Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 11, 2016 FBO #5193
SOLICITATION NOTICE

G -- Employee Assistance Program Services - Employee Assistance Program Services Supporting Documents

Notice Date
2/9/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
624190 — Other Individual and Family Services
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS), 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HU0001-16-Q-D030
 
Point of Contact
Malika Graham, Phone: 301-295-9555
 
E-Mail Address
malika.graham@usuhs.edu
(malika.graham@usuhs.edu)
 
Small Business Set-Aside
Total Small Business
 
Description
Provisions and Clauses Request for Quotes (RFQ) and Statement of Work (SoW) See attachments for full description, statement of work and provisions and clauses. The Uniformed Services University of the Health Sciences (USU) is the Nation's federal health sciences university and is committed to excellence in military medicine and public health during peace and war. We provide the Nation with health professionals dedicated to career service in the Department of Defense and the United States Public Health Service and with scientists who serve the common good. We serve the uniformed services and the Nation as an outstanding academic health sciences center with a worldwide perspective for education, research, service, and consultation; we are unique in relating these activities to military medicine, disaster medicine, and military medical readiness. USU is located in Bethesda, MD on the grounds of the Naval Support Activity Bethesda. Additional information regarding USU can be found on our website: www.usuhs.edu. USU has a requirement for Employee Assistance Program (EAP) services, to include a base period of one (1) year with four (4) one (1) year options. This requirement is subject to the availability of funds per FAR clause 52.232-18. These services were previously procured under order HU0001-11-M-DV29 from Janus Associates doing business as Business Health Services, in the amount of $39,525.00, which included a base period of one (1) year with four (4) one (1) year options, and a two-month extension. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-86 (February 1, 2016) and Defense Federal Acquisition Regulation Supplement (DFARS) (December 30, 2015). This requirement is set-aside for small business concerns under NAICS code 624190 (Other Individual and Family Services) with a size standard of ($11,000,000.00 in annual receipts). In order to be eligible for award, offerors must be registered in www.SAM.gov, with completed representations and certifications by the close date of the solicitation. Offerors interested in responding to this requirement must provide a quote comporting with the CLIN structure provided in the attached RFQ, and at minimum provide the requested services outlined in the statement of work, also below. A single firm fixed-priced (FFP) purchase order will be awarded. DOD-WIDE CONTRACTOR MANPOWER REPORTING REQUIREMENTS The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for USU via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than 31 October for the period of performance of the preceding fiscal year. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil. EVALUATION The Government intends to award a single firm-fixed priced (FFP) purchase order to the offeror representing the best value to the Government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The Government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the highest technically rated offeror. The Government reserves the right to award without discussions. Evaluation Factors (listed in order of importance): • Technical Approach: Offerors are required to submit their technical approach to meeting the requirements outlined in the statement of work listed above. Offerors must display a clear understanding of the requirements. Quotes submitted by offerors who fail to demonstrate a clear understanding of the requirement may not be considered further. Quotes submitted by offerors that include the following statement, or similar, without any supporting information, may be determined to not have a clear understanding of the requirement and may not be considered: "The offeror understands the requirements and the submitted quote has met all stated objectives." • Corporate Experience: Offerors are required to provide a narrative of their corporate experience in providing Employee Assistance Program (EAP) services, to include: professional, comprehensive and confidential counseling and referral services for employees having a wide range of personal problem (e.g. alcohol abuse, drug abuse, financial, personal, emotional, psychological, family, legal, stress related issues.) • Past Performance: The Government shall evaluate the offeror's present and past performance on similar tasks completed within the past three years. Offerors must provide a minimum of two (2) customer references or CPARS reports for similar work performed. The Government reserves the right to select which reference(s) to contact. The following must be provided for each listed reference: a. Name of client and address b. Name of current point of contact including telephone number, e-mail address and title c. Contract number d. Contract value e. Contract period of performance f. A clear description of the supplies/services provided USU may request additional information at any time. Offerors will have an opportunity to address any adverse past performance history. Offerors who do not have any past performance history will not be rated favorably or unfavorably, but will instead receive a Neutral/Unknown rating for past performance. Offerors must clearly state in their quote if they do not have at least two (2) past performance references. Failure to provide this information may render an offeror's quote non-responsive and may not be considered for award. A strong history of relevant past performance may be more advantageous to the Government than a less relevant record of favorable performance. Offerors may provide past performance information for subcontractors and must provide the same level of detail as outlined above; however past performance information for the prime will be considered more important to the Government. The Government reserves the right to use data provided by the offeror and data provided by alternative sources in conducting its assessment of past performance history. • Price: Interested offerors are to provide a firm fixed price (FFP) quote. All applicable costs must be included in the quote. The total quoted price, inclusive of options, will be the evaluated price. Offerors must submit the following with their quote: • Completed copy of provision 252.209-7991 See attached list for applicable provisions and clauses for this requirement. Deadlines: Questions/clarifications regarding this solicitation must be submitted via email to malika.graham@usuhs.edu by February 12, 2016. Any question received after February 12, 2016, will not be answered. Questions will not be answered over the phone or submitted by any other means. All questions will be answered in an amendment to the solicitation posted on or around February 16, 2016. Quote packages are due by 10:00 PM Eastern Local Time on February 19, 2016. Quotes must be submitted via email to malika.graham@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Offerors will receive an email confirmation that they quote was received and whether it was on time or late within two (2) business days. Quote packages should include a cover sheet that provides the following information: • Company Name • Point of Contact, to include email and phone number • DUNS Number • Statement that includes acknowledgement of latest amendment number (if applicable). Failure to acknowledge the most recent amendment number, may render an offeror's quote non-responsive. • Statement if Visa is an acceptable form of payment, without a fee
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4cc7b9f176572af5ab00c0df110dcacb)
 
Place of Performance
Address: Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN04014222-W 20160211/160210042126-4cc7b9f176572af5ab00c0df110dcacb (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 |
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.