; work performed within the last three years. (ii) The solicitation number is VA241-15-Q-0401 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 2005-74, 01 Nov 2014. 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://acquisition.gov/far/ (FAR) and http://www.va.gov/OAL/library/vaar/index.asp (VAAR). (iv) This solicitation is issued as a 100% Small Business set-a-side. The North American Industry Classification System (NAICS) code is 813110, and the size standard is $7.5 million. This procurement will be awarded under Simplified Acquisition Procedures utilizing FAR 13.5 Test Program for Certain Commercial Items. A Firm Fixed Price award will be made in accordance with the tentative schedule described in the description section of this solicitation. (v) The VA Boston Healthcare System intends to negotiate and procure services for a Protestant Chaplain Service. The quantity of this requirement will consist in a base year following with four 1-year options as indicated in the below estimated schedule: A list of contract line items number(s), items quantities and units of measure are incorporated in the solicitation. ANNUAL CONTRACT FOR SERVICES RENDERED BY A PROTESTANT CHAPLAIN IN THE VA BOSTON HEALTHCARE SYSTEM ACCORDING TO THE TERMS OF THE SOW AS INDICATED BELOW: (vi) The following STATEMENT OF WORK is a detailed description of the requirements for this solicitation: Contractor shall provide pastoral care to all new patients admitted to the VA Boston Healthcare System -Brockton campus inpatient ward(s) within 24 hours. Contractor shall be responsible to visit all patients on the ward(s)of all Protestant denominations as well as those who fall in the categories of Buddhism, Muslim, Native American and those claiming No Preference. This assures that all patients regardless of sect or creed receive at least one visit from a VA Chaplain during their admission. Contractor shall at times work on a Sunday at which time he would provide a General Protestant Worship Service for patients at the regularly scheduled time at their respective duty station (on the wards/Chapel). Contractor shall work on a fulltime basis; two days a week or more as needed, when the fulltime Protestant Chaplain is unavailable. Contractor shall also be available to cover for the fulltime Protestant Chaplain when he is on Annual Leave or other types of leave on a fulltime basis. Contractor shall call back/respond to emergency requests outside of normal duty within 1 hour of emergency requests (no more than 3 instances) and contractor shall be compensated up to two hours pay a negotiated rate the negotiated rate; to be agreed upon between Contracting Officer and Contractor prior to work being done. At no time shall contractor proselytize to a patient or attempt to persuade or coerce a patient to lean toward a particular belief. Contractor shall be willing and able to work and interact with VA Chaplains in a pluralistic environment respecting their beliefs and practices. The C&A requirements do not apply and a security Accreditation Package is not required. Item Information ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESESTIMATED QUANTITYUNITUNIT PRICEAMOUNT 1 Annual contract for services rendered by a protestant chaplain in the VA Boston healthcare system according to the terms of the sow; including annual leave, sick leave, authorized absence, days off. Base year: 12/04/2014-12/03/2015150.00 SV 2Emergency call/back respond within 1 hour of emergency request and up to two hours at a negotiated rate to be agreed upon between the co and contractor prior to work being performed. Base year: 12/04/2014-12/03/20156.00SV 3Annual contract for services rendered by a protestant chaplain in the VA Boston healthcare system according to the terms of the sow; including annual leave, sick leave, authorized absence, days off. Option period 1 12/04/2015-12/03/2016150.00SV 4Emergency call/back respond within 1 hour of emergency request and up to two hours at a negotiated rate to be agreed upon between the co and contractor prior to work being performed. Option period 1 12/04/2015-12/03/2016 6.00SV 5 Annual contract for services rendered by a protestant chaplain in the VA Boston healthcare system according to the terms of the sow; including annual leave, sick leave, authorized absence, days off. Option period 2 12/04/2016-12/03/2017150.00 SV 6Emergency call/back respond within 1 hour of emergency request and up to two hours at a negotiated rate to be agreed upon between the co and contractor prior to work being performed. Option period 2 12/04/2016-12/03/2017 6.00SV 7 Annual contract for services rendered by a protestant chaplain in the VA Boston healthcare system according to the terms of the sow; including annual leave, sick leave, authorized absence, days off. Option period 3 12/04/2017-12/03/2018150.00 SV 8Emergency call/back respond within 1 hour of emergency request and up to two hours at a negotiated rate to be agreed upon between the co and contractor prior to work being performed. Option period 3 12/04/2017-12/03/20186.00SV 8 Annual contract for services rendered by a protestant chaplain in the VA Boston healthcare system according to the terms of the sow; including annual leave, sick leave, authorized absence, days off. Option period 4 12/04/2018-12/03/2019150.00 SV 9Emergency call/back respond within 1 hour of emergency request and up to two hours at a negotiated rate to be agreed upon between the co and contractor prior to work being performed. Option period 4 12/04/2018-12/03/20196.00SV Grand Total: IT CONTRACT SECURITY VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY (INCLUDED IN SOLICITATION) (vii) Place of Performance/Delivery is FOB Destination to Department of Veterans Affairs; VA Boston Healthcare System; 940 Belmont Street; Brockton, MA 02301. (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda: VAAR 52.233-2, 852.215-70, 852.233-70, 852.233-71, 852.270-1, 852.271-70, 52.216-1. (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: Price (Complete the following) : Standard Form 1449 (page 1), Solicitation/Contract/Order for Commercial Items, with blocks 12, 17, 26, 30a, 30b, and 30c completed by the quoter/offeror. Solicitation Section B.4, Supplies or Services and Prices/Costs, with quote/offerors proposed contract line item prices inserted in appropriate spaces. Solicitation Clauses "Offeror Representation and Certifications -Commercial Items", completed by offeror at (https://SAM.gov), or a Reps and Certs print out may be submitted. Past Performance: Provide (2) references of work similar in size and scope performed in the past 3 years with current contact information to include an active contact's name, e-mail, phone number, address, and organization to include a brief description of the work completed, and a contract # (if applicable). References will be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. References can be attached to Standard Form 1449 as specified above in Instruction to Offerors above. Past performance information may also be obtained from other sources available to the Government to include, but not limited to, PPIRS (past performance retrieval system) or other databases; interviews with Program Managers, and other Contracting Officers. Technical: Please provide proof of Chaplain Certification. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items: Solicitation Clauses "Offeror Representation and Certifications -Commercial Items", completed by offeror at (https://SAM.gov), or a Reps and Certs print out may be submitted. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; 52.203-17. 54, 204-4, 52,204-9, 52.217-8, 52.217-9, 52.224-1, 52.224-2, 52.232-40, VAAR 852.203-70, VAAR 852.215-71, VAAR 852.232-72, VAAR 852.237-70. (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, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.225-13, 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 NO LATER THAN Friday November 14, 2014 at 5 PM Eastern Standard Time (EST). Electronic offers only and will be accepted at Darlene.Chase@va.gov (xvii) Contact information Contracting Office Address: Department of Veterans Affairs VA Boston Healthcare System-Brockton Campus 940 Belmont Street Brockton, MA 02301 Place of Performance: VA Boston Healthcare System-Brockton Campus 940 Belmont Street Brockton, MA 02301 Primary Point of Contact: Darlene Chase Contracting Specialist Darlene.Chase@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24115Q0401/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;940 Belmont Street;Brockton, MA
Zip Code: 02301
 
Record
SN03569033-W 20141109/141107233806-9d165065dcb5a0247dabd8bddc747f1c (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.