LIMITATIONS ON SUBCONTRACTING - Veterans Affairs



Attachment One (1) - Combined Synopsis Solicitation COMBINED SYNOPSIS/SOLICITATIONNorth Florida South Georgia Veteran Healthcare System (NFSGVHCS)Registered Nurse (RN) Case Management and Medical Support Assistant (MSA) ServicesGeneral InformationDocument Type: Combined Synopsis/SolicitationSolicitation Number:VA248-17-Q-0402Response Date/Time:05/11/2017- 4:30 P.M. Eastern Standard Time (EST)Classification Code:Q401 Medical - NursingSet Aside:100% Service Disabled Veteran Owned Small Business (SDVOSB)NAICS Code:621399 – Office of All Other Miscellaneous Health PractitionersContracting Office AddressDepartment of Veterans Affairs Network Contracting Office (NCO) 8 Medical Sharing Team, Rm. 11413800 Veterans WayOrlando, FL 32827DescriptionThis is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.603, Streamlined Solicitation for Commercial Items 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.This procurement is being conducted under Title 38 United States Code (U.S.C.) 8153, Health Care Resources (HCR) Sharing Authority, FAR Part 12 – Acquisition of Commercial Items in conjunction with FAR Part 13.5, Simplified Procedures for Certain Commercial Items.This is a Request for Quotations (RFQ). The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, January 13, 2017. The associated North American Industrial Classification System (NAICS) code for this procurement is 621399, Office of All Other Miscellaneous Health Practitioners, with a small business size standard of $7.5 Million. ServicesThe North Florida South Georgia Veterans Healthcare System (NFSGVHCS) requires contractual services to provide RN Case Management and Medical Support Assistants (MSA). The Contractor shall provide 8.5 full-time equivalent (FTE) RN Case Managers and 25 FTE MSA’s on-site in accordance with the specifications in the attached performance work statement (PWS) in support of eligible beneficiaries of the NFSGVHCS. The contractor shall be responsible for furnishing all necessary supervision and qualified personnel to provide the service. Place of Performance: Sun Center West, Suites 104 and 106, 235 South Main Street, Gainesville, FL 32601Commerce Building, 300 East University Avenue, Gainesville, FL 32601VA Compensation and Pension Clinic, 5415 SW 64th Street, Gainesville, FL 32608Royal Park, 3842 W. Newberry Rd. Suite 2F, Gainesville, FL 32607Award will be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria:(1) Technical Capability(2) Past Performance(2) PriceTechnical and past performance, when combined, are significantly more important than price.FACTOR 1: TECHNICAL AND MANAGEMENT APPROACHSub-Factor 1: Provide information on your company’s ability to perform the services as described in the PWS. Sub-Factor 2: Describe your ability to meet the requirements of consult management as described in the PWS. Quote shall include a description of the company’s internal Quality Assurance and Quality Control process to include addressing the following performance measures: Technical Compliance, Privacy, Confidentiality and Health Insurance Portability and Accountability Act (HIPPA) of 1996 as specified in the attached PWS. Quoter shall provide a copy of the company’s Staffing Plan.Sub-Factor 3: Provide an organizational chart, resumes of key personnel, and certifications and/or licenses required to perform the services. Provide a basic organizational chart for the personnel to address at a minimum the critical personnel Full-Time Equivalents (FTE) for the contract to accomplish the requirements. For these individuals, the quoter shall provide brief biographical data including the name of the individual, work and educational background and copies of all licenses, accreditations and/or certifications.RN Case Management Personnel must meet all of the following requirements. Documentation verifying current certifications must be provided with the quote:RN General with Education/LicenseState Board of Nursing License. Certifications must be within the last 24 monthsTwo (2) or Four (4) year DegreeValid Cardiopulmonary Resuscitation (CPR) LicenseValid Basic Life Support (BLS) LicenseOne (1) year full-time experience working as a RN in a Veterans Affairs (VA) or non-VA facilityMedical Support Assistants must meet the following requirements:Be qualified with appropriate computer and math skills (minimum high school level)Demonstrate critical thinking, problem solving and the ability to communicate effectively both orally and in writingHave office and/or college/university experienceBe able to perform data entry tasks with 99% accuracy and possess the ability to learn quickly, analyze and solve problems by using standard procedures, and verify statistical data for accuracy and completenessProposed Medical Support Assistants must have at least one (1) year of experience if the contractor’s employee only has office experience. If contractor’s