1. 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.
2. This is a Request for Quote (RFQ) and the solicitation number is 36C26024Q0621.The Government anticipates awarding a firm-fixed price purchase order contract resulting from this solicitation.
3. This is a Solicitation for The Analytics PACT Program at the Puget Sound VAHSC Seattle Base+1 Option year: (07/01/2024 06/30/2026). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05 effective April 22, 2024.
4. This is a Small Business Set-a-Side Solicitation The associated North American Industrial Classification System (NAICS) code for this procurement is 541990 with a small business size of $19.5 million Dollars and the PSC is R405.
All interested companies shall provide quotations, including pricing, as a part of this solicitation. All information of this nature submitted to the government shall be made in accordance with the Statement of Work below. Responsive quotes shall include a price quote, past relevant performance, and item/task technical specifications outlining how they intend to meet the standards provided in the technical specifications of the Statement of Work requirements in section (6).
5.Price/Cost Schedule.
Deliverables
Clinical Resource Hub (CRH) Annual Evaluation
Completion of an evaluation design and implementation plan.
Completion of a CRH evaluation protocol paper.
Implementation of at least two national dissemination activities (cyber-seminars or in-person meetings).
Measuring primary care productivity annually
Develop and refine primary care productivity measurement framework.
Complete a panel survey based on the productivity measurement framework.
Development of a monograph describing a written productivity framework based on productivity team investigator work.
Implementation of at least two national dissemination activities (cyber-seminars or in-person meetings) on productivity.
Support PCAT Strategic Planning
Attend weekly PCAT leadership meetings.
Meet bi-weekly with Seattle and non-Seattle based PCAT investigators.
Complete a manuscript on PCAT strategic planning design and implementation.
Complete PCAT annual strategic plan.
BASE YEAR:
Unit Price
24 hrs per month = 288 hours
Extended Price
288 hrs x
Maintain and refine CRH Evaluation design and implementation plan to continue to gather desired data. Reviewed monthly by CRH Leadership Team (approx. 2 hrs per mo)
Schedule CRH Evaluation dissemination activities including scheduling manuscript and presentation reviewers and prep results presented to CRH Leadership. (approx. 6 hrs per mo)
Preliminary Primary Care Productivity measurement framework includes meeting with Productivity Team (6 hrs per mo/ three 2 hr meetings)
Complete Primary Care Productivity measurement survey includes working with RAND team to create expert panel and data collection (approx. 6 hrs per mo)
Advisory Group Strategic Planning
agenda and materials including preparation and practice presentations for two all day meetings with Strategic Advisory Group (approx. 4 hrs per month which includes the two 8 hr meeting days)
Total
$
$
Unit Price
150 hrs per paper x2 Papers and 50 hrs per x2 Presentation all due
By 7/01/25
=400 hrs
Extended Price
400 hrs x
Strategic Planning Results:Â Prepare at least one manuscript on PCAT quality design, methods and implementation Â
Prepare CRH evaluation protocol manuscript to be reviewed by CRH project team
Complete CRH evaluation national dissemination -presentation or poster at Society of Gen Internal Medicine annual meeting or Academy Health Annual Meeting
Complete 3nd year CRH evaluation national dissemination activity -presentation or poster at Society of Gen Internal Medicine annual meeting or Academy Health Annual Meeting
Total
$
$
Unit Price
150 hrs per paper X2 Papers and 50 hrs per presentation/report X2
=400 hrs due by dates noted
Extended Price
400 hrs x
Complete at least one Measuring Productivity national dissemination activity - presentation at Society of Gen Internal Medicine annual meeting or Academy Health Annual Meeting by 07/01/25.
Complete manuscript on Strategic Planning Results submitted for publication by 07/01/25.
Complete CRH evaluation protocol manuscript submitted for publication by 07/01/25.
PCAT Strategic Planning summary Report to Primary Care Office Leadership completed by end of Fiscal Year 06/30/24.
