Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2024 SAM #8157
SOURCES SOUGHT

Q -- Sources Sought - New Contract | Effective 06/01/2024 - 05/31/2029 502 - Rest Haven Nursing and Rehab Center

Notice Date
3/26/2024 6:32:24 AM
 
Notice Type
Sources Sought
 
NAICS
623110 — Nursing Care Facilities (Skilled Nursing Facilities)
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25624Q0493
 
Response Due
4/2/2024 10:00:00 AM
 
Archive Date
07/01/2024
 
Point of Contact
Michaela S. Brown, Contract Specialist, Phone: 713-770-2766
 
E-Mail Address
michaela.brown@va.gov
(michaela.brown@va.gov)
 
Awardee
null
 
Description
This Sources Sought Notice is to serve as notice of the intent of the Alexandria Veterans Health Care System (AVHCS) to sole-source community nursing home services to RestHaven Nursing & Rehabilitation Center, LLC as detailed in the Justification and Approval (J&A) which will be posted with award notice. This is not a request for quotes or proposals. No formal solicitation document exists at this time. The Alexandria Veterans Health Care System (AVHCS) in Pineville, LA under Statutory Authority 41 USC 253(c)(5) and 38 U.S.C.1720 anticipates entering acquisition negotiations and award of an Indefinite Delivery Indefinite Quantity (IDIQ) for placement and services of eligible veterans into a Nursing Home Facility in Lake Charles, LA catchment area for five (5) years with five (5) twelve-month ordering periods beginning on or about 01 June 2024. Prior to issuing a solicitation, and pursuant to the Veterans First Contracting Program, the VA is trying to ascertain if there are any qualified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) with the capability of fulfilling the requirement: (Respondents are not limited to SDVOSB/VOSB concerns; the Government seeks to identify all potentially interested sources).The NAICS code is 623110 and the size standard is $30 million. The nursing facility shall ensure that care meets the health needs and promotes the maximum well-being of VA patients. Nursing Home care will be furnished to ensure that total medical, nursing, and psychosocial needs of VA Beneficiaries. Physician visits, laboratory, x-ray, and other special services for VA patients will be at the same frequency as that provided to other patients at the nursing home receiving the same or comparable level of care. In addition, the care provided shall include room, meals, nursing care, and other services or supplies commensurate with the VA authorized level of care, without extra charge. The per diem rates will include the cost of medical care, oral medications, laboratory, x-ray, and other special services authorized by the VA, unless otherwise specifically accepted. Facility must have and maintain the Louisiana Department of Health Nursing Facility License. All interested parties shall respond to this notice no later than 1 April 2024, 12:00 PM Central Time. The POC is Michaela S. Brown, Contract Specialist (NCO16), VA Houston Health Care System, 5075 Westheimer Rd, Ste 750, TX 77056. Please provide a copy of your nursing home capabilities, license, accreditation, star rating of 3 or above, and liability insurance. The estimated pricing will be considered when determining the procurement strategy if a solicitation is issued (e.g., if Contracting Officer determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). If a solicitation is issued, offerors are encouraged to assess the market for the identified labor categories for the next 12 months to offer competitive pricing at the time the responses to the solicitation are due. As this is a service acquisition, the Small Business Administration (SBA) and the Federal Acquisition Regulation (FAR) have a Limitations on Subcontracting requirement. All small businesses, to include SDVOSB and VOSB are asked to acknowledge that they understand the limitations on subcontracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation (if issued). Reference FAR 52.219-14 available in full text at https://www.acquisition.gov/far/52.219-14. Interested vendors are reminded that in accordance with FAR subpart 4.12, offerors and quoters are required to complete electronic annual representations and certifications in System for Award Management (SAM) accessed via https://www.sam.gov as a part of required registration (see FAR 4.1102 - Policy). All registrants are required to review and update the representations and certifications submitted to SAM as necessary, but at least annually, to ensure they are kept current, accurate, and complete. The representations and certifications are effective until one year from date of submission or update to SAM. SDVOSB and VOSB businesses must be certified in the Veteran Small Business Certification (VetCert) database located at https://veterans.certify.sba.gov/. This notice complies with the requirements of FAR 5.201. The Government reserves the right to cancel or amend this notice at any time before issuance of the solicitation. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. If you have any questions or need additional information, please contact me at Michaela.brown@va.gov. Please note 36C25624Q0493 Sources Sought Notice in the subject line of the email. Facilities shall be currently registered in System Award Management (SAM) at www.sam.gov to be considered and must be registered prior to award.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/df2bd3112dc549a2b3ee0df539af723a/view)
 
Place of Performance
Address: 1103 W McNeese Street, Lake Charles 70605
Zip Code: 70605
 
Record
SN07009824-F 20240328/240326230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.