SOLICITATION NOTICE
R -- Mental Health Subject Matter Expert Services - SOLICITATION
- Notice Date
- 9/6/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621112
— Offices of Physicians, Mental Health Specialists
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- 70RDAD18R00000027
- Archive Date
- 9/29/2018
- Point of Contact
- Evron Rollins,
- E-Mail Address
-
evron.rollins@hq.dhs.gov
(evron.rollins@hq.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- DHS SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested. The solicitation number is 70RDAD18R00000027. The solicitation is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99-1. This acquisition is set-aside for small businesses. The associated North American Industry Classification System (NAICS) code is 621112 - Offices of Physicians, Mental Health Specialists. The small business size standard is $11.0M. Please view Section I for the contract line item number(s) (CLINS). Please view Section II for the statement of work (SOW). The Contractor shall provide mental health subject matter expert services to assist the U.S. Department of Homeland Security (DHS), Office for Civil Rights and Civil Liberties (CRCL) in performing its investigatory and oversight functions. The period of performance is one (1) base year and four (4) option years. The primary place of performance shall be the Contractor's office or place of business. FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. There is no addenda to the provision. FAR provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The evaluation factors included in paragraph (a) of the provision are 1) Technical Capability, 2) Past Performance, and 3) Price. All non-price factors, when combined, are significantly more important than Price. FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items: Offerors shall complete only paragraph (b) of the provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of the provision. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items Alternate I, applies to this acquisition. There are no addenda to the clause. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause that are applicable to this acquisition are as follows: 1) 52.204-14, Service Contract Reporting Requirements; 2) Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 3) 52.219-6, Notice of Total Small Business Set-Aside; 4) 52.219-28, Post Award Small Business Program Representation; 5) 52.222-3, Convict Labor; 6) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 7) 52.222-21, Prohibition of Segregated Facilities; 8) 52.222-26, Equal Opportunity; 9) 52.222-35, Equal Opportunity for Veterans 10) 52.222-36, Equal Opportunity for Workers with Disabilities; 11) 52.222-37, Employment Reports on Veterans; 12) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 13) 52.222-50, Combating Trafficking in Persons; 14) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 15) 52.224-3, Privacy Training; and 16) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. The additional contract requirement(s) or terms and conditions are as follows: 1) 52.202-1, Definitions; 2) 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; 3) 52.204-7 System for Award Management; 4) 52.204-19, Incorporation by Reference of Representations and Certifications; 5) 52.217-8, Option to Extend Services; 6) 52.217-9, Option to Extend Term of the Contract; 7) 52.222-17 Non-displacement of Qualified Workers; 8) 52.224-1, Privacy Act Notification; 9) 52.224-2, Privacy Act; 10) 52.227-14 Rights in Data - General; 11) 52.232-39 Unenforceability of Unauthorized Obligations; 12) 52.233-1 Disputes; 13) 52.233-2 Service of Protest; 14) 52.233-3 Protest after Award; and 15) 52.233-4 Applicable Law for Breach of Contract Claim. The following HSAR clauses are applicable 1) Safeguarding of Sensitive Information; 2) Information Technology Security and Privacy Training; 3) HSAR clauses 3052.204-71, Contractor Employee Access; 4) 3052.205-70 Advertisements, Publicizing Awards, and Release Alternate I; 5) 3052.209-70, Prohibition on Contracts with Corporate Expatriates; 6) 3052.209-72 Organizational Conflict of Interest; 7) 3052.215-70, Key personnel or Facilities; and 8) 3052.242-72, Contracting Officer's Technical Representative. The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable. All questions shall be submitted no later than (NLT) 4:00 pm EST by Monday, September 10, 2018. Questions asked over the telephone or on voicemail shall not be accepted. Questions and proposals shall be email to the CO at Evron.Rollins@hq.dhs.gov. Proposals are due NLT 12:00 noon EST by Friday, September 14, 2018. Please view the attached solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/70RDAD18R00000027/listing.html)
- Place of Performance
- Address: Contractor's location., United States
- Record
- SN05076055-W 20180908/180906232000-29e7cf2916c683cd67050af6d3113c3c (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 |