Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 11, 2018 FBO #6197
SOLICITATION NOTICE

Q -- Psychological Evaluations - Clauses - Price Schedule - Performance Work Statement

Notice Date
11/9/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621112 — Offices of Physicians, Mental Health Specialists
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
 
ZIP Code
98207-5005
 
Solicitation Number
N4523A18Q1319
 
Archive Date
12/25/2018
 
Point of Contact
Hannah Leigh Stipanovich, Phone: 3606274363, Trevor L. Park, Phone: 3604761362
 
E-Mail Address
hannah.stipanovich@navy.mil, trevor.l.park1@navy.mil
(hannah.stipanovich@navy.mil, trevor.l.park1@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Att. 0010 Att. 0009 Att. 0008 Att. 0007 Att. 0006 Att. 0005 Att. 0004 Att. 0003 Att. 0002 Att. 0001 Psychological Evaluation Performance Work Statement Evaluation Price Schedule 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (OCT 2018) 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is N4523A18Q1319 and is issued as a request for proposal (RFP) using FAR Part 13 procedures. A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101 effective 16-DEC-2018. The North American Industry Classification System (NAICS) code for this work is 621112. This NAICS is for Offices of Physicians, Mental Health Specialists. The product service code is Q526 which is Medical-Medical/Psychiatric Consultation. CLIN 0001: Psychological Evaluations. The maximum capacity for these evaluations shall not exceed $48,000 for one year. Period of Performance shall be 20-DEC-2018 to 19-DEC-2019. CLIN 0002: CLIN 0001: Psychological Evaluations. The maximum capacity for these evaluations shall not exceed $48,000 for one year. POP shall be 20-DEC-2019 to 19-DEC-2020. CLIN 0003: CLIN 0001: Psychological Evaluations. The maximum capacity for these evaluations shall not exceed $48,000 for one year. POP shall be 20-DEC-2020 to 19-DEC-2021. CLIN 0004: CLIN 0001: Psychological Evaluations. The maximum capacity for these evaluations shall not exceed $48,000 for one year. POP shall be 20-DEC-2021 to 19-DEC-2022. CLIN 0005: CLIN 0001: Psychological Evaluations. The maximum capacity for these evaluations shall not exceed $48,000 for one year. POP shall be 20-DEC-2022 to 19-DEC-2023. Clinical Psychologist services required who can execute psychiatric evaluations to supplement investigative material for those employees who may require further evaluation due to derogatory behavior. Evaluation shall be performed at the Contractor's facility. Period of performance beginning 20-DEC-2018 to 19-DEC-2023. All Offerors must be registered in System for Award Management (SAM) to be considered for award. SAM registration is free at sam.gov THE FOLLOWING CHECKED FAR AND DFARS PROVISIONS AND CLAUSES ARE APPLICABLE TO THIS PURCHASE BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB -SITE ADDRESSES: FAR - https://acquisition.gov/far/index.html and DFARS - www.acq.osd.mil/dpap/dars/dfarspgi/current/ Provision 52.212-1, Instructions to Offerors - Commercial Provision 52.212-2, Evaluation -- Commercial Items (See Attached) Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items. The Government will check SAM for your firm's representations and certifications. Please ensure your SAM registration is up to date. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (See attached) Additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are as follows: 52.204-2 -- Security Requirements 52.229-1 - State and Local Taxes APR 1884 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors 252.203-7000 Requirements relating to compensation of former DoD officials (SEP 2011) 252.204-7005 - Oral Attestation of Security Responsibilities. 252.204-7009 - Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.246-7003 Notification of Potential Safety Issues JUN 2013 252.227-7000 - Non-Estoppel OCT 1966 252.227-7001 - Release of past Infringement AUG 1984 252.227-7002 - Readjustment of Payments OCT 1966 252.227-7003 - Termination AUG 1984 252.227-7004 - License Grant AUG 1984 252.227-7005 - License Term-Alternate II OCT 2001 252.227-7006 - License Grant-Running Royalty AUG 1984 252.227-7007 - License Term-Running Royalty AUG 1984 252.227-7012 - Patent License and Release Contract SEP 1999 Questions may be submitted through November 26, 2018 by 1:00 AM. All responsible sources may submit a proposal which shall be considered by the agency. Proposals must be submitted via electronic means (e-mail) by 0900 A.M Pacific Time. Pacific on 10 December, 2018. Proposals must be submitted electronically via e-mail to the Contract Specialist, Hannah Stipanovich: hannah.stipanovich@navy.mil (360)-627-4363, and Contracting Officer, Daniel J. Ellis: daniel.ellis@navy.mil. Secondary point of contact is Trevor Park and can be contacted via e-mail: trevor.park@navy.mil Point of Contact for small business questions or assistance is the Puget Sound Naval Shipyard and Intermediate Maintenance Facility Deputy for Small Business Brenda Lancaster. Direct: (360) 476-1327 Email: brenda.lancaster@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18Q1319/listing.html)
 
Place of Performance
Address: At Contractor's facility., United States
 
Record
SN05148556-W 20181111/181109230353-9843fbe67c1569e7716ea079b55bb536 (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.