SOLICITATION NOTICE
R -- Employee Assistance Program Services - Attachment 03 - Attachment 02 - Attachment 01
- Notice Date
- 7/16/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 624190
— Other Individual and Family Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
- ZIP Code
- 61299-8000
- Solicitation Number
- w52p1j-18-T-EA18
- Archive Date
- 8/15/2018
- Point of Contact
- Lorraine Geren, Phone: 3097826757, Cindy K. Wagoner, Phone: 3097820182
- E-Mail Address
-
lorraine.geren.civ@mail.mil, cindy.k.wagoner.civ@mail.mil
(lorraine.geren.civ@mail.mil, cindy.k.wagoner.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement dated 4 June 2018 Pricing Sheet Work References Form This is a combined synopsis/solicitation for commercial items prepared 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 Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation number is W52P1J-18-T-EA18. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. The NAICS code for this procurement is 624190; the small business size standard is $11,000,000.00. The Federal Service Code is R408. Offerors must be registered within the System for Award Management (SAM) database in order to receive an award against this Solicitation. The website for SAM is https://www.sam.gov/. DESCRIPTION OF REQUIREMENT This solicitation is issued for Employee Assistance Program services to be performed at Crane Army Ammunition Activity (Crane), Crane, Indiana, in accordance with the Performance Work Statement at Attachment 01. TYPE OF ACQUISITION AND CONTRACT This acquisition is issued as 100% Small Business Set-Aside. The Army Contracting Command-Rock Island (ACC-RI) will award a Firm Fixed Price Contract. PERIOD and PLACE OF PERFORMANCE The period of performance consists of a Base Period and 4 Option Periods as follows: Base Period 2 Sep 2018 - 1 Sep 2019 Option Period 1 2 Sep 2019 - 1 Sep 2020 Option Period 2 2 Sep 2020 - 1 Sep 2021 Option Period 3 2 Sep 2021 - 1 Sep 2022 Option Period 4 2 Sep 2022 - 1 Sep 2023 Place of Performance - Services shall be performed by the awardee within a 50-mile radius of Crane Army Ammunition Activity, Crane IN QUOTE SUBMISSION REQUIREMENTS The following shall be submitted in response to this solicitation: 1. Price. Offerors shall use the Pricing Sheet at Attachment 02 for submission of prices. Prices must be provided for the Base Period and each Option Period. 2. Technical Capability Submissions (a) Capability Statement/Literature/Brochure which clearly defines the company skills and competence areas ( b) Work References • Offerors shall utilize the Work Reference Form at Attachment 02. A separate form shall be submitted for each reference. • Offerors shall provide contract references for relevant, similar work which has been successfully performed or is currently being successfully performed. Each reference shall have been awarded within the last 5 years. At least two (2) references shall be provided. • Relevent means contracts/task orders that demonstrate the Offeror has successfully provided or is currently successfully providing services that effectively manage a client caseload of similar size and scope which require similar technical and management skills. (c) Degrees/Certificates • Offerors shall provide a copy of the degree/certificate which verifies that all counselors meet the education requirements/hold the required degree (a Master's of Science (M.S.) degree in the field of psychology, social work or counseling, a Masters of Social Work (MSW) degree, or a more advanced degree in these fields) • Offerors shall provide documentation verifying provider is a Certificate Employee Assistance Professional • Offerors shall provide documentation that any counselor to be assigned in the event of a positive drug test is a certified addiction specialist (licensed by the Behavioral Health and Human Service Licensing Board). EVALUATION CRITERIA FOR TECHNICAL CAPABILITY Based on the information the offeror provides, a rating of "Acceptable" or "Unacceptable" will be assigned to the quote, as follows: Acceptable: The offeror provided a copy of the degree/certificates listed above that confirms all counselors meet the educational requirements/hold the required degree; provided documentation verifying provider is a Certified Employee Assistance Professional; and provided a copy of the license for certified addiction specialists (licensed by the Behavioral Health and Human Service Licensing Board) for counselors who meet with clients testing positive for substance abuse; the offeror provided a capability statement and/or capability literature and/or capability brochure; and the offeror provided a minimum of 2 work references for relevant, similar work which was successfully performed and for which award was made within the last five (5) years. Unacceptable: The offeror did not submit all the educational and/or certification requirements; the offeror provided neither a capability statement, nor capability literature, nor capability brochure; and/or the offeror provided no references or only 1 reference; and/or one or more of the references provided is not relevant, which resulted in the offeror not providing the minimum number of required relevant references; and/or the references provided are for contracts that were awarded more than five years ago. BASIS FOR AWARD The basis for award is Low Price Technically Acceptable (LPTA). Award will be made to the offeror who provides the lowest priced, technically acceptable offer, who is deemed responsible, and whose quote conforms to the solicitation requirements. Only those offers determined to be technically acceptable, either initially or as a result of discussions, will be considered for award. In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions. However, the Government reserves the right to conduct discussions if determined necessary by the Contacting Officer. Award will be made on a Firm Fixed Price basis. LISTING OF ATTACHMENTS Attachment 01, Performance Work Statement dated June 4, 2018 Attachment 02, Pricing Sheet Attachment 03, Work Reference Form DEADLINE FOR SUBMISSION Offers are due July 31, 2018, no later than 3:30 p.m. Central Time. Offers shall be submitted in the following way: Electronically via email to the Contract Specialist Lorraine.geren.civ@mail.mil and Contracting Officer cindy.k.wagoner.civ@mail.mil Offerors should include "Response to W52P1J-18-T-EA18" within the Subject line. QUESTIONS Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and Contracting Officer. **Note: Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered. CLAUSES The following Federal Acquisition Regulation (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) commercial clauses, apply to this solicitation and are incorporated by reference (clauses may be obtained via the internet at http://farsite.hill.af.mil): FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items, Alternate I FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Within FAR 52.212-5, the following optional clauses apply: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6, Notice of Total Small Business Aside FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. FAR 52.222-41, Service Contract Labor Standards FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.222-55, Minimum Wages under Executive Order 13658 FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.204-20, Predecessor of Offeror FAR 52.232-40, Providing Accelerated Payments to Small Business subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.213-7000, Notice to Prospective Suppliers on Use of past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial items The following additional language applies to this solicitation: AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax number (256) 450-8840 E-mail: usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-level protest procedures are found at: http://www.amc.army.mil/amc/commandcounsel.html If Internet access is not available, contact the Contracting Officer or HQ, AMC Office of Command Counsel to obtain the AMC-Level Protest Procedures.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/57b9e9d3cf234dc131519c2151be466f)
- Record
- SN04993940-W 20180718/180716231411-57b9e9d3cf234dc131519c2151be466f (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 |