Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2024 SAM #8207
SOURCES SOUGHT

R -- Employee Assistance and Work-life Referral Service Program for the Internal Revenue Service

Notice Date
5/15/2024 1:24:18 PM
 
Notice Type
Sources Sought
 
NAICS
624190 — Other Individual and Family Services
 
Contracting Office
INTERNAL REVENUE SERVICE ANCHORAGE AK 99508 USA
 
ZIP Code
99508
 
Solicitation Number
5000166165
 
Response Due
5/23/2024 9:00:00 AM
 
Archive Date
06/07/2024
 
Point of Contact
James Eckhardt, Mathew Nelker
 
E-Mail Address
james.e.eckhardt@irs.gov, mathew.nelker@irs.gov
(james.e.eckhardt@irs.gov, mathew.nelker@irs.gov)
 
Description
INTENT OF NOTICE This is a Sources Sought Notice and is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. Per Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses do not affect a potential offeror's ability to respond to any future synopsis/solicitation. The Government will not provide reimbursement for any information that may be submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding to this notice. This notice is a market survey being conducted solely to determine whether there are adequate Small Business contractors for the following proposed procurement. DESCRIPTION OF SERVICES This requirement is for the integrated Employee Assistance and Work-life Referral Service Program for Internal Revenue employees. The EAP helps employees experiencing problems that may affect job performance and quality of life. This requirement calls for all IRS employees and their immediate family members to receive an integrated Employee Assistance and Work-life Referral Service (WLRS) Program.� �Immediate Family Members� is defined as members of the immediate household who are dependents, which may include children, elderly parents, and/or spouses/partners who share financial and family caretaking responsibilities. The Contractor, subcontractors, consultants, and their respective employees shall comply at all times with applicable provisions of federal, state, and local law, including the Health Insurance Portability and Accountability Act (HIPAA).� Services are provided to all IRS employees and their immediate family members regardless of their function or geographic post of duty, including those in outlying areas. There is no cost to employees and eligible family members for EAP and Work-life services. The current population of the IRS is 85,227 and expected to be more than 90,000 by the end of calendar year 2024. See attached Performance Work Statement for more information. TYPE OF CONTRACT The work under this contract is firm fixed price and labor hours contract. LOCATION OF SERVICES Most be able to provide services to all IRS locations throughout the United States and its outlying areas. ANTICIPATED CONTRACT SERVICE PERIODS Base Ordering Period ����������������������������������������������� January 1, 2025 to December 31, 2025 Option Ordering Period 1����������������������������� ������������ January 1, 2026 to December 31, 2026 Option Ordering Period 2��������������������������������������� �� January 1, 2027 to December 31, 2027 Option Ordering Period 3�������������������������������������� ��� January 1, 2028 to December 31, 2028 Option Ordering Period 4������� ���������������������������������� January 1, 2029 to December 31, 2029 Option to Extend Services (FAR 52.217-8)����������� ��� January 1, 2030 to June 30, 2030 SIZE STANDARD The applicable NAICS code is 624190, Other Individual and Family Services, and the small business size standard is $16 million. SELECTION/AWARD PROCEDURES The award will be made utilizing a best value trade off methodology. The objective of the selection method is to select the proposals that represent the best value to the Government. The award will be made to the responsible Offeror whose proposal/quote conforms to the solicitation and offers the best value to the Government, considering the price and non-price factors. For this procurement, it is anticipated that the technical factors when combined will be significantly more important than price. RESPONSE INFORMATION Interested vendors shall complete the attached form no later than 12:00 PM on May 23, 2024 and return it to james.e.eckhardt@irs.gov along with a 1 page capability statement. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. All interested Small Business contractors are encouraged to submit responses.� Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response. After review of the information received, a solicitation may be published on www.Sam.Gov.� A determination by the Government to proceed with the acquisition as a set-aside is within the sole discretion of the Contracting Officer.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/23dcd8ac44b847a581b2f63688afe6c9/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07065879-F 20240517/240515230053 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.