The RFP Database
New business relationships start here

VISN 17 Joint Commission Readiness Tiered Evaluations


Texas, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C25719Q0470
Posted Date:
March 25, 2019
Original Response Date:
April 3, 2019
Current Response Date:
April 3, 2019
Product or Service Code:
R Support Professional: Program Evaluation/Review/Development
Set Aside (SDVOSB/VOSB):
SDVOSB
NAICS Code:
541611

SOLICITATION NOTICE OF TIERED EVALUATIONS

This procurement is set-aside based on an order of priority as established in 38 U.S.C. 8127.

TIERED EVALUATIONS INCLUDING SMALL BUSINESS CONCERNS: This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a tiered evaluation for VOSB concerns, or in the alternative, a set-aside for other small business concerns with HUBZone small business concerns and 8(a) participants having priority. If award cannot be made, the solicitation will be cancelled and the requirement resolicited.
Contracting Office Address
Network Contracting Activity NCO 17
124 E. Hwy 67
Duncanville, Texas 75137

Introduction: A Firm Fixed Price award will be made to the lowest priced quote which conforms to the requirements within this solicitation and represents the best price to the Government.
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and 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 document will not be issued.

This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101.

The associated North American Industrial Classification System (NAICS) code for this procurement is 541611 with a small business size standard of $15.0M. This solicitation is 100% set-aside for SDVOSB concerns. In accordance with VAAR 819.7003 and VAAR 852.219-10 in order to be eligible for award, all offerors must be registered and verified in the VIP database and small for the applicable NAICS code at the time of quote submission and at the time of award.

Network Contracting Office 17 is seeking to purchase Joint Commission Readiness services for VISN 17.

All interested companies shall provide a quotation for the following:

Services
STATEMENT OF WORK

1.0 GENERAL INFORMATION: This is a non-personnel services contract to provide Survey Readiness to all facilities within the VISN 17 Heart of Texas HealthCare System. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.

Description of Services/Introduction: Perform Survey Readiness Service as defined in this Statement of Work (SOW) except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract.
1.2 Background: An Accreditation Readiness (AR) review for Joint Commission (TJC) survey and Long Term Care Institute (LTCI) Review will be conducted at each VISN facility to assist in the continuous readiness for unannounced TJC surveys and LTCI reviews. These visits can occur any time after the previous survey. The AR review process will focus on the National Patient Safety Goals, challenging standards, frequently cited requirements for improvement, survey process, human resource readiness, Life Safety, and system and individual tracer methodology. The LTCI Readiness consultation will be based on transformation of the culture of care and will be based on federal tags (F tags) for determination of severity and scope.

1.3 Objectives:
Joint Commission Standards Compliance including Environment of Care and Life Safety standards
Enhance staff accreditation survey process knowledge
Increase patient safety
1.4 Scope: The purpose of this procurement action is to acquire survey readiness services also known as continuous standards compliance. The Department of Veterans Affairs (VA) health care facilities have been accredited by The Joint Commission (TJC) for over 35 years. The accreditation process is a complex system of related and interdependent activities which enable the VA to maintain a constant state of regulatory readiness and maintain a safe health care environment. These services shall support VISN 17 and its facilities to enable a Continuous Survey Readiness (CSR) program to achieve and continue compliance with The Joint Commission (TJC) standards including but not limited to compliance with TJC Program, Environment of Care, Life Safety, and/or Emergency Management standards.

1.5 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this SOW. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor s quality control program shall be the means by which it assures that their work complies with the requirement of the contract. A Quality Control Plan (QCP) shall be delivered within 30 days after contract award. Three copies of a comprehensive written QCP shall be submitted to the CO and COR within 5 working days when changes are made thereafter. After acceptance of the QCP the contractor shall receive the contracting officer s acceptance in writing of any proposed change to his quality control program.

1.6 Quality Assurance: The government will evaluate the contractor s performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s).
1.7 Recognized Federal Holidays: The contractor shall not be required to perform services on national holidays.
New Year s Day Labor Day
Martin Luther King Jr. s Birthday Columbus Day
President s Day Veteran s Day
Memorial Day Thanksgiving Day
Independence Day Christmas Day

Any other day deemed to be a national holiday by the President of the United States.