employee has college/university experience, no experience is necessary FACTOR 2: PAST PERFOMANCEProvide three (3) references, for similar services provided within the last three (3) years of the quote. Include type of service, point of contact, company name, address, telephone number(s) and contract dates.The Government may contact references, other than those identified by the quoter, and use the information received to evaluate the quoter’s past performance. The information evaluated may include data on efforts performed by other divisions, critical subcontractors, or teaming partners, if such resources will be brought to bear or significantly influence the performance of the proposed effort. Special emphasis will be placed on performance related to areas covered in the PWS for this RFQ.Past performance evaluations will be conducted using the past performance questionnaire information obtained from the Contractor Performance Assessment Reporting System (CPARS) or Past Performance Information Retrieval System (PPIRS) and any other sources deemed appropriate. While the Government may elect to consider data obtained from other sources, as well as data on hand, the burden of providing current and complete past performance information rests with the quoter. The past performance information obtained will be used for both the responsibility determination and this evaluation factor. FACTOR 3: PRICEThe Government will review the price-cost schedule for completeness and accuracy and will evaluate the reasonableness of the proposed prices. Quoter shall submit pricing for all Contract Line Item Numbers (CLINS) to include the option period. Provide total pricing for the base and the option period, and total for entire quote. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a six (6) month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the option(s).”(End of Addendum to 52.212-2)The full text of FAR and Veterans Affairs Acquisition Regulation (VAAR) provisions or clauses may be accessed electronically at or following solicitation provisions apply to this acquisition:FAR 52.212-1, “Instructions to Offerors–Commercial Items” (JAN 2017) and the following addenda is provided.Addendum to 52.212-1 (c) – Period for acceptance of offers to change 30 calendar days from the date specified for receipt of offers to read 180 calendar days from the date specified for receipt of offers. The following provisions are included as addenda to FAR 52.212-1FAR 52.204-7, System for Award Management (OCT 2016)FAR 52.204-22, Alternative Line Item Proposal (JAN 2017)FAR 52.209-5, Representation by Corporation Regarding an Unpaid Tax Liability or a Felony Conviction Under Any Federal Law (Deviation) (MAR 2012)(a) In accordance with Division H, sections 8124 and 8125 of P.L. 112-74 and sections 738 and 739 of P.L. 112-55 none of the funds made available by either Act may be used to enter into a contract with any corporation that— (1) Has an unpaid federal tax liability, unless the agency has considered suspension or debarment of the corporation and the Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (2) Has a felony criminal violation under any Federal or State law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that—(1) The offeror does [ ] does not [ ] have any unpaid Federal tax liability that has been assessed and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.(2) The offeror, its officers or agents acting on its behalf have [ ] have not [ ] been convicted of a felony criminal violation under a Federal or State law within the preceding 24 months.FAR 52.209-7, Information Regarding Responsibility Matters (JUL 2013)Definitions. As used in this provision— "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means— (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules)."Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000.(c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction.(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in—(A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision.(2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence.(d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via (see 52.204-7).FAR 52.233-2, Service of Protest (SEPT 2006)VAAR 852.209-70, Organizational Conflicts of Interest (JAN 2008)VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (JAN 2008)VAAR 852.233-71, Alternate Protest Procedure (JAN 1998)VAAR 852.270-1, Representatives of Contracting Officers (JAN 2008)VAAR 852.271-70, Nondiscrimination in Services Provided to Beneficiaries (JAN 2008)FAR 52.212-3, “Offerors Representations and Certifications–Commercial Items” (JAN 2017)Quoters shall provide a copy of the quoter’s Representations and Certifications or a statement indicating that the offeror has completed them on-line at following contract clauses apply to this acquisition: FAR 52.212-4, “Contract Terms and Conditions–Commercial Items” (JAN 2017)The following