36C26224Q1119 – Sources Sought – G004–678 SUDTP IOP BEDS

May 4, 2024 | Sources Sought

Page 5 of 6
Page 1 of
RFI # 36C26224Q1119
Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Business Capability, including Service-Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses (SDVOSB/VOSB) interested and capable of performing the work described in the attached Performance Work Statement Substance Use Disorders Treatment Program (SUDTP) Intensive Outpatient Beds (IOP).

The NAICS/PSC for this requirement is:
NAICS Code: 623220- Residential Mental Health and Substance Abuse Facilities
PSC: G004- Social- Social Rehabilitation

3. Description of Requirement: The Contractor shall provide a community-based residential therapeutic environment and support services described in the attached Performance Work Statement Substance Use Disorders Treatment Program (SUDTP) Intensive Outpatient Beds (IOP) within 20 miles of the Tucson VA Healthcare System located at 3601 S. 6th Ave, Tucson, AZ 85723 in direct support of the Southern Arizona VA Healthcare System (SAVAHCS).
Length of Contract: Base Year and Four (4) One (1) Year Options
Minimum Beds Required: 18

4.Interested and capable Contractors should respond to this notice not later than Tuesday May 14th, 2024 @ 12:00 PM PDT by providing the following via email only to Danielle Trudeau, Contract Specialist, at [email protected]
Company name

Address

Point of contact

Phone, fax, and email of primary point of contact

Contractor s Unique Entity ID (SAM) number

Type of small business, if applicable, (e.g. Service Disabled Veteran Owned Small Business (SDVOSB), Veteran-owned Small Business (VOSB), 8(a), HUB-Zone, Women Owned Small Business, Small disadvantaged business, or Small Business).

Statement indicating whether your company is considered small under the size standard for the NAICS code identified under this RFI.

A capability statement that provides detailed information for one or more reference contracts that demonstrate your company s experience building out, staffing, activating, and operating a Community Based Outpatient Clinic providing Primary Care, Mental Health and Telemedicine Services similar to the services described in the attached Performance Work Statement. GENERAL STATEMENTS OF CAPABILITY ARE NOT ACCEPTABLE. Respondents must provide the following information for each reference contract the respondent identifies as evidence of the respondent s capability to perform the work required by this procurement:
the legal name of entity with whom the respondent held the contract;
the contract number;
a description providing details of the specific tasks the respondent performed under that contract;
the dates during which the respondent performed the contract;
the name, phone number, and email address of a person at the entity with whom the respondent held the contract who can verify the information the respondent provides regarding this reference contract.
If a respondent offers to demonstrate experience through the proposed use of subcontractors, the respondent must provide all of the information required above for one or more reference contracts performed by each subcontractor the respondent intends to use AND state what tasks each subcontractor will perform for this procurement and what tasks the respondent will perform for this procurement.
NOTE: The information requested above is required for the Government to determine whether there are sufficient small business concerns of a particular type who are capable of performing the work required by this procurement to determine if this procurement should be set aside for a given type of small business concern. FAILURE TO SUBMIT ALL OF THE INFORMATION REQUESTED ABOVE TO SUPPORT A RESPONDENT S CLAIMED EXPERIENCE MAY BE VIEWED BY THE GOVERNMENT AS EVIDENCE THAT THE RESPONDENT LACKS THE ABILITY TO BUILD OUT, STAFF, ACTIVATE, AND OPERATE A COMMUNITY BASED OUTPATIENT CLINIC PROVIDING THE PRIMARY CARE, MENTAL HEALTH AND TELEMEDICINE SERVICES REQUIRED BY THIS PROCUREMENT. THIS, IN TURN, MAY AFFECT THE GOVERNMENT S DETERMINATION ABOUT WHETHER THE REQUIREMENTS FOR A SET-ASIDE PROCUREMENT HAVE BEEN MET.

5. SDVOSB/VOSB respondents.
If respondent is VOSB or SDVOSB, respondent is encouraged to provide proof of certification from https://veterans.certify.sba.gov/. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on subcontracting pursuant to which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause.

Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, §125.6 the prime contractor’s limitations on subcontracting for this procurement are as follows:

General. In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that:

In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded.

6. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications.

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.