1.8 Hours of Operation: The contractor shall be responsible for conducting business, between the hours of 7:00AM and 5:00PM Monday thru Friday except federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must maintain an adequate workforce for the uninterrupted performance of all tasks defined within this SOW when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential.
1.9 Place of Performance: The work to be performed under this contract shall be performed at Veterans Health Administration sites of care within the VA Heart of Texas Healthcare Network (VISN 17).
Place of Performance - Locations:

Amarillo VA Health Care System
6010 Amarillo Blvd West
Amarillo, TX 79106

West Texas VA Health Care System
300 Veterans Blvd
Big Spring, TX 79720

VA North Texas Health Care System
4500 S. Lancaster Rd.
Dallas, TX 75216

South Texas Veterans Health Care System
7400 Merton Minter

Central Texas Veterans Health Care System
1901 Veterans Memorial Drive
Temple, TX 76504

VA Texas Valley Coastal Bend Health Care System
2601 Veterans Drive
Harlingen, TX 78550

El Paso VA Health Care System
5001 N. Piedras
El Paso, TX 79930

San Antonio, TX 78229

1.10 Type of Contract: The government will award a firm fixed price contract.

1.11 Security Requirements: The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. The position sensitivity for this effort has been designated as LOW.
1.12 Physical Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor s use.

1.13 Operating Constraints: The contractor shall have a Business Associate Agreement (BAA) and safeguard Personal Health Information (PHI) agreements. The Contractor staff shall complete VA privacy training annually. The Contractor shall have no access to the VA computer network.

1.14 Confidentiality of Data and Privacy Act: Any information systems involved with this contract are classified as systems of records subject to the Privacy Act of 1974 (Public Law 93-579) and all applicable Health Insurance Portability and Accountability Act (HIPAA) regulations.
The contractor may, during performance, observe or handle information subject to the Privacy Act or other Federal regulations. Duplication or disclosure of data and other information to which the contractor will or may have access because of this contract is prohibited by law. It is understood that throughout the performance of the contract, the contractor may have access to confidential data that is either the sole property of VA or is the sole property of other than the contracting parties. The contractor hereby agrees to maintain the confidentiality of all such data to which access may be gained throughout contract performance, whether title thereto vests in VA or otherwise. The contractor hereby agrees not to disclose said data, any interpretation thereof, or data derivative thereto unauthorized parties in contravention of the provisions, without the written approval of the CO, or the party in which the title is wholly vested. Also, FAR 52.224-1 Privacy Act Notification and FAR 52.224-2, Privacy Act, as stated in Section I, Contract Clauses, apply to this contract. All contract personnel performing on this contract shall be required to sign a Certificate of Confidentiality and Non-Disclosure prior to commencing work. The Certificate will be provided and maintained by the COR and added to the contract file.
1.15 Post Award Conference/Periodic Progress Meetings: The Contractor shall agree to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor shall apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government.
1.16 Contracting Officer Representative (COR): The (COR) will be identified by separate letter of delegation provided by the Contracting Officer (CO). The COR will monitor all technical aspects of the contract and assist in contract administration. The COR is not authorized to change any of the terms and conditions of the resulting contract.

1.17 Data Rights: The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights.

2.0 GOVERNMENT FURNISHED ITEMS AND SERVICES:
2.1. Materials: The Government will provide Joint Commission Standards policies and results of previous survey reports.

3.0 CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES:
3.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this SOW.