TOTAL Base Year (07/01/2024 06/30/2025)
1088 hrs
$0.00
Total Unit Price
$
Total Extended Price
$
OPTION YEAR ONE:
Unit Price
18 hrs per month = 216 hours
Deliverables due at the end of each month
Extended Price
216 hrs x
Maintain and refine CRH Evaluation design and implementation plan. Reviewed monthly by CRH Leadership Team (approx. 2 hrs per mo)
Schedule CRH Evaluation dissemination activities including scheduling manuscript and presentation reviewers and prep results presented to CRH Leadership. (approx. 6 hrs per mo)
Finalize and complete Primary Care Productivity measurement framework includes meeting with Productivity Team (6 hrs per mo/ three 2 hr meetings)
Advisory Group Strategic Planning
agenda and materials including preparation and practice presentations for two all day meetings with Strategic Advisory Group (approx. 4 hrs per month which includes the two 8 hr meeting days)
Unit Price
150 hrs per paper, 2 papers; 50 hrs per presentation all due
Extended Price
400 hrs x
Strategic Planning Results:Â Prepare at least one manuscript on PCAT quality design, methods and implementation. Â
Prepare final year CRH evaluation protocol manuscript to be reviewed by CRH project team.
Complete final year CRH evaluation national dissemination -presentation or poster at Society of Gen Internal Medicine annual meeting or Academy Health Annual Meeting
Complete final year CRH evaluation national dissemination activity -presentation or poster at Society of Gen Internal Medicine annual meeting or Academy Health Annual Meeting
Unit Price
150 hrs per paper, X2 papers; 50 hrs X2 per Presentation all due
by 07/01/26
=400 hrs
Extended Price
400 hrs x
Complete at least one Measuring Productivity national dissemination activity - presentation at Society of Gen Internal Medicine annual meeting or Academy Health Annual Meeting by 07/01/26.
Complete FINAL CRH evaluation protocol manuscript submitted for publication by 07/01/26.
PCAT Strategic Planning Report to Primary Care Office Leadership completed 07/01/26.
TOTAL Option Year 1 (07/01/2025 06/30/2026)
1,016 hrs
Unit Price
$
Extended Price
$
Total:
Base Year plus One (1)option Year
Unit Price
$
Extended Price
$
6. Statement of Work
SOW
Introduction
The purpose of this Statement of Work (SOW) is to outline the task and responsibilities of the contractor in relation to technical assistance (TA) with evaluation and improvement of the Veterans Health Administration (VHA) Primary Care Analytic Team (PCAT). PCAT is located at VA Puget Sound Healthcare System, Seattle campus. The contractor shall furnish all labor, materials, and any other supplies or equipment necessary to perform the requirements as outlined in this SOW.
Background
The goals of PCAT are to use clinical outcomes data, econometric metrics and VHA data to support both national Primary Care related policy and local regional and healthcare system improvement. PCAT draws on investigators from contributing regional subsidiary units, within a learning organization framework to evaluate the Patient Aligned Care Team (PACT). The purpose of this contract is to enhance achievement of VHA Primary Care priority goals in fiscal year 2024-2026.
Clinical Resource Hub Evaluation
In 2020, PCAT was asked by the Office of Primary Care to lead a large-scale evaluation of newly implemented Clinical Resource Hubs for supporting primary care clinics and mental health clinics in underserved facilities. Carrying out this work within the rapid timeline requested by the Office of Primary Care will require assistance from a clinical care vendor with experience with the existing qualitative data and help maintain and evaluate survey provider results for this large VA redesign and improvement project. Experience with organizational and leadership surveys, DEA, VA quantitative and qualitative data collection will also be necessary for assisting PCAT in working with the researchers already subcontracted to the project for specific tasks. PCAT will focus the vendor s time for the majority of effort for the contract period on supporting this project. In addition, vendor will support PCAT strategic planning and the Primary Care Productivity Measure Development.
Measuring primary care productivity
The ability to measure primary care and mental health care productivity in a way that enhances the value of VA care is a major concern for the Office of Primary Care and is a priority for PCAT. Most productivity measures to date focus on face-to-face visits. PCAT, in response to Office of Primary Care considerations, aims to continue to test measures that reflect the full primary care and mental health teams activities and reflect non-face-to-face care modalities as well as face-to-face clinical care. A panel process subcontracted to RAND and an accompanying VA Evidence Synthesis Program review has been the underpinning for this project. PCAT requires a vendor with expertise in clinical care, primary care and mental health models and with patient care teams. The Clinical Care Vendor will assist PCAT leaders and analysts in developing and refining a broader framework for measurement.
Support PCAT Strategic Planning
The Clinical Care Vendor will support Analytic Unit leaders in strategic planning aimed at meeting the analysis and evaluation needs of the Office of Primary Care, and in coordinating the investigator work groups that will generate the specific Office of Primary Care-requested analytic work, reports, and publications.
Scope
The Clinical Care Vendor will work solely with PCAT leadership and staff on the tasks below. The Clinical Care Vendor shall provide all resources necessary to accomplish the deliverables described in this SOW, other than travel when required by PCAT.
Tasks and Deliverables
Annual Tasks
Clinical Resource Hub (CRH) Evaluation
Review and revise the overall written evaluation designs and implementation plans prepared by PCAT and CRH investigators.
Work with the PCAT and contracted investigators to ensure that contracted investigator plans are integrated into the existing evaluation design, that the implementation and changes to the design is coordinated across sites, and that study timelines are met.
Attend weekly evaluation team calls
Prepare a draft manuscript on the protocol for the CRH intervention and evaluation.
Assist with implement opportunities for national dissemination by the CRH evaluation team, with support from PCAT leaders .
Measuring productivity annually
Meet every other week with PCAT productivity clinicians and investigators to assist with the assessment of primary care team productivity.
Supervise implementation and development of a clinical panel rating survey on the key elements of productivity and how to best capture econometrics using DEA method.
Review and revise, as a clinical content expert, a monograph on project results.
Support PCAT Annual Strategic Planning
Meet weekly with the Analytic Unit project director and assist in preparing needed documents, products, and meeting agendas.
Support non-Seattle based PCAT investigators and teams in carrying out Office of Primary Care requested projects that utilize the PCAT core infrastructure.
Review and revise documents on Analytic Unit plans for selecting new projects, completing prior projects, and communicating to stakeholders.
Work with the PCAT team to develop the draft agenda and materials for two all day Advisory Group meetings.
Prepare a manuscript on the design and implementation of PCAT as an embedded clinical researcher unit supporting the Office of Primary Care.
Hours of Operation
Normal tour-of-duty hours at the VAGLAHS are 8:00 am to 4:30 pm, Monday through Friday, excluding Federal holidays. There may be instances in which the Vendor s workday may be outside of this period. The Vendor is required to coordinate these times with the designated Program Manager.
In accordance with 5 U.S.C. 6103, Executive Order 11582 and Public Law 94-97 the following national holidays are observed and for the purpose of this contract are defined as Legal Federal official holidays .
New Year s Day
January 1st
Martin Luther King s Birthday
Third Monday in January
President s Day
Last Monday in January
Memorial Day
Last Monday in January
Juneteenth
June 19th
Independence Day
July 4th
Labor Day
First Monday in September
Columbus Day
Second Monday in October
Veteran s Day
November 11th
Thanksgiving Day
Fourth Thursday in November
Christmas Day
December 25th
When a holiday falls on a Sunday, the following Monday will be observed as a National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government Agencies.
Acceptance/Period of Performance
Upon completion of the mandatory tasks, the VA Puget Sound shall monitor on a monthly basis and verify the completion of tasks by July 01, 2024, June 30, 2025, and July 01, 2027.
Any problems with the Vendor are identified during the acceptance period. Please note that any problems during the acceptance phase will result in a reset of the acceptance phase, resulting in a new 3-week acceptance phase as outlined above.
The Vendor and the VA Puget Sound shall jointly cooperate in the development and implementation of a Quality Assurance Plan (QAP). The QAP shall document the process that will verify and validate quality assurance in compliance with the requirements and ensure these requirements meet the VA Puget Sound s expectations.
The Vendor shall develop the QAP based on accepted industry standards such as the CMMI SM, ISO 9000, IEEE 12207, or other accepted industry QA standards. The QAP shall detail the processes, procedures, and metrics for assuring quality. The QAP shall also include, at a minimum, a description of the following key activities:
Establishment of capable processes
Development and implementation of procedures to identify, prevent, and ensure non-recurrence of defective services
Establishment of mechanisms for feedback of performance
Monitoring and control of critical processes
Establishment of a designated point of contact (POC) to serve as the POC for quality control issues/complaints.
Establishment of reliable methods of record keeping and documentation of all corrective actions and process improvements undertaken during the acceptance period
Vendor Responsibilities
The Clinical Care Vendor must have primary care or mental health clinical experience and widely recognized expertise in VHA s PACT, in conduct of recommendations panels, and in VA access management, primary care-mental health integration, complex patient care, and PACT initiatives.
The Clinical Care Vendor must be registered as a VA Vendor within the project s time frame.
The Clinical Care Vendor shall be responsible for any and all liability actions or suits when the vendor is at fault or negligent in the performance of installation and testing activities. Pecuniary liability is also included for any and all damages to VA buildings and equipment caused by installation activities. The vendor shall comply with all local building and fire codes in addition to VA policy and procedures at the site.
The Clinical Care Vendor shall operate under, but not limited, to the following national codes, telecommunications industry standards and practices: National Electric Code (NEC), Building Industry Consulting Service International (BICSI), all standards, Electronic Industries Association/Telecommunications Industry Association EIA/TIA, Americans with Disabilities Act (ADA), National Fire Protection Association (NFPA), Underwriters Laboratories (UL), ITU and IETF and all applicable audio, video, communication, data and control standards.
VA Puget Sound Responsibilities
PCAT Directors will assign a VA Center-based Project Manager who shall provide access to the appropriate personnel (management, technical, subject matter expertise, etc.) necessary to fulfill the Clinical Care Vendor s requirements in a timely fashion.
PCAT Directors shall provide the Clinical Care Vendor a list of key personnel associated with the project along with the name and contact information for the POC/Project Manager.
PCAT Director will ensure that all project staff including contractors are up to date on VA training on privacy and security, as well as project specific training.
Travel
All travel shall be responsibility of the vendor, except travel to Strategic Advisory Board meetings which can be included in this agreement.
Whenever possible, conference calls and video conferencing should be used.
Security
Information Security
The Clinical Care Vendor shall ensure adequate LAN/Internet, data, information, and system security in accordance with VA standard operating procedures and standard contract language, conditions laws, and regulations. The Clinical Care Vendor s firewall and web server shall meet or exceed the government minimum requirements for security. All government data shall be protected behind an approved firewall. Any security violations or attempted violations shall be reported to the VA Project Manager and the VBA Headquarters Information Security Officer as soon as possible. The Clinical Care Vendor shall follow all applicable VA policies and procedures governing information security, especially those that pertain to certification accreditation.
The Clinical Care Vendor shall follow The Veterans Affair Acquisition Regulation (VAAR) security clause VAAR-852.273-75 SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES sited in section C. Contract Clauses
(a) The contractor and their personnel shall be subject to the same Federal laws, regulations such as U.S.C Chapter 21, 29, 31, and VA policies as VA personnel, regarding information and information system security. These include, but are not limited to Federal Information Security Management Act (FISMA), Appendix III of OMB Circular A-130, and guidance and standards, available from the Department of Commerce's National Institute of Standards and Technology (NIST). This also includes the use of common security configurations available from NIST's Web site at: http://checklists.nist.gov. The contractor and their personnel agrees to comply with Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974.
(b) To ensure that appropriate security controls are in place, Contractors must follow the procedures set forth in "VA Information and Information System Security/Privacy Requirements for IT Contracts" located at the following Web site:
http://www.iprm.oit.va.gov
Contract Personnel Security
All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Security and Investigations Center (07C). The level of background security investigation will be in accordance with VA Directive 0710 dated September 10, 2004 and is available at: http://www.va.gov/pubs/asp/edsdirec.asp (VA Handbook 0710, Appendix A, Tables 1 - 3). Appropriate Background Investigation (BI) forms will be provided upon contract (or task order) award, and are to be completed and returned to the VA Security and Investigations Center (07C) within 30 days for processing. Contractors will be notified by 07C when the BI has been completed and adjudicated. These requirements are applicable to all subcontractor personnel requiring the same access. If the security clearance investigation is not completed prior to the start date of the contract, the employee may work on the contract while the security clearance is being processed, but the contractor will be responsible for the actions of those individuals they provide to perform work for the VA. In the event that damage arises from work performed by contractor personnel, under the auspices of the contract, the contractor will be responsible for resources necessary to remedy the incident.
Data Ownership
VA will retain all ownership rights to the data provided to the Clinical Care Vendor or collected by the Clinical Care Vendor and will maintain a complete record (original or copy) of all data obtained in accordance with privacy requirements, the Federal Records Act, and applicable federal records retention requirements.
Completion Date
The Clinical Care Vendor shall have base year services rendered no later than 12 months from the date of Contract Award and receipt of Contract Award (estimated July 01, 2024); and Option Year 1 services rendered no later than 12 months from the start of Base Year (estimated June 30, 2025).
Records Management Language for Contracts Required
The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract:
Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228.
Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest.
Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records.
Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act.
Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract.
The Government Agency owns the rights to all data/records produced as part of this contract.
The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data.
Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.].
No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules.
Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.
PERIOD OF CONTRACT: Contract will be for base year-12 months, and then 1 option year as approved. Base year will start when the contract is approved by both parties, signed and put into place.
Base Year: 07/01/2024-06/30/2025
Option Year 1: 07/01/2025-06/30/2026
Place of Performance:
Department of Veterans Affairs
Mann-Grandstaff (Spokane) VA Medical Center
Puget Sound VA Healthcare System
Warehouse 90D
1660 S Columbian Way
Seattle, WA
98108-1532
JUSTIFICATION: In accordance with the manufacturer s requirements, NFPA, The Joint Commission
and local policy, scheduled and unscheduled maintenance is required on this equipment. Additionally, all service (including parts) must be equal to or greater than what the original manufacturer would provide.
PERSONNEL CLEARANCES AND PRIVACY CONSIDERATIONS: The Contractor will ensure that their personnel and subcontractor personnel meet the privacy standards as set forth by HIPPA (Health Insurance Portability and Accountability Act of 1996) with respect personal and confidential information that they may come upon, while servicing medical equipment. Additionally, all contracted service personnel must have training on the above-described equipment equivalent to the original manufacturers training.
DOCUMENTATION: The Contractor will provide the VHA PACT Program with individual written reports which describe the in relation to technical assistance (TA) with evaluation and improvement of the Veterans Health Administration (VHA) Primary Care Analytic Team (PCAT). Service performed for the VHA PACT Program shell be in sufficient detail as to be acceptable by field inspectors of the Joint Commission Accreditation of Healthcare Organizations. This shall include a list of all service performed.
Prior to award, bidder must have a facility to include personnel, test equipment, parts inventory, training certificates, licenses and technical documentation available for inspection by VA Medical Center personnel and be able to show written evidence to technical qualifications of personnel, test equipment (and calibration documentation) licenses and availability of parts. Parts availability must be written documentation from either the equipment manufacturer or authorized parts supplier. In either case, bidder must be able to show the availability of parts to him/her within 24 hours after initial call. For contracts for maintenance and repair services form other than the original manufacturer or a designated representative, the Contractor will be fully responsible for obtaining all technical documentation necessary to fulfill contractual obligations.
The Contractor warrants that the services to be performed under this contract will be performed in a good workmanship manner and shall conform to the standards of the industry. This warranty is given expressly and in place of all other warranties, expressed or implied, statutory or otherwise, and is the only warranty given by the Contractor.
NEGLIGANCE CLAUSE: When services and parts are required as a result of accident, abuse, misuse or negligence by other than the Contractor or his representative and are not included as a part of PM inspection or service calls, such needs will be reported to the Contracting Officer s Representative along with estimates of charges. The Contracting Officer and Representative will evaluate these needs and authorize appropriate action. The parts will be installed under the terms of the contact and each invoice is to include a legible itemized list of labor charges and parts costs. The government will incur no charges for service and parts due to accident, abuse, misuse or negligence by the contractor or his representative.
END OF CONTRACT: Contractor guarantees that all services covered in this contract shall meet or exceed VHA PACT Program performance specifications at the contract expiration date. Any deficiencies noted will be the responsibility of the previous Contractor and shall be corrected by the terms of this contract.
TECHNICIANS PROVIDING SERVICE: All participants in this service of the VHA PACT Program MUST have training. Documentation of this training in the Technical Assistance with the VHA PACT Program needs to be available upon request.
FEDERAL HOLIDAYS
Unless specifically authorized in writing by the Contracting Officer, no services will be provided, and no charges will be incurred and/or billed to any order on this contract on any of the Federal Holidays listed below.
New Year s Day Labor Day
Birthday of Martin Luther King, Jr. Columbus Day
Washington s Birthday Veterans' Day
Memorial Day Thanksgiving Day
Juneteenth Christmas Day
Independence Day
The full text of FAR and VAAR provisions or clauses may be accessed electronically at:
http://acquisition.gov/comp/far/index.html
http://www.va.gov/oal/library/vaar/index.aspThe following solicitation provisions apply to this acquisition:
The following solicitation provisions apply to this acquisition:
07. FAR 52.212-1, Instructions to Offerors Commercial Items , applies to this acquisition and the following clauses and instructions are added as addenda:
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL
52.252-1
Solicitation Provisions Incorporated by Reference (FEB 1998)
52.204-7
System for Award Management (OCT 2018)
52.204-16
Commercial and Government Entity Code Reporting (AUG 2020)
(d) Any award made as a result of this solicitation will be made on an All or Nothing Basis.
(e) Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations.
(f) All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below.
(g) All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote.
(End of Addendum to 52.212-1)
08. FAR 52.212-2, Evaluation-Commercial Items , applies to this acquisition. The government intends to make a best value determination based on, but not limited to, the following evaluation factors when evaluating offers:
(a) Proof of Meeting the Special Standards of Responsibility per the SOW: The offeror must provide to be considered for award. Experience with organizational and leadership surveys, DEA, VA quantitative and qualitative data collection will also be necessary for assisting PCAT in working with the researchers already subcontracted to the project for specific tasks. Experienced primary care clinical provider mandatory.
The offeror shall provide either a statement or a brief synopsis of the process outlining how they intend to meet the standards provided in Section (6) Statement of Work in order to be considered for award.
(b) Technical Compliance: Services will be accepted in accordance with the Statement of work provided in Statement of Work Section (6) above.
(C) Price/Cost Schedule: The offeror shall complete the pricing schedule provided in Section (5) above.
(d) Past Performance The VA can review past performance from any place at any time and may be asked to Provide examples or previous past performance.
09. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer if has not been completed on SAM.gov.
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:
10 . FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018)
ADDENDUM to FAR 52.212-4 The following clauses are included as a part of the addendum:
52.204-13
System for Award Management Maintenance (OCT 2018)
52.204-18
Commercial and Government Entity Code Maintenance (AUG 2020)
52.212-4
Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023)
52.217-8
Option to Extend Services (NOV 1999)
52.217-9
Option to Extend the Term of the Contract (MAR 2000)
52.232-40
providing accelerated payments to small business subcontractors (DEC 2013)
852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020). The following clauses are incorporated by this clause:
852.203-70
Commercial Advertising
852.211-76
Liquidated Damages-Reimbursement for Data Breach Costs (FEB 2023)
852.212-71
Gray Market Items (APR 2020)
852.219-75
VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023)
852.232-72
Electronic Submission of Payment Requests.
852.239-72
Information System Design and Development (FEB 2023)
852.242-71
Administrative Contracting Officer (OCT 2020)
The following subparagraphs of FAR 52.212-5 are applicable:
FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference;
52.204-24
Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
52.219-14
Limitations on Subcontracting (MAR 2020)
52.219-28
Post Award Small Business Program Representation (MAY 2020) (15 U.S.C 632(a)(2))
52.222-3
Convict Labor (JUN 2003) (E.O. 11755)
52.222-19
Child Labor Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126) in both
52.222-21
Prohibition of Segregated Facilities (APR 2015)
52.222-26
Equal Opportunity (SEP 2016) (E.O. 11246)
52.222-36
Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793)
52.222-50
Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627)
52.223-18
Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513)
52.225-13
Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)
52.227-15
Representation of Limited Rights Data and Restricted Computer Software (DEC 2007)
52.232-33
Payment by Electronic Funds Transfer System for Award Management (Jul 2018) (31 U.S.C. 3332)
12. There are no additional contract requirements, terms or conditions.
13. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE.
14. Quotes must be emailed to phillip.folger@va.gov and received no later than 11:59 PM PST on 06/18/2024. Quotes may be submitted on this document or the vendor s own form.
No late quotations will be accepted. The Government intends to make award without discussions.
15. For information regarding the solicitation, please contact Phillip Folger at phillip.folger@va.gov
DEPARTMENT OF VETERANS AFFAIRS.