clauses are included as addenda to FAR 52.212-4:FAR 52.525-2, Clauses Incorporated by Reference (FEB 1998)FAR 52.203-17, Contractor Employee Whistle Blower Rights and Requirement for Employees of Whistleblower Rights (APR 2014)FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011)FAR 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011)FAR 52.217-8, Option to Extend Services (NOV 1999)Fill-ins 6 months and 15 daysFAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000)Fill-ins 15 days, 30 days and five (5) yearsFAR 52.224-1, Privacy Act Notification (APR 1984)FAR 52.224-2, Privacy Act (APR 1984)FAR 52.227-14, Rights in Data-General (MAY 2014)FAR 52.227-17, Rights in Data-General (DEC 2007)FAR 52.228-5, Insurance-Work on a Government Installation (JAN 1997)Supplemental Insurance Requirements In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum covera7ge shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's 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. (b) General Liability: $500,000.00 per occurrences.(c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage.FAR 52.232-18, Availability of Funds (APR 1984)FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)VAAR 852.203-70, Commercial Advertising (JAN 2008)VAAR 852.203-71, Display of Department of Veterans Affairs Hotline Poster (DEC 1992)VAAR 852.219-10, VA Notice of Total Service Disabled Veteran Owned Small Business Set-Aside (JUL 2016) (DEVIATION)VAAR 852.232-72, Electronic Submission of Payment Request (NOV 2012)VAAR 852.237-7, Indemnification and Medical Liability Insurance (JAN 2008)Fill-Ins $1,000,000.00 Per Occurrence, $3,000,000.00 Million Per AggregateVAAR 852.237-70, Contractor Responsibilities (APR 1984)Fill-Ins FloridaFAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2017)The following subparagraphs of FAR 52.212-5 are applicable:Subparagraph (b)(1), (b)(4), (b)(6), (b)(8), (b)(9), (b)(16), (b)(22), (b)(25), (b)(27), b(28), b(29), b(30), b(31), b(32), b(33), (b)(36), b(44), (b)(47), (b)(57), (b)(60), (c)(2), (c)(3), (c)(8), and (c)(10)Fill-Ins for ( c ) (3)Employee Class Monetary Wage-Fringe BenefitsMedical Support Assistant, GS-0679-05, $32,739.20Registered Nurse Care Coordinator – VN-0610-00/00, $45,982.00LIMITATIONS ON SUBCONTRACTING – MONITORING AND COMPLIANCE: This solicitation includes Veterans Affairs Acquisition Regulation (VAAR) 852.219.10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an “Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement” to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.All quoters shall submit the following: Quotation package shall reference solicitation number VA248-17-Q-0402, be signed by an authorized company representative and include the following:Technical QuotePast PerformanceCompleted Price-Cost ScheduleQuality Assurance Surveillance PlanContractor Rules of BehaviorContractor CertificationOrganizational Conflicts of InterestCompleted copy of FAR 52.209-5, Representation by Corporation Regarding an Unpaid Tax Liability or a Felony Conviction Under Any Federal Law (Deviation) (MAR 2012)Completed copy of FAR 52.209-7, Information Regarding Responsibility Matters (JUL 2013)Completed Copy of FAR 52.212-3, Offerors Representations and Certifications–Commercial Items (JAN 2017), or certify on-line completionThe CO can be contacted at 407-646-4061. However, all questions shall be submitted in writing no later than April 27, 2017 at 4:30 PM Eastern Standard Time (EST). Questions shall be submitted via email to Shaundrica M. Close, Contracting Officer at the following email address: Shaundrica.Close@. Answers to questions will be addressed via an amendment to the solicitation and will be posted to Contractors must be verified in the Vendor Information Pages and in system for award management (SAM) under the applicable NAICS prior to contract award. The applicable NAICS shall be identified in the quoters Online Representations and Certifications Application (ORCA) prior to contract award. This is an open-market combined synopsis/solicitation for RN Case Management and MSA services as defined herein.??The government intends to award a Firm-Fixed price contract, with a one (1) year base and one (1) year option as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quoters must include a statement regarding the terms and conditions herein as follows:"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."OR"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"Quoter shall list exception(s) and rationale for the exception(s).Quotes shall be submitted electronically via email to the CO identified above. It is the responsibility of the quoter to follow up to ensure that the quote was received no later than the due time of the RFQ. All quotes shall be received by Network Contracting Office 8 at the email address listed above no later than May 11, 2017 at 4:30 PM EST. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download