4.0 SPECIFIC TASKS:
1. Conduct an Accreditation Readiness (AR) TJC and LTCI Review at each of the seven (7) VISN facilities. Each facility will be allowed 1 consultative visit (up to 5 consecutive days) for their accreditation readiness review.
2. Each consulting team must consist of comparable team credentials as a TJC team to include a physician consultant, a nurse consultant and/or an administrative/life safety consultant. The consultants will address Hospital, CLC, Behavioral Health, Home Care, and applicable Ambulatory Care Standards and the programs under which these standards are surveyed.
3. Dates of the reviews are negotiated with the Quality Manager and Accreditation Coordinator at each facility in consultation with the VISN QMO. After all reviews are completed, the consultants will schedule an exit conference with the VISN Network Director, VISN QMO and other leadership staff to discuss findings and trends.
4. Consultants will use the most recent edition of Joint Commission Standards published in the Comprehensive Accreditation Manual for Hospitals: The Official Handbook (CAMH), and other appropriate standards for Nursing and Rehabilitation Centers, Ambulatory Care, Home Care and Behavioral Health. TJC standards can be found at www.jointcommission.org.
5. Each facility will supply the consultants with accurate information describing the scope of services provided. The facility will provide access to those staff members who would normally be involved in a Joint Commission Survey and LTCI visit to allow adequate assessment of standards compliance.
6. The organizational reviews will be coordinated with the local Quality Management or Accreditation staff at each site. It may be necessary for individual consultants to conduct their reviews separately, based on availability, but in all cases each component of the reviews will be completed prior to the end of the performance period. Each accreditation readiness review may include, but not be limited to; an opening conference, training, tracer activities, a Leadership Conference, an exit briefing and/or standards based verbal or written report.
7. The consultants shall possess the appropriate qualifications of surveyor and consultant experience to include RN, MD, or Admin/life Safety Specialist with previous experience serving as TJC surveyors and credentials for conducting the surveys. They shall have surveyor and consultant experience and be knowledgeable of the unique challenges faced by VA Medical Centers. Consultant expertise in Hospital, Behavioral Health, Home Care, Life Safety and Ambulatory Care is required. Previous VA experience is preferred. The expectation is that the same Contractor shall survey all VISN facilities. No substitution in surveyors will be permitted without first consulting with the VA contracting officer. If Contractor performance is less than satisfactory, the VA reserves the right to request a substitute Contractor at no additional cost to the VA.
5.0 Deliverables/Reporting Requirements
The contractor shall submit reports to the COR or the Contracting Officer as requested for use in monitoring contractor performance. The complete lists of deliverables are provided below and shall be submitted in accordance with requirement. As a result of submissions additional information and/or clarification may be required and shall be provided upon request. All Tasks and Deliverables will be prioritized by the COR. Deliverable dates may be adjusted by mutual agreement.

As part of the contract the contractor shall provide:
a. Mock TJC surveys shall be conducted at each of the VISN 17 facilities during the contract period. The surveys shall include the development of a survey agenda, and a review of the TJC Program Manuals, TJC most challenging standards, TJC announced areas of focus, the seven (7) Management Plans, performance improvement activities, annual evaluations, Statement of Conditions, and other pertinent documents. The contractor shall coordinate the survey schedule with the Contracting Officer Representative (COR). The contractor shall assess the documentation covering items including, but not limited to, care delivery, fire safety, medical equipment, and utility systems. A review of related Environment of Care documentation from each facility s Community Based Outpatient Clinic (CBOC) shall also be required.
(1) The contractor shall provide Contractor for 35 days of onsite consultation time (5 days X 7 facilities = 35 days) for the mock TJC surveys. (Actual dates to be mutually determined by contractor and each facilities Quality Manager.
(2) A brief needs assessment shall be conducted with each facility prior to the surveys to determine focus areas to include. This may include a review of hospital policies/procedures, staff training, performance improvement activities and goals, discussions with department heads, the building maintenance program, or any other area of weakness identified by the facility.
(3) The Contractor shall conduct a building tour, which will include visits to patient care settings and other areas likely to be visited by TJC. The Contractor shall provide consultation on the best methods to achieve the standards, and propose solutions to identified problems or issues.
(4) The Contractor shall conduct one or more informal on-site educational session(s) as needed, during scheduled survey dates, addressing shortcomings identified during the document review or building tour, or a general overview session for interested staff. These sessions shall be tailored to address the specific needs at each facility, and the background of those attending.
(5) The Contractor shall submit a written report by TJC standard within fifteen (15) working days after each site visit. The report shall cite the specific standard of noncompliance, a narrative assessment of noncompliance and specific recommendations for compliance. Any findings that may result in a finding of noncompliance must be clearly identified in the report, along with a recommendation on how best to resolve it. Findings of noncompliance and partial compliance shall be identified in the report. The report shall be submitted in an electronic format in Microsoft Word simultaneously to the Medical Center Director, and the VISN 17 Quality Management team.
(6) The contractor shall provide an aggregated VISN wide written report for VISN 17 Leadership at the time of the VISN summation session. The summary report shall include: facility findings, recommendations by facility, general strengths and weaknesses by facility, trends across the VISN and general and site-specific recommendations.
(7) The Contractor shall conduct a two-hour summation conference with VISN 17 Leadership at the VISN 17 Network Office, Arlington, Texas at the conclusion of all surveys to discuss findings and trends.
3. The contractor shall provide deliverables as follows:
a. Mock TJC surveys at each of the seven (7) VISN 17 facilities and any CBOCs selected by the parent facility.
b. An electronic and hardcopy in a bound format (3-ring binder is acceptable), written report of findings provided to the facility within fifteen (15) working days of the survey citing the specific standard of noncompliance. Report shall be in Microsoft Word format submitted simultaneously to the Medical Center Director and VISN 17 Quality Management team.
c. An electronic and hardcopy in a bound format (3-ring binder is acceptable), aggregated VISN wide written report of findings provided to VISN prior to summation conference to include facility findings, recommendations by facility, general strengths and weaknesses by facility, trends across the VISN and general and site- specific recommendations. Reports shall be in Microsoft Work format submitted simultaneously to the VISN 17 Network Director and VISN 17 Quality Management team.
d. A two (2) hour summation presentation with VISN leadership at the VISN Office in Arlington, Texas upon completion of surveys
4. All surveys shall be coordinated with the VISN 17 Quality Management team who will be designated as the Contracting Officer s Representative (COR) for this contract.
a. Schedules for all contract services will be approved/finalized as soon as possible after contract award with a minimum of a two-week lead time from approval to scheduled task.
b. All contract services shall be completed within 180 days from award.
c. Each facility survey shall be completed on consecutive days in one week and not be continued over a weekend. No contract services shall be provided on weekends or federal holidays.

6.0 APPLICABLE PUBLICATIONS:
In the performance of the tasks associated with this SOW, the Contractor shall comply with:
All applicable Health Insurance Portability and Accountability Act (HIPAA) Regulations
FAR 52.224-1 Privacy Act Notification and FAR 52.224-2, Privacy Act
BACKGROUND INVESTIGATION: The contractor will be required to complete a background investigation through Human Resources Management Service.

The Notice of Award letter shall instruct the successful offeror how to obtain the VHA Service Center (VSC) Security Request Packet, which contains all the forms that the contractor must fill out.B The VSC enters the request in the VA Security and Investigation Center (SIC) database.B Once the VA SIC processes the request, the contractor POC, contract employee, CO, COR and VSC receive an e-mail with instructions for completing the Electronic Questionnaire for Investigations Processing (e-QIP).B The contract employee must complete the e-QIP within five (5) business days of receiving the e-mail from the VA SIC.B If the e-QIP is not completed within the required timeframe, the CO shall notify the contractor that the individual is prohibited from working on the contract (or delivery/task order) until the e-QIP is completed.B Each contract employee working on this contract must also be fingerprinted as part of the BI.B Once a contract employee has submitted the required paperwork and has been fingerprinted, the VSC conducts the background screening.B The VSC may request an applicant to complete and send an OPM Optional Form 306, Declaration of Federal Employment, if issues are identified.B Upon completion of a background screening, the VSC will forward a Fingerprint Check - National Criminal History Check Completion Notice (NCHC) to the Contracting Officer, which will indicate a favorable or unfavorable screening decision for each contract employee listed on the form.B Notice to Proceed Letter:B Upon receipt of the NCHC notice from the VSC, and verification of a fully executed local or National Business Associate Agreement if required, the Contracting Officer shall send the contractor a Notice to Proceed letter with a copy of the NCHC notice, which will instruct those contract employees who have favorable screening decisions to begin working and fulfill remaining security requirements.B Failure to pass the Background Investigation and obtain Security Clearances shall be deemed a contractor performance issue, and if performance cannot start due to failed and/or unacceptable BI s, it shall further be deemed a contractor delay, and may result in termination for default of the contract if the contractor cannot perform services in a timely manner after award.B No costs will be paid to the contractor for contractor delays or for time the government takes to process Background Investigations.B For more information on this process see VA Directive and Handbook 0710, Personnel Suitability and Security Program.

