The RFP Database
New business relationships start here

Women's Homeless Veteran Services.


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

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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.
(ii) The solicitation number is 36C24118Q0323 and the solicitation is issued as a request for quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95.
(iv) This requirement is being issued as a total small business set-aside. The associated NAICS code is 624221 Temporary Shelters and small business size standard is $27.5 million.
(v) The Government intends to award a firm-fixed priced award for 12 months (06/19/2018-06/18/2019) with four 12 month options. The Contractor shall provide all supervision, material, equipment, facilities and labor to provide emergency beds for Women homeless veterans in support of the Boston VA Medical Center. Please see the Performance Work Statement, Price Schedule and Evaluation below for full requirement details and pricing submission.
Item #
Description- Base Year
06/19/2018 06/18/2019

Qty
Unit
Price
Amount
0001
The contractor shall provide all labor, equipment; materials, transportation and supervision to provide Women Homeless Veteran Emergency Beds in accordance with the attached Performance Work Statement

12
MO


TOTAL of Base Year:

Item #
Description- Option Year One
06/19/2019 06/18/2020
Qty
Unit
Price
Amount
1002
The contractor shall provide all labor, equipment; materials, transportation and supervision to provide Women Homeless Veteran Emergency Beds in accordance with the attached Performance Work Statement

12
MO


TOTAL of Option Year One:


Item #
Description- Option Year Two
06/19/2020 06/18/2021
Qty
Unit
Price
Amount
1002
The contractor shall provide all labor, equipment; materials, transportation and supervision to provide Women Homeless Veteran Emergency Beds in accordance with the attached Performance Work Statement

12
MO


TOTAL of Option Year Two:

Item #
Description- Option Year Three
06/19/2021 06/18/2022
Qty
Unit
Price
Amount
1002
The contractor shall provide all labor, equipment; materials, transportation and supervision to provide Women Homeless Veteran Emergency Beds in accordance with the attached Performance Work Statement

12
MO


TOTAL of Option Year Three:


Item #
Description- Option Year Four
06/19/2022 06/18/2023
Qty
Unit
Price
Amount
1002
The contractor shall provide all labor, equipment; materials, transportation and supervision to provide Women Homeless Veteran Emergency Beds in accordance with the attached Performance Work Statement

12
MO


TOTAL of Option Year Four:
TOTAL VALUE TO INCLUDE ALL OPTION PERIODS:




(vi) The Contractor shall provide all supervision, material, equipment, facilities and labor to provide emergency beds for Woman homeless veterans in support of the Boston VA Medical Center. Please see the Performance Work Statement, Price Schedule and Evaluation below for full requirement details and pricing submission.
(vii) The Place of Performance shall be listed in the offerors quote and shall be subject to a government inspection at the discretion of the government. See attached inspection requirement. The period of performance shall be 12 months with four 12 month options.
(viii) Provision at 52.212-1, Instructions to Offerors Commercial (JAN 2017), applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-22 Alternative Line Item Proposal (JAN 2017); 52.209-7 Information Regarding Responsibility Matters (JUL 2013) ; 52.216-1 Type of Contract (APR 1984); 52.217-5 Evaluation of Options (JUL 1990); 52.233-2 Service of Protest (SEPT 2006); 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) (DEVIATION); 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008); 852.233-71; Alternate Protest Procedure (JAN 1998); 852.270-1 Representatives of Contracting Officers (JAN 2008);
(ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement.
Submission of Quotes:
(1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. We will not consider any quote that we receive after the deadline unless we receive it before we issue a purchase order; it is in the best interest of the Government and considering it will not delay our purchase.
(2) Quotes shall be submitted electronically via email to corey.labbe@va.gov.
(3) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. The Contractor shall include its company name, address, DUNS and Cage Code.
(4) Questions shall be submitted to the Contract Specialist in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 05/16/2018 at 12:00 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers.




(6) Evaluation Process:
Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process.
Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. After the evaluation of quotes, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing a purchase order. The Contracting Officer will not negotiate with any quoters other than those that represent the best value to the Government and will not use the formal source selection procedures described in FAR Part 15. The Contracting Officer may issue a purchase order to other than the lowest priced quoter.
The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:B

Price: The Vendor shall complete the Price Schedule with proposed contract line item prices inserted in appropriate spaces.
Past Performance: Provide (2) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information; brief description of the work completed, and contract # (if relevant).B Please utilize Attachment 3 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work.B The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources to include PPIRS.
Technical: The vendor s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Performance Work Statement in a timely efficient manner.B
Contractor shall demonstrate their corporate experience to meet all requirements stated in the Performance Work Statement s.
Management Approach: Provide a short, written plan that addresses quality control procedures that would be used on this contract. It should address the minimum requirements found in the statement of work and illustrate a god understanding of the work required.




Options: 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 offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). The Government will evaluate prices for the option under FAR 52.217-8B by using the last year s option prices to calculate the price for six months of effort, and adding that amount to the base and other option years to arrive at the total.

(x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. Unless exempted by the Contracting Officer, you must register in SAM before we will issue a purchase order to you. If you do not register by the date set by the Contracting Officer, the Contracting Officer might issue the order to a different quoter. Once registered, you must remain registered throughout performance until final payment. Go to https://www.acquisition.gov for information on SAM registration and annual confirmation.
(xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014); 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011); 52.228-5 Insurance-Work on a Government Installation (JAN 1997); 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 852.215-71 Evaluation Factor Commitments (DEC 2009); 852.203-70 Commercial Advertising (JAN 2008), 852.232-72 Electronic Submission of Payment Requests (NOV 2012); 852.237-70 Contractor Responsibilities (APR 1984).
SUPPLEMENTAL INSURANCE REQUIREMENTS
In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage 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.

52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days of contract expiration. (End of Clause)
52.217-9 --Option to Extend the Term of the Contract (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 Years.


Subcontracting Commitments - Monitoring and Compliance
This solicitation includes FAR 52.219-14 and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract 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 compliance with the subcontracting commitments.
(xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006); 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016); 52.204-14, Service Contract Reporting Requirements (OCT 2016); 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015); 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) ; 52.219-8, Utilization of Small Business Concerns (NOV 2016), 52.219-14 Limitations on Subcontracting (JAN 2017) ; 52.219-28 Post Award Small Business Program Representation (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); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); 52.222-50, Combating Trafficking in Persons (MAR 2015); 52.222-54, Employment Eligibility Verification (OCT 2015); 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016); 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 (JUL 2013); 52.242-5, Payments to Small Business Subcontractors (JAN 2017); 52.222-41, Service Contract Labor Standards (MAY 2014); 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014); 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (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); (xiii) All contract requirement(s) and/or terms and conditions are stated above.
(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement.
(xv) RFQ responses are due 05/23/2017 at 4:00 PM. RFQ responses must be submitted via email to: corey.labbe@va.gov. Hand deliveries will not be accepted. Submissions after the deadline may not be considered.
(xvi) The POC of this solicitation is Corey Labbe (corey.labbe@va.gov).



Performance Work Statement
Women Veterans Homelessness Program

I. Introduction:

Through HCHV, VA provides case management and outreach services to Veterans and facilitates their access to a broad range of medical, mental health, and rehabilitative services. HCHV s goal is to engage homeless Veterans in treatment and place them in a safe and secure environment that supports their rehabilitation goals.
Women Veterans Homelessness Program (WVHP), an essential and critical part of HCHV and VHA, is vital for providing a gateway to VA and community supportive services for eligible women Veterans who are homeless. WVHP for homeless women Veterans is a vital program focused on addressing the needs of the most vulnerable and at-risk homeless Veterans. Ensuring that Veterans can be placed in community-based programs which provide quality housing and services that meet the needs of this special population is a particular focus of WVHP.
WVHP s mission is to provide intensive case management and clinical services to homeless women Veterans, their children, women Veterans at risk for homelessness, and transgendered Veterans who identify as woman, in the metropolitan Boston, Massachusetts and surrounding areas. The growing numbers of homeless women Veterans with or without children poses a significant threat to women Veterans in Massachusetts. There are high rates of serious mental illness and substance abuse in this population and the homeless women Veterans need safe and secure shelter.
VA Boston Healthcare System is home to the Women s Stress Disorder Treatment Team, Women Veterans Transitional Residence, Women Veterans Health Center, and Women s Health Sciences Division of the National Center for PTSD. The programs are closely linked with the Women Veterans Homelessness Program (WVHP), which affords the opportunity of highly coordinated and comprehensive services for women in primary care, mental health, and substance abuse treatment services.
The goal is to remove homeless women Veterans from the street or places unfit for human habitation and place them in a safe and secure environment that supports their rehabilitation goals. The Contractor must have sufficient services to meet the needs of the women Veterans served.

II. Service Provision & Nature of Responsibilities
Provide access for up to 20 for Homeless Woman Veterans, including transgendered Veterans identifying as women, with services consistent with WVHOP objectives.
Provide a safe, supervised, clean and sober environment for women Veterans.
Provide a case manager to coordinate with WVHP Case Manager to provide coordinated Care. Veterans must complete VA Form 10-5345 (request for and Authorization to Release Health Information) upon enrollment to the facility.
Separate and secure sleeping arrangements for each gender (door locks, etc.)
Separate and secure sleeping arrangements for each gender (shower curtains, bathroom stall doors, etc.).
24 hours a day, 7 days per week supervision for women Veterans. Shall include at least one (1) woman staff member each overnight and weekend shift.
Common areas with appropriate security arrangements, and close circuit television monitoring of the hallways and Common areas.
Sexual harassment policy and written verification of staff education of the policy.
Comply with VHA confidentiality and HIPPA guidelines.
Safe and secure area for woman Veterans to store their psychiatric and non-psychiatric medications.
Mixed gender facilities that share entrance and common areas (living rooms, kitchen, dayroom, etc.) Must include onsite staffing available 24 hours a day. 7 days per week.
Sufficient personnel to assure security.
Staffing available 24 hours a day, 7 days per week.
Access to three (3) healthy meals per day; a healthy meal contains foods that give the Veterans nutrients to maintain their health.
Access to VA inpatient and outpatient programs.

III. Case Manager Qualifications
The Contractor Case Manager shall be trained in homeless advocacy and homeless case management and follow established HIPPA and confidentially guidelines for Veterans.
The Contractor Case Manager must have a basic understanding of Military Sexual Trauma (MST), Post-Traumatic Stress Disorder (PTSD), symptoms of Traumatic Brain Injury (TBI), and various mental health and substance abuse disorders commonly detected in woman s Veterans

WVHP Case Manager shall serve as the liaison between the Contractor Case Manager and VA services. WVHP Case Manager shall provide clinical support and consultation as required. WHVP Case Manager shall conduct quarterly team meetings with the Contractor case managers to review Veteran caseload and provide referrals and/or resources deemed necessary for the women Veterans. WVHP Case Manager shall be a Licensed Independent Clinical Social Worker (LICSW). VA Boston Healthcare System reserves the right to detail staff appropriate to the position. A Social Work Intern, under the supervision of the WVHP Case Manager, may also provide the aforementioned services.

IV. Emergency Plan.
The Contractor shall have an emergency plan for woman Veterans requiring medical and/or psychiatric treatment that aligns with VA procedural processes.
Special emphasis on the emergency plan must be noted in mixed gender facilities. Requirements to include, but not limited to:

Veterans Crisis Line at) 800) 273-8255.
Contractor shall call 911 in the event of medical or mental health emergency.
Contractor shall maintain documentation of the medical health emergency.
Contractor shall provide written notification of the medical or mental health emergency, with supporting documentation, to the WVHP Case Manager within 24 hours of emergency.

V. Place of Performance.

The Contractor shall be physically located in the metropolitan Boston area and within Norfolk County and/or Suffolk County, Massachusetts.

Corey Labbe
corey.labbe@va.gov

corey.labbe@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP