The RFP Database
New business relationships start here

629-20-1-081-0003, Yoga/Tai Chi


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

Page 1 of
Page 26 of 74
Page 1 of

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C25619Q1282
Posted Date:
8/14/19
Response Date:
8/26/19 at 3:00P.M. Central
Product or Service Code:
UO99
Set Aside:
SDVOSB
NAICS Code:
611699
Contracting Office Address
1515 Poydras Street
Suite 1100
New Orleans, LA 70112
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; Quotations 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 611699, with a small business size standard of 11 million.
The combined synopsis solicitation is 100% Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside. Note, Interested SDVOSB Offerors must be listed and registered in Vetbiz.gov to be considered for Award.
The Southeast Louisiana Veterans Healthcare System is seeking to purchase Yoga and Tai Chi Services utilizing a Firm-Fixed Price Contract.
All interested companies shall provide a quotation for the following:
Services
YOGA THERAPY FOR POST TRAUMATIC STRESS DISORDER (PTSD) PATIENTS AT SOUTHEAST LOUISIANA VETERANS HEALTHCARE SYSTEM (SLVHCS)
Part 1

1. GENERAL: This is a non-personnel services contract to provide Yoga and Tai Chi therapy for mental health veterans under PTSD treatment as well as other mental health disorders for the SLVHCS, New Orleans, LA. 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.

1.1. DESCRIPTION OF SERVICES/INTRODUCTION: Contractor will provide quality Yoga and Tai Chi therapy sessions in New Orleans, Hammond, Slidell, Baton Rouge, Houma, and St. John Parish for VA staff and veterans residing in or near those communities. All therapy sessions will be one hour in duration. This will consist of approximately 510 yoga classes, 54 tai chi classes, and 22 Therapeutic Workshops. A minimum of three classes per week will be offered at each location.

1.1.1. The contractor will be responsible for providing the facility in New Orleans for therapy sessions and coordination with clinic managers at each respective CBOC to schedule time and location for each class. The Contractor shall provide therapy sessions per the agreed upon schedule will the Program Manager and notify of any schedule changes within 72 hours. Additionally, the contractor will ensure staff is insured when performing duties at any SLVHCS location. The contractor will provide patient satisfaction survey

1.1.2. The Contractor shall provide Yoga and Tai Chi Therapy sessions to veterans who are referred by the Post Traumatic Stress Disorder, Program Manager or designated representative with the Department of veteran Affairs, SLVHCS, 2400 Canal Street, New Orleans, LA 70112.







PRICE/COST SCHEDULE
Base Year:
Class
Qty
Cost per class
Total
Yoga Therapy Sessions
510
235

Tai Chi Therapy Sessions
54
235

Mind-Body Workshops
22
275

Base Year Cost




Option Year 1:
Class
Qty
Cost per class
Total
Yoga Therapy Sessions
510
235

Tai Chi Therapy Sessions
54
235

Mind-Body Workshops
22
275

Base Year Cost




Option Year 2:
Class
Qty
Cost per class
Total
Yoga Therapy Sessions
510
235

Tai Chi Therapy Sessions
54
235

Mind-Body Workshops
22
275

Base Year Cost





Option Year 3:
Class
Qty
Cost per class
Total
Yoga Therapy Sessions
510
235

Tai Chi Therapy Sessions
54
235

Mind-Body Workshops
22
275

Base Year Cost




TOTAL (BASE PLUS 3 OPTIONS) $

1.1.3. BACKGROUND: The contractor will provide therapy to all patients identified by the PTSD Team Leader or designated representative. Contractor will screen all veterans and employees attending therapy sessions. Attendees will be required to provide proper identification i.e. driver s license, VA ID, or passport. Teachers will document class attendance and will submit roster monthly to the Team Leader, Post-Traumatic Stress Disorder Department within the Mental Health Service at SLVHCS.
1.1.4. All teachers will be screened to assure certification in yoga, tai chi, and mental health experience working with clients who have experienced trauma is preferred. Tai chi teachers who are not certified but have qualifying experience can work under the supervision of a certified tai chi instructor.
1.1.5. OBJECTIVES: The purpose of this contract is to provide care Yoga and Tai Chi therapy sessions will be held in a well cooled and lit space conducive to a wellness environment. All necessary requirements will be provided by the contractor excluding mats and towels. SLVHCS will provide space and information technology interfaces at each location; however, the contractor will be responsible for not only assisting with coordination of space but provide any instructional material and visual aids to successfully provide the therapy. The contractor will be responsible for all expenses incurred by instructors such as transportation cost and/or daily per-diem during each class session.
1.1.6. SCOPE: The overall scope is to procure continual comprehensive therapeutic treatment using Yoga and Tai Chi therapy for mental health veterans. This treatment has shown remarkable improved to our patients suffering from Post-Traumatic Stress Disorder (PTSD), anxiety disorders, chronic pain, Substance induced disorders, Schizophrenia and Other Psychotic Disorders. Through contract agreement, the expectation is to have therapy available to our veterans concurrently at six Community Base Outpatient Clinic (CBOC) locations. Lastly, the SLVHCS places a high priority to ensure clinical accessibility and availability for our patients.
1.2. PERSONEL
1.2.1. CONTRACT MANAGER: The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate (s) who shall act for the contractor when the manager is absent shall be designated in writing to the Contracting Officer. The contractor will employ sufficient personnel to carry out the policies, responsibilities, and the program for the facility. There must be, as a minimum, at least one administrative staff member, or designee of equivalent professional capability, on duty on the premises or residing at the house and available for emergencies 24 hours a day, 7 days a week.
1.2.1.1 All teachers will be screened to assure certification in yoga, tai chi, and mental health experience working with clients who have experienced trauma is preferred. Tai chi teachers who are not certified but have qualifying experience can work under the supervision of a certified tai chi instructor.
1.2.2. AUTHORITY: The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract.
1.2.3. AVAILABILITY: The contract manager or alternate shall be available within 3 hours to meet on the installation with government personnel designated by the Contracting Officer to discuss problem areas any time the work is performed at the selected location.