CONTRACTOR TRAINING/INFORMATION SYSTEM

All VA training will be provided to the contractor at no cost and the contractor will not be able to charge the government for training time or travel/per diem associated with training.
Prior to being able to gain access to the VA information, the contractor must successfully complete TMS courses: VA Privacy and Information Security Awareness and Rules of Behavior, Annual Government Ethics Training and Privacy and HIPPA training.
Training must be successfully completed before each year of the contract and copies of the training certificates provided to the CO or COR
Other training may be required as determined by VA information officers.


ITEM No.
DESCRIPTION OF SUPPLIES/SERVICES
QTY

UNIT

UNIT PRICE

AMT

0001
35 days of onsite consultation time (5 days X 7 facilities = 35 days) for the mock TJC surveys IAW the SOW.
1
JB



GRAND TOTAL






The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2018)
52.204-7 System for Award Management (OCT 2018)
52.204-16 Commercial and Government Entity Code Reporting (JUL 2016)
52.216-1 Type of Contract (APR 1984)
852.209-70 Organizational Conflicts of Interest (JAN 2008)
852.270-1 Representatives of Contracting Officers (JAN 2008)
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (OCT 2018)


Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018)
addenda to FAR 52.212-4 attached
52.204-13 System for Award Management Maintenance (OCT 2018)
52.217-8 Option to Extend Services (NOV 1999)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
852.203-70 Commercial Advertising (MAY 2008)
852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION)
852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION)
852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION)

(a) This solicitation includes VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside, VAAR 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside and FAR 52.219-6, Notice of Total Small Business Set-Aside.
(b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6.B The Contractor is advised that in performing contract administration functions, the Contracting Officer 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.B 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.
(c) 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 Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.
(d) 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).B The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirement.

852.232-72 Electronic Submission of Payment Requests (NOV 2018)
852.237-70 Contractor Responsibilities (APR 1984)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2019)

The following subparagraphs of FAR 52.212-5 are applicable:
52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018)
52.204-14, Service Contract Reporting Requirements
52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011)
52.219-6, Notice of Total Small Business Set-Aside (NOV 2011)
52.219-13, Notice of Set-Aside of Orders (NOV 2011)
52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011)
52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013)
52.222-3, Convict Labor (JUNE 2003)
52.222-21, Prohibition of Segregated Facilities (APR 2015)
52.222-26, Equal Opportunity (SEPT 2016)
52.222-35, Equal Opportunity for Veterans (OCT 2015)
52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-37, Employment Reports on Veterans (FEB 2016)
52.222-50, Combating Trafficking in Persons (JAN 2019)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008)
52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018)
52.242-5, Payments to Small Business Subcontractors (JAN 2017)
52.222-41, Service Contract Labor Standards (AUG 2018)
52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014)
52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015)
52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017)


Wage and Determinations:
These services are subject to the Service Contract Labor Standards and the following Wage and Determinations are applicable:

Wage Determination No.: 2015-5227, Revision No.: 7
Wage Determination No.: 2015-5213, Revision No.: 7
Wage Determination No.: 2015-5269, Revision No.: 10
Wage Determination No.: 2015-5253, Revision No.: 7
Wage Determination No.: 2015-5237, Revision No.: 9
Wage Determination No.: 2015-5219, Revision No.: 8
Wage Determination No.: 2015-5229, Revision No.: 7

This is an open-market combined synopsis/solicitation for services as defined herein.B B The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes 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:"
Point of Contact
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer at Lynn.Pettit@va.gov. Questions in response to this solicitation are due no later than March 28, 2019 12:00PM CST. Reference Questions RFQ 36C257-19-Q-0470 on subject line of email.

Submission of offers/quotes shall be received not later than April 3, 2019 4:30PM CST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only e-mailed offers/quotes will be accepted. All offers/quotes shall be sent to Lynn.Pettit@va.gov. Reference RFQ 36C257-19-Q-0470 on subject line of email. In addition, if applicable upon submission of offers/quotes all offerors must also clearly identify how they will meet the requirements of 13 CFR 125.6 and provide documentation stating such.

Lynn Pettit

lynn.pettit@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP