Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2018 FBO #5920
SOLICITATION NOTICE

R -- Counseling Services PRE-Solicitation Request for Information - DraftPWS

Notice Date
2/5/2018
 
Notice Type
Presolicitation
 
NAICS
624310 — Vocational Rehabilitation Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-18-R-0095
 
Archive Date
3/21/2018
 
Point of Contact
Ashley N. Gesicki, Phone: 6095622775
 
E-Mail Address
ashley.n.gesicki.civ@mail.mil
(ashley.n.gesicki.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DraftPWS GENERAL INFORMATION Document Type: Presolicitation Notice Solicitation Number: W15QKN-18-R-0095 Posted Date: 5 February 2018 Current Response Date: 6 March 2018 Set Aside: Not Applicable CONTRACTING OFFICE ADDRESS INCLUDED IN FEDBIZOPPS POST DESCRIPTION THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Army Single Face to Industry (ASFI), if an exception does not apply under Federal Acquisition Regulation 5.202. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Offerors are advised that the Government is under no obligation to provide feedback to respondents or request any additional information from respondents with respect to any information submitted. The Army Contracting Command - New Jersey (ACC-NJ), on behalf of the US Army Criminal Investigation Division Command (USACIDC) is exploring options for Contractor performance of 18 Licensed Clinical Social Workers (LCSW-C), each with six years of full-time counseling experience prior experience working with law enforcement personnel, and knowledge of military culture. In support of the Wellness Program, the Contractor would perform individual and family counseling, skills building, behavioral health educational programs, and case management services. Areas of focus include stress management, domestic violence, suicide prevention, substance abuse, resiliency, and traumatic events. All providers will be expected to function independently and in coordination with the USACIDC Program Manager. Contract providers will be based at one location, but expected to travel to field offices in and around the base location. They will be expected to travel approximately 50% of the time. Based locations include: Fort Carson, CO; Schofield Barracks, HI; Camp Humphrey's, Republic of Korea; Fort Hood, Texas; Fort Bliss, Texas; Quantico, VA; Fort Gillem, Georgia; Fort Stewart, Georgia; Fort Knox, KY; Grafenwoehr, Germany; Kaiserslaughtern, Germany; Fort Benning, GA; Miami, FL; Fort Myer, VA; and West Point, NY. Travel will include offices in and around these based locations. ACC-NJ is seeking the following information: 1. Potential Respondents shall describe how they could fill providers at the locations above, who would also be expected to travel to locations in and around the based location. Please elaborate on OCONUS locations, Korea and Germany. 2. Potential Respondents shall describe their capabilities to hire providers who can perform the following tasks: a. Manage Critical Incident Event Debriefings (include an estimated response time upon learning that a critical event has occurred) b. Provide educational trainings on topics including suicide, traumatic event exposures, cumulative occupational stressors, stress management, and resiliency. c. Counseling services to personnel and their family members d. Case management services 3. Potential Respondents shall describe a timeframe for having providers in place within 45 days upon award of contract. The information package shall also include: Basic overview of company to include Company Name, Company's POCs (name, phone number, and email address), Company location, CAGE Code, DUNS Number, product and service offerings, any current Indefinite Delivery, Indefinite Quantity Government contract vehicle number(s), and a certification regarding current Socioeconomic status to include respective NAICS Code(s). Business types such as certified small business, 8(a), HUBZONE, woman-owned small business, veteran owned, small disadvantaged business, service disabled veteran owned, etc. The contractor submission to the items in this notice shall not exceed 10 pages, (including the cover page and appendices). The Capability Statement must be sufficient to demonstrate performance acumen directly related to the performance of the requirement as specified in the attached draft PWS dated 17 January 2018. Documents must be submitted in electronic format (i.e. Microsoft Word or Adobe Acrobat compatible) to the Contracting Officer and Contract Specialist stated below. If you submit Proprietary Information, you must clearly mark as proprietary on every sheet containing such information and segregate the Proprietary information to the maximum extent practical from other portions of your response (e.g. use an attachment or exhibit). Respondents are responsible for adequately marking Proprietary information in their response. ALL questions must be submitted in writing and e-mailed to the Contracting Officer and Contract Specialist stated below by 10:00 AM Eastern Standard Time (EST) on February 20th, 2018. Questions received after this date/time may or may not be answered. All capability packages must be electronically submitted to the Contracting Officer and Contract Specialists stated below by 10:00 AM Eastern Standard Time (EST) on March 6th, 2018. ACC-NJ POINTS OF CONTACT: Contracting Officer: Jake Perrotta Phone: (609) 562- 2703 E-mail: jake.r.perrotta.civ@mail.mil Contract Specialists: Ashley Gesicki Phone: (609) 562-2775 E-mail: ashley.n.gesicki.civ@mail.mil Please include your business size standard and recommended NAICS code. Please be advised that pre-solicitation correspondence (i.e. Questions & Answers, messages, etc.) are solely to aid the potential Offerors. If you find any discrepancies between communication dialog and any forthcoming contractual document (i.e. solicitation, Price Model, etc.), the contractual document shall prevail.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3e62123a66613eb8a05385497f3859d9)
 
Record
SN04810750-W 20180207/180205231335-3e62123a66613eb8a05385497f3859d9 (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.