1.2.4. EMPLOYEES: Contractor personnel will present a neat appearance and be easily recognized. This may be accomplished by wearing distinctive clothing bearing the name of the company or by wearing appropriate badges which contain the company name and employee name. All employees and representatives of the Contractor must be fluent enough in the English language to read and understand chemical labels/signs and to converse intelligibly with the COR. All contract personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by Contractors are suitably marked as Contractor products or that Contractor participation is appropriately disclosed.
1.2.5. KEY PERSONNEL: The Contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the Contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 7:30 a.m. to 4:00p.m., Monday thru Friday except Federal holidays or when the Government is closed for administrative reasons.
1.2.6. The contractor must identify each person functioning as "Key Personnel" under this contract and provide to the VA a description of the services to be provided by such person, together with a resume summarizing that person's relevant skills and experience.
1.2.7. During the first ninety (90) calendar days of contract performance, the Contractor shall make NO substitutions of key personnel unless the substitution is necessitated by illness, death, or termination of employment. Within 14 days after substitutions necessitated by situations described above, the Contractor shall provide resumes for the substitute key personnel. For substitutions proposed by the Contractor after the initial 90 calendar day period, the Contractor shall provide resumes for the substitute personnel, together with any other additional information requested by the Contracting Officer, at least 15 days before the substitution is to occur. The Contracting Officer shall notify the Contractor within fifteen (15) calendar days after receipt of all required information if the VA refuses to accept the substitute key personnel. The VA reserves the right to refuse or revoke acceptance of key personnel if personal or professional conduct, or lack of required skills or experience, jeopardizes patient care or interferes with the regular and ordinary operation of the facility. Temporary substitutions of key personnel shall be permitted in accordance with the Contractor's contingency plan.
1.2.8. SPECIAL QUALIFICATIONS: The Contractor shall assign to this contract personnel that by education and training (and, when required, certification or licensure) are qualified to provide the Basic Services and Supplemental Services required by this Performance Work Statement (PWS). All contract s therapists will be screened to assure certification in yoga, tai chi, and mental health experience working with clients who have experienced trauma is preferred. Tai chi teachers who are not certified but have qualifying experience can work under the supervision of a certified tai chi instructor.
1.2.9. POST AWARD CONFERENCE/PERIODIC PROGRESS MEETINGS: The Contractor shall 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 will 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.
1.2.10. PHYSICAL SECURITY: The Contractor shall be responsible for safeguarding all Government equipment, information and property provided for Contractor use. VA does not provide parking spaces at the work site; the Contractor must obtain parking at the work site if needed.B It is the responsibility of the Contractor to park in the appropriate designated parking areas.B VA will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside/outside any building other than the designated smoking areas. Possession of weapons is prohibited.

The Contractor shall obtain all necessary licenses and/or permits required to perform the work, with the exception of software licenses that need to be procured from a Contractor or vendor in accordance with the requirements document.B The Contractor shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract.
1.3. QUALITY CONTROL
1.3.1. ESTABLISH AND MAINTAIN: The Contractor shall develop and maintain an effective quality control program (QCP) to ensure services are performed in accordance with this PWS. The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The Contractor s quality control program is the means by which he assures himself that his work complies with the requirement of the contract. The QCP will be delivered within 30 days after contract award or with the Contractors proposal if it is an evaluation factor, three copies of a comprehensive written QCP shall be submitted to the Program Manager and COR within 5 working days when changes are made thereafter. After acceptance of the quality control plan the Contractor shall receive the contracting officer s acceptance in writing of any proposed change to his QC system.
1.3.1.1. CONTENT: The plan shall comply with the requirements of FAR 52.246.4, Inspection of Services Fixed Price, which is incorporated in the clause section C-3 of the contract. The Quality Control Plan shall be specifically tailored to the tasks of this PWS. The contractor shall list how specific tasks for this PWS shall be accomplished. A general business quality control plan will not suffice and will render your submission ineligible for evaluation. The plan shall include the following:
1.3.1.2. INSPECTION SYSTEM: An inspection system covering all the services specified in this PWS. It must specify the areas to be inspected on a scheduled or unscheduled basis, how often inspection will be accomplished, and the title of the individual (s) who will perform the inspections.
1.3.1.3. IDENTIFICATION AND PREVENTION: The methods for identifying and preventing defects in the quality of service performed before performance becomes unacceptable.

1.3.1.4. RECORDS: Reserved.
1.3.1.5. GOVERNMENT REVIEW: The government will review the Contractor Quality control Plan to determine if it is adequate. If the plan is adequate, the government will accept the plan. If the plan is not adequate as submitted, the deficiencies will be identified to the contractor in writing. The contractor shall correct all identified deficiencies and submit a corrected Contractor Quality Control Plan within ten working days or on contract start date, whichever is sooner. The government will also periodically review the manner in which the contractor is conducting the quality control program by either reviewing the contractor's records, observing actual performance or both.
1.4. QUALITY ASSURANCE (QA).

1.4.1. CONTRACTING OFFICER S REPRESENTATIVE (COR), PROJECT MANAGER, AND PROJECT INSPECTOR (PI): Government personnel, with titles shown above shall be appointed to monitor contractor performance and to inspect and accept or reject the services as required by the contract. The name and telephone number of each such person under the contract will be furnished to the contractor in writing by the Contracting Officer. In accordance with FAR 1.601 (a) Contracts may be entered into and signed on behalf of the Government only by Contracting Officers. A COR may not modify the stated terms of the contract, including extending the length of the contract period. The contractor shall sign and return the COR Delegation of Authority Letter. The Contractor and Contracting Officer's Representative (COR) shall deal with issues raised concerning contractor personnel conduct. The Contracting Officer shall be the final arbiter on questions of acceptability and in validating complaints.

1.4.2. GOVERNMENT EVALUATION: The Government shall 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).

1.5. HOURS OF OPERATION.

1.5.1. DAILY WORK HOURS. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. Work schedule must be coordinated with the COR or his designee.

1.5.2. PLACE OF PERFORMANCE: The contractor will be responsible for providing the facility in New Orleans for therapy sessions and coordination with clinic managers at each respective CBOC to schedule time and location for each class.

1.6. CONTRACT ADMINISTRATION DATA.

1.6.1. PAYMENT MADE BY THE SLVHCS under this contract will constitute the total cost of services rendered. The contractor agrees that no additional charges will be billed to the beneficiary or his family or any third-party furnishing services or supplies required for such care, unless and until specific prior authorization in writing is obtained from the VA Facility that authorized placement. The Contractor will not be paid for care provided to a referred Veteran beyond the period authorized in the referral, unless an extension of the authorization is provided in writing by the VA.
1.6.2. INVOICE REQUIREMENTS: The rate per session is an all-inclusive rate and no other payment will be made for services provided. This is not a guaranteed number and the contractor will be paid for only the actual number of patients receiving service up to the amount of contract funding. The contract minimum number of class sessions the Government will purchase is 282 patient days per year and 11 workshops.

1.7. DOCUMENTATION AND RECORDS: All documentation, records and schedules as described in this PWS are the responsibility of the contractor. They are the property of the government and shall be turned over to the government upon completion or termination of the contract. All records are subject to the Freedom of Information and Privacy Acts and any requests for release of any records shall be handled accordingly.

1.8. BUSINESS ASSOCIATES AGREEMENT (BAA): In accordance with the requirements of the Health Insurance Portability and Accountability Act of 1996 (HIPAA), this contract will require a Business Associate Agreement. The contractor will enter into a Business Associates Agreement (BAA) with the Department of Veterans Affairs, unless a previously executed BAA is on file. The BAA is an instrument that will hold the contractor liable for any release of confidential medical information by any of its employees. A copy of a BAA is provided in the Contract Documents, Exhibits, Or Attachments section.

PART 2
DEFINITIONS & ACRONYMS
2. DEFINITIONS AND ACRONYMS:
2.1. DEFINITIONS:
2.1.1. CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the Government. The term used in this contract refers to the prime.
2.1.2. CONTRACTING OFFICER: Is the person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the Government. Note: The only individual who can legally bind the Government.
2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR): Is the employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract.
2.1.4. DEFECTIVE SERVICE: A service output that does not meet the standard of performance associated with the Performance Work Statement.
2.1.5. DELIVERABLE: Anything that can be physically delivered but may include non-manufactured things such as meeting minutes or reports.
2.1.6. KEY PERSONNEL: Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal.
2.1.7. PHYSICAL SECURITY: Actions that prevent the loss or damage of Government property is deemed physical security.
2.1.8. QUALITY ASSURANCE: The Government procedures to verify that services being performed by the Contractor are performed according to acceptable standards.
2.1.9. QUALITY ASSURANCE Surveillance Plan (QASP): The QASP is the organized written document specifying the surveillance methodology to be used for surveillance of Contractor performance.
2.1.10. QUALITY CONTROL: All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements.
2.1.11. SUBCONTRACTOR: A subcontractor is one that enters into a contract with a prime Contractor. The Government does not have privity of contract with the subcontractor.
2.1.12. WORK DAY: The number of hours per day the Contractor provides services in accordance with the contract.
2.1.13. WORK WEEK: Monday through Friday, unless specified otherwise.
2.2. ACRONYMS:
ACOR Alternate Contracting Officer's Representative
ALP Acceptable Level of Performance
CFR Code of Federal Regulations
COR Contracting Officer Representative
DVA Department of Veteran Affairs
FAR Federal Acquisition Regulation
HIPAA Health Insurance Portability and Accountability Act of 1996
CO Contracting Officer
PIPO Phase In/Phase Out
POC Point of Contact
PRS Performance Requirements Summary
PWS Performance Work Statement
QA Quality Assurance
QAP Quality Assurance Program
QASP Quality Assurance Surveillance Plan
QC Quality Control
QCP Quality Control Progra
SATP Substance Abuse Treatment Program
SLVHCS The Southeast Louisiana Veterans Health Care System
TE Technical Exhibit
VA Veteran Affairs
PART 3
GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES
3. GOVERNMENT FURNISHED ITEMS AND SERVICES:
3.1. SERVICES: The Government shall determine eligibility of Veterans prior to referral to the Contractor for treatment. A written referral (hard copy, fax or e-mail are acceptable) signed by an authorized VA ordering officer shall be provided to the Contractor for each Veteran referred for services under the contract.
The Yoga and Tai Chi therapy sessions will be held in a well cooled and lit space conducive to a wellness environment. All necessary requirements will be provided by the contractor excluding mats and towels.
SLVHCS will provide space and information technology interfaces at each location; however, the contractor will be responsible for not only assisting with coordination of space but provide any instructional material and visual aids to successfully provide the therapy. The contractor will be responsible for all expenses incurred by instructors such as transportation cost and/or daily per-diem during each class session.
3.1.1. AUTHORIZATION: A list of authorized VA ordering officials for the contract shall be provided to the Contractor upon award of the contract. Ordering officials may be added or deleted from the list during the term of the contract at the discretion of VA Contracting Officer. The Contractor shall be provided an updated list of authorized VA ordering officials whenever such changes are made.
3.1.2. INITIAL REFERRAL: The initial referral period for a Veteran may be up to 12 months, depending upon the needs of the Veteran as mutually determined by the Veteran, the Contractor's staff, and VA PTSD Program Coordinator or designee.
3.1.3. VETERAN REMOVAL: VA reserves the right to remove any or all Veterans from the facility at any time, without additional cost, when it is determined to be in the best interest of the VA or the Veteran.
3.1.4. STAFF EXCLUSIONS: The VA reserves the right to exclude Contractor staff members from providing services to Veterans under this contract based on breaches of conduct, including conduct that jeopardizes patient care or interferes with the regular and ordinary operation of the facility. Breaches of conduct include intoxication or debilitation resulting from drug use, theft, patient abuse, dereliction or negligence in performing directed tasks, or other conduct resulting in formal complaints by Veterans or other staff members to designated Government representatives.
3.2. INSPECTION OF FACILITY AND PROGRAM:

An annual inspection will be conducted by a VA multidisciplinary team consisting of a social worker, dietitian, registered nurse, a representative of the VA Police, and a Facilities Management Safety Officer, and other subject matter experts as determined necessary by the medical center director or PTSD Coordinator shall conduct a survey of the Contractor's facilities to be used to provide Veterans food, shelter, and therapeutic services to assure the facility provides quality care in a safe environment. Inspections may also be carried out at such other times as deemed necessary by the Southeast Louisiana Veterans Health Care System.

The contractor shall be advised of the findings of the inspection team. If deficiencies are noted during any inspection, the contractor will be given a reasonable time to take corrective action and to notify the Contracting Officer that the corrections have been made. A contract will not be awarded until noted deficiencies have been eliminated. Failure by the Contractor to take corrective action within a reasonable time shall be reported to the Contracting Officer. If corrections are not made to the satisfaction of the VA, the Contracting Officer shall consult with the appropriate officials so that suitable arrangements can be made to discontinue plans to award a contract, or to discharge or transfer patients and to terminate the existing contract, as appropriate. The inspection of the Contractor facilities will include inspection for conformity to the current Life Safety Code as described in paragraph 4.5.2, and shall also include the following:
PART 4
CONTRACTOR FURNISHED ITEMS AND SERVICES
4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES:
4.1. 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 PWS.
4.2. STAFFING: There shall exist sufficient staff in numbers and position qualifications to carry out the policies, responsibilities, and programs of the facility. Contractor s employees shall not be considered government employees for any purpose. Contractor employees are not under the direct control or supervision of the government. Contract award shall not result in a personal services contract.
4.3. VETERAN RIGHTS: Contractor personnel shall be expected to treat referred Veterans with dignity and respect and abide by standards of conduct mirroring those prescribed by current federal personnel regulations. The Contractor shall comply with the VA Patient's Bill of Rights as set forth in 38 CFR 17.34a (copy available upon request).
CONTRACTOR PERSONEL SECURITY REQUIREMENTS
All contractor personnel must check in and out with VA Police prior to entering the premises.
Physical Security & Safety Requirements:
The Contractor and their personnel shall follow all VA policies, standard operating procedures, applicable laws and regulations while on VA property.B Violations of VA regulations and policies may result in citation and disciplinary measures for persons violating the law. The Contractor and their personnel shall wear visible identification at all times while they are on the premises. The Contractor shall sign in the VA Police services prior to beginning work each work day.

PART 5
SPECIFIC TASKS
5. SPECIFIC TASKS:
5.1. BI-WEEKLY COLLABORATION: At a minimum, Bi-Weekly Collaboration with the VA program staff to provide feedback of therapy sessions progress, attendance trends as well as any events that would impact patient s level of care.
5.2. NOTIFICATION OF MEDICAL EMERGENCIES: The contractor shall notify the authorizing VA facility immediately when a medical emergency occurs that requires hospitalization of a referred Veteran. If hospitalization of an emergency nature is required, it is agreed that admission to the appropriate facility will be accomplished promptly and Utilization and Review will be contacted at (504) 558-1488.
5.3. NOTIFICATION OF INCIDENTS: The contractor shall notify the authorizing VA facility immediately of any incidents involving veterans participating in the therapy sessions. The contractor shall notify the PTSD Program Manager (PM) by telephone during the hours of 8:00am and 4:30pm. The contractor shall provide the PM a copy of the incident report within 24 hours.
5.4. PATIENT SATISFACTION SURVEY: The contract shall conduct patient satisfaction surveys. These surveys shall be made readily available to all patients. This data will be review quarterly by the Program Manager/COR to ensure compliance. All survey card s will be made available for SLVHCS PTSD Program Manager when requested.
5.5. PERFORMANCE BASED SERVICE ASSESSMENTS: The contractor shall comply with all requirements located in the Performance Based Service Assessment located in the QASP. The contractor will be assessed per the requirements.

PART 6
APPLICABLE PUBLICATIONS
6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS)
6.1. The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures.
VA Handbook 6500.6 Contract Security Appendix A
The contractor shall comply with applicable requirements of the Confidentiality of Alcohol and Drug Abuse Patient Records (42 CFR Part II) and the Confidentiality of Certain Medical Records (38 USC 7332).
38 CFR 17.707(b) to provide housing and supportive services in a manner that is free from religious discrimination.
Current version of NFPA 101, National Fire Protection Association's Life Safety Code. Any equivalencies or variances must be approved by the appropriate Veterans Health Administration Veterans Integrated Service Network (VISN) Director.
The Contractor shall comply with the VA Patient's Bill of Rights as set forth in 38 CFR 17.34a (copy available upon request)
PART 7
ATTACHMENT/TECHNICAL EXHIBIT LISTING
Attachment/Technical Exhibit List:
7.1. Attachment 1/Technical Exhibit 1 Performance Requirements Summary
7.2. Attachment 2/Technical Exhibit 2 Deliverables Schedule


TECHNICAL EXHIBIT 1

Performance Requirements Summary
The Contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success.
Performance Objective
Standard
Performance Threshold
Method of Surveillance
PRS # 1.
The Contractor shall provide quality mental health Yoga and Tai Chi Therapy to veterans (PWS 1.1)
The Contractor provided facility shall be quiet and safe environment to conduct Yoga and Tai Chi Therapy.
No more than one customer complaint per report.

Random monitoring/visits of therapy sessions to include weekly meeting and collaborations. If performance falls below the indicated threshold, the Program Manager shall immediately notify COR. An action plan will be developed to increase performance level to acceptable threshold.
PRS # 2
The Contractor shall provide therapy sessions per the agreed upon schedule will the Program Manager (PWS 1.1.1).
If any changes in a therapy session, the Contractor must notify the PTSD Program Manager within 72 hours of the event.
100 %

If performance falls below the indicated threshold, the program manager shall notify COR, contractor shall develop action plan to increase performance level to acceptable threshold.
PRS # 3
The contractor will only provide therapy to patients identified by the PTSD Team Leader or designated representative. (PWS 1.1.3)

The Contractor will receive a list of patients weekly from the PTSD Program Manager or the designated representative.
100 %
If performance falls below the indicated threshold, the program manager shall notify COR, contractor shall develop action plan to increase performance level to acceptable threshold.
PRS # 4
Contractor will screen all veterans and employees attending therapy sessions. (PWS 1.1.3)

Contractor will review proper identification i.e. driver s license, VA ID, or passport.
100 %
If performance falls below the indicated threshold, the program manager shall notify COR, contractor shall develop action plan to increase performance level to acceptable threshold.
PRS # 5
The Contractor must provide patient satisfaction survey to the patient. (PWS 1.1.1 & 5.4)
The Contractor shall provide patient satisfaction survey results reported to SLVHCS on at least a quarterly basis.

100 %
If performance falls below the indicated threshold, the program manager shall notify COR, contractor shall develop action plan to increase performance level to acceptable threshold.
PRS #6
The Contractor shall comply with all Performance Based Service Assessments (PBSA) located in the QASP. (PWS 5.5 & PBSA attachment ).
The Contractor shall delivery quality healthcare and meets all requirements evaluated by the Method of Quality Assurance Surveillance in PBSA.
100%
If performance falls below the indicated threshold, the program manager shall notify COR, contractor shall develop action plan to increase performance level to acceptable threshold.

100 Percent Inspection: Appropriate for tasks that occur infrequently. Inspect and evaluate performance each time task is performed
Validated Customer Complaint: Complaints must be validated.








TECHNICAL EXHIBIT 2

DELIVERABLES SCHEDULE


Deliverable
Frequency
# of Copies
Medium/Format
Submit To
Alternate Contract Manager, PWS paragraph 1.2.3
Initial offer

________________
With every proposed change after contract award
1 copy initial offer

________________
1 copy with every proposed change after contract award
Offer submission requirements
________________

Via email in pdf. format

Offer submission requirements
________________

Key personnel description of service and resume. PWS paragraph 1.2.3.1

Initial offer
________________
With every proposed change after contract award
1 copy initial offer
________________
With every proposed change after contract award
Offer submission requirements

Via email in pdf. format
Offer submission requirements



Key personnel substitutions. PWS paragraph 1.2.3.2
15 day prior to proposed substitutions
1 Copy
Via email pdf format
COR insert email address.

Post award conference/periodic progress meetings PWS paragraph 1.2.5
As scheduled
1 Signed copy of meeting minutes.
As provided by VA

Contracting Officer
Email address



Deliverable
Frequency
# of Copies
Medium/Format
Submit To

Patient Safety Incidents. PWS paragraph 5.3

Within 24 hours of the incident.
1Signed copy

Via email in pdf format



Patient satisfaction results. PWS paragraph 5.4.
Quarterly
1Signed copy
Via email pdf format

Notification of Medical Emergencies (PWS paragraph 5.2)

Immediately when medical emergency occurs that requires hospitalization.
Verified phone call
Telephone
Utilization and Review
Quality Control Plan PWS paragraph (1.3.1)

Initial Offer Evaluation factor
________________

5 working days after changes are made thereafter
1 Signed copy
Via email in pdf format
Offer submission requirements
________________



Evaluate contractor performance PWS paragraph 1.1.1 & 1.4.2
Program Manager and COR will conduct performance evaluation
1 Signed copy
Via email in pdf format



The period of performance is base year with three (3) one-year options.
Place of Performance
Address:
2400 Canal Street, New Orleans
Postal Code:
70119
Country:
UNITED STATES
Award shall be made to the contractor whose quotation offers the best value for the government based on Price, Technical capability/approach, and past performance. The government will evaluate information based on the following evaluation criteria: Technical capability/approach, Price, and Past Performance.
B *the Government intends on sending the lowest price quote to technical evaluation. After the solicitation closing time and date.
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
FAR 52.212-3, Offerors Representations and Certifications Commercial Items OCT 2018
52.204-7, System for Award Management OCT 2018
52.204-16, Commercial and Government Entity Code Reporting JUL 2016
52.209-7, Information Regarding Responsibility Matters OCT 2018
52.516-1, Type of Contract APR 1984
52.217-5, Evaluation of Options JUL 1990
52.233-2, Service of Protest SEPT 2006
852.209-70, Organizational Conflicts of Interest JAN 2008
852.233-70, Protest Content/Alternative Dispute Resolution OCT 2018
852.233-71, Alternate Protest Procedure OCT 2018
852.270-1, Representatives of Contracting Officers JAN 2008
852.273-74, Award Without Exchanges JAN 2003

*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
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders OCT 2018
52.203-16, Preventing Personal Conflicts of Interest DEC 2011
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
52.204-9, Personal Identity Verification of Contractor Personnel JAN 2011
52.204-13, System for Award Management Maintenance OCT 2018
52.204-18, Commercial and Government Entity Code Maintenance JUL 2016
52.217-8, Option to Extend Services NOV 1999
52.217-9, Option to Extend the Term of the Contract MAR 2000
52.228-8 Insurance- Work on a Government Installation JAN 1997
52.232-19, Availability of Funds for the Next Fiscal Year APR 1984
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
852.237-70, Contractor Responsibilities APR 1984
852.270-1, Representatives of Contracting Officers JAN 2008

The following subparagraphs of FAR 52.212-5 are applicable:
(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
(4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109 282) (31 U.S.C. 6101 note).
(6) 52.204 14, Service Contract Reporting Requirements (OCT 2016) (Pub. L. 111 117, section 743 of Div. C).
(8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note).
(9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313).
(16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)).
21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f).
(22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)).
(25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
(27) 52.222-21, Prohibition of Segregated Facilities (APR 2015).
(28)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246).
(29)(i) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212).
(30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
(31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).
(32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496).
(33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627).
(34) 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 12989).
(42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
(49) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008)
(C)(2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67).
(C) (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
(C)(4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
(C) (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015).
(C) (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).

All quoters shall submit the following: 1 Copy of the following
1. Volume 1: Technical Approach/capabilities, Past Performance
Volume 2: Price
All quotations shall be sent to michelle.bocage@va.gov
This is an open-market combined synopsis/solicitation for services as defined herein.B B The government intends to award a Firm Fixed Price 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."
Quoter shall list exception(s) and rationale for the exception(s).
Submission shall be received not later than 3:00P.M. Central on 8/26/2019. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only emailed quotes will be accepted. Please be aware of a 10MB limit; if sending multiple emails please number emails to ensure are emails are sent and received.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Michelle Bocage, michelle.bocage@va.gov.

INSTRUCTIONS TO OFFERORS
This acquisition is being procured using Simplified Acquisition Procedures under the authority of FAR Part 13.5 procedures. This solicitation is 100% SDVOSB Set-Aside. which includes all items being requested in the solicitation. The Government intends to solicit this requirement and award a subsequent contract without discussions, clarifications, or negotiations. However, if necessary the Government will seek clarification and additional information for offers that are submitted from any eligible offeror. Offerors are encouraged to provide their best offer initially because the opportunity to enter into discussions or to provide a better offer at a later time will not be possible. The Government intends to award to the offeror whose offer represents the best value to the government after consideration of all technical and price factors. FAR Part 52.212-2, Evaluation - Commercial Items:B does not apply to this solicitation.B Pursuant to FAR subpart 13.106-2, the Government will award a Firm-Fixed Price contract to a single successful offeror/contractor whose offer/quote in response to this solicitation will be most advantageous to the Government. Award will be made to the lowest priced offeror that meets or exceeds ALL requirements of this solicitation and the Performance Work Statement (PWS).

OFFER SUBMISSION GUIDANCE:

Offer Submission Guidance: Offers shall be submitted via e-mail only to Michelle Bocage, michelle.bocage@va.gov. Offers shall be submitted on or before the close date/time as specified in this solicitation. Offers are due no later than Monday, August 26, 2019, by 3:00 p.m. CDT (New Orleans, LA). Any contractor submissions or requests for information about this RFQ received after the closing date and time of this solicitation (for any reason) are late and shall not be considered. It is unlikely that the solicitation close date will be extended so offerors are encouraged to respond on or before the close date with their best offer.
Solicitation Questions: Questions about this solicitation shall be accepted up until Wednesday, Aug. 21, 2019, by 12:00 p.m. CDT (New Orleans, LA). Questions shall be submitted via e-mail only Michelle Bocage, michelle.bocage@va.gov. No additional questions or requests for information/clarification shall be accepted after Wednesday, Aug. 21, 2019. Questions/answers will be posted via an amendment to this solicitation. It is the responsibility of the contractor to monitor FedBizOpps for any and all amendments to this solicitation. Questions shall only be accepted from those parties who are an interested party to this solicitation.

INSTRUCTIONS FOR OFFER PREPARATION AND SUBMISSION
Offerors shall submit their offer in two volumes as detailed in this section of the solicitation. All offers shall conform to the solicitation provisions and be prepared in accordance with this section. Offers shall be clearly and concisely written as well as neat, indexed (cross indexed as appropriate) and be logically assembled. All pages shall be appropriately numbered, and the font chosen should be easily readable. Each volume will be separated by section and will include a Table of Contents identifying each section.
OVERALL ARRANGEMENT OF OFFERS
Volume 1 will contain responses to Technical Capability evaluation criteria and Past Performance. Technical Capability is comprised of the following factors: A. Relevant Experience, B. Personnel Qualifications, Capabilities, and Certifications, and C. Schedule. This volume will be clearly marked on the outside and on the cover page with the Offeror s name, the solicitation number, and the title Technical Proposal. Such input/feedback is necessary to ensure that potential offerors are specifically addressing the specific requirements of this solicitation and the PWS in relation to their relevant qualifications and related experience to this requirement. Volume 1 must not contain any pricing information.
Volume 2 will contain the information required under the price factors listed below. This volume will be clearly marked on the outside and on the cover page with the Offeror s name, the solicitation number, and the title Price Proposal .
a) Pricing shall be entered as required on the pricing schedule and totaled at the bottom of the pricing schedule.
VOLUME 1 TECHNICAL Volume
Technical Capability Offerors shall submit documentation to prove their capability to perform the services described in the PWS. Offerors should address all aspects of the Performance Work Statement in sufficient detail to show a complete understanding of the requirement and a well-formed plan to execute the tasks required. The offeror s proposal shall contain information demonstrating the relevance of the Offeror's experience as it relates to. Relevant experience is defined as experience that is the same as, related to and/or or is similar to the current need requirement.
The Offeror shall submit the following as part of Volume I:
Factor A: Experience:
The offeror s proposal shall contain information demonstrating the relevance of the Offeror's experience as it relates to healthcare organization transformation services, in order to accomplish PWS tasks/deliverables.
Factor B: Personnel Qualifications, Capabilities, and Certifications
The personnel required for the successful execution of this requirement are identified in the PWS. Offerors shall include as part of their submission a description of the skills, abilities, knowledge, and certifications of the personnel who will be responsible for carrying out tasks. Documentation which includes (but is not limited to) resumes, certifications, and credentials, should be submitted that verifies the relevant experience, education, and knowledge of these individuals. Individuals shall demonstrate experience in projects of similar scope, nature, and duration, with examples if available. Personnel who will be provided to execute this requirement shall be available at the appropriate times and durations.
Factor C: Schedule
Offerors shall submit documentation to prove their ability to meet the performance schedule as defined in the PWS. Offerors shall be specific on their plan to ensure timely performance of all required tasks within the appropriate/necessary time windows that are outlined in the PWS. The Offeror's quote shall demonstrate the Offeror's understanding of the requirements and describe how the Offeror proposes to meet anticipated/projected dates when completing these tasks. A projected schedule which indicates the ability to successfully complete tasks/deliverable (within the appropriate time windows) should be included.



Past Performance
Offeror shall submit at least three past performance references that are recent and relevant to the requirement. The offerors CPARS will also be evaluated. In the event of no Past Performance the offer will be rated as a neutral rating. A neutral rating does not negatively nor positively affect the offeror.
VOLUME 2 PRICE Volume
Price Offeror shall include in this section the following items:
a) Pricing entered as required on the pricing schedule and totaled at the bottom of the pricing schedule. The offeror may tailor the Price/Cost Schedule.
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS
Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.

Evaluation Criteria
Lowest Price Technically Acceptable

Basis of Award:
A Lowest Priced Technically Acceptable procurement is being conducted. As such, award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the non-cost factor. Past Performance history will be considered for responsibility determination purposes only (FAR 9.104-1(c). The evaluation factors are as follows:
Factor 1-Technical
Under the technical factor, each offeror s responses will be evaluated on a pass/fail basis or acceptable/unacceptable basis. This determination will be based on the offeror demonstrating in its proposal a technical solution that minimally meets the technical requirements specified in the Solicitation s Performance Work Statement.
Factor 2-Price
Factor 3- Past Performance
Offerors past performance history will be evaluated by the government for the purpose of evaluating performance risk
Price will be evaluated for fairness and reasonableness.
Factor 1 TECHNICAL CAPABILITIES/APPROACH: Offerors must submit relevant information demonstrating technical capability to satisfactorily perform the following requirement as expressed in the PWS in the Solicitation.
Factor 2 PRICE: Prices will be evaluated on the basis of price fairness and reasonableness.
Point of Contact
Michelle Bocage, Contracting Officer
1515 Poydras St suite 1100, New Orleans 70112
Michelle.bocage@va.gov

Michelle D Bocage
Contracting Supervisor
504-412-3700 ext 8007

michelle.bocage@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP