SOLICITATION NOTICE
U -- Trauma-Informed Care Training For Healthcare Providers: Online Clinical Cases - Package #1
- Notice Date
- 9/19/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- Department of Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue, Suite 400, Rockville, Maryland, 20857, United States
- ZIP Code
- 20857
- Solicitation Number
- 14-233-SOL-00821
- Archive Date
- 10/8/2014
- Point of Contact
- Anthony Foster, Phone: 301-443-3415
- E-Mail Address
-
anthony.foster@psc.hhs.gov
(anthony.foster@psc.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment D-Section 508 Product Assessment Attachment C-Appendix A Attachment B-Past Performance Questionaire Attachment A-Wage Determination RFP_14-233-SOL-00821_SOW-Pgs 1-34 Title: TRAUMA-INFORMED CARE TRAINING FOR HEALTHCARE PROVIDERS: ONLINE CLINICAL CASES THIS IS A COMBINED SYNOPSIS / SOLICITATION NOTICE. This is a combined synopsis / solicitation for commercial items, prepared in accordance with the format of FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The reference solicitation number is: 14-233-SOL-00821 This solicitation is issued as a request for proposal (RFP). This acquisition is being conducted under the procedures in accordance with FAR 13.3 Simplified Acquisition Methods, and FAR Part 13.5 The resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-076, August 25, 2014. The total contracted dollar amount, base year plus three (3) 12 month option years not to exceed four years. The acquisition is being conducted as a FULL AND OPEN COMPETITIVE REQUIREMENT.. The associated North American Classification System (NAICS) code applicable to this requirement is 611710 and the associated small business size standard is $14.0M. The Program Support Center (PSC), on behalf of the Office on Women's Health (OWH) in the Office of the Assistant Secretary for Health (OASH, intends to award a fixed priced contract for the services as detailed in the attached RFP. It is anticipated that a fixed price type contract will be awarded resulting from this combined synopsis/solicitation to the responsible Offeror that meets all the technical requirements. The FOB terms are "Destination" and Net 30. FAR provisions and clauses that apply to this acquisition are: FAR 52.212-1, Instructions to Offerors - Commercial Items (APR 2014); FAR 52.212-2 Evaluation-Commercial Items (JAN 1999); FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (MAY 2014); FAR 212-4, Contract Terms and Conditions - Commercial Items (MAY 2014); FAR 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUL 2015) is included with the following additional clauses: FAR 52.219-8, Utilization of Small Business Concerns (MAY 2014); FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (JAN 2014); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (JUL 2014); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (JUL 2014); FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JAN 2013); and FAR 52.204-7, System for Award Management (Jul 2013). Other provisions/clauses may be incorporated into the contract, as necessary. In order to be considered for an award, please note: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://sam.gov. If an offeror has not completed the annual representations and certifications electronically via the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (m) of this provision. An offeror must have completed the online electronic Representations and Certifications located at https://www.acquisition.gov in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in SAM via https://www.acquisition.gov/ prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchase agreement resulting from this solicitation. NOTE: lack of registration in SAM will make an offeror ineligible for award. Offers must also be accompanied by descriptive literature, warranty, and/or other information that demonstrates that the offer meets all of the foregoing requirements as detailed in the attached RFP. Interested vendors capable of furnishing the government with the task items requirements specified in this synopsis should submit their proposal to the below address. Offers must also be accompanied by descriptive literature, warranty, and/or other information that demonstrates that the offer meets all of the foregoing requirements as detailed in the attached Statement of Work. Proposals and related materials are due on September 23, 2014 at 1:00PM EST via electronic mail to Mr. Anthony Foster, Contract Specialist, at Anthony.Foster@psc.hhs.gov in either MS Word or Adobe Portable Document Format. Please reference the solicitation number: 14-233-SOL-00821. All proposals must be received by the specified due date and time in order to be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/14-233-SOL-00821/listing.html)
- Record
- SN03520256-W 20140921/140919235455-25d60cc307fa4a77373f122e149dc5e8 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |