Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 17,1998 PSA#2223

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

U -- CLINICAL PRECEPTORSHIP SOL N00244-99-R-0129 DUE 120198 POC Jo Escalera, Code 2701, (619) 532-2558 WEB: Click here for the FAR/DFARS web site., http://farsite.hill.af.mil/vffar1.htm. E-MAIL: Click here to contact the contracting officer via, jo_c_escalera@sd.fisc.navy.mil. 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. Solicitation Number N00244-99-R-0129 applies and is issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars (FAC) 97-09 as provided on-line at http://farsite.hill.af.mil/vffar1.htm. ***Note: FAC 97-07 is not effective until 01Jan99*** The August 1998 Defense Federal Acquisition Regulation Supplement (DFARS), is current up to DCN 19981109 and is provided on-line at http://farsite.hill.af.mil/VFDFAR1.HTM. This solicitation is issued on an unrestricted basis. All responsible sources may submit an offer. Offerors are expected to propose innovative approaches to accomplish this effort in an economical yet effective manner. The following clauses are hereby incorporated by reference or full text as appropriate: FAR 52.212-1, Instructions to offerors -- commercial, FAR 52.212-2, Evaluation -- commercial items, FAR 52.212-3, Offeror representations and certifications -- commercial items, FAR 52.212-4, Contract terms and conditions-commercial items and FAR 52.212-5, Contract terms and conditions required to implement statutes or executive orders -- commercial items. ADDENDUM: FAR 52.212-1: Addenda (a): Pursuant to FAR 19.102, the Standard Industrial Classification (SIC) code is 8748, with a business size standard of $5.0M. The assigned Federal Supply Class (FSC) is U099. Addenda (b)(4): PREPARATION AND SUBMISSION OF OFFERS: Offerors shall provide their proposals in separate sections as addressed below in hard copy and diskette (MS word), no later than the closing date and time established within this announcement. Detailed information on the Sections is provided below. There are no limitation to page counts, except for Section I. There are Five Sections to offerors proposals: Section I -- Technical Capability, Section II -- Past Performance, Section III -- Price, Section IV -- Subcontracting Plan, and Section V -- Representations and Certifications (Response to FAR/DFARS 52.212-3/ 252.212-7000). Section I -- Technical Capability Proposal: limited to 30 pages (proposal cover page, table of contents, key personnel resumes and company proprietary statements, are not included in the page count). The *Technical Capability Proposal will consist of three parts: (1) Contractor's Statement of Work, (2) Contractor's Management Plan, and (3) Key Personnel Resumes. Part(1) -- The contractor must write a Statement of Work that responds to the solicitation and meets the criteria in the Statement of Objectives (SOO) (also see FAR 52.212-2). The SOO is a Government prepared document incorporated into the RFP that states the overall solicitation objectives. The intent of the SOO is to provide offerors maximum flexibility to propose innovative approaches. Offerors will use the SOO, together with other portions of the RFP as a basis of preparing a proposed Statement of work (SOW). The SOW will be submitted as part of the proposal and will become an attachment to the contact at award. Part(2) -- The contractor's Management Plan must demonstrate an understanding of the Navy and Marine Corps policies concerning alcohol and drug abuse; facilitation of the Clinical Preceptorship program required to support the substance abuse counselors; including the ability to maintain a professional resource base to perform all aspects of the Clinical Preceptorship program at the Navy and Marine Corps world wide installations; Part(3)- Key Personnel Resumes -- (Only Key Personnel Resumes will be evaluated). Offeror's have the opportunity to propose "equivalent" commercial industry labor categories. Key Personnel Resumes shall address the minimum education and experience requirements as follows: PROJECT MANAGER OR EQUIVALENT -- Education: Candidate shall have a Ph.D. degree in the clinical field. Experience: Candidate's experience shall address the experience requirements of (1) managing projects or programs of similar scope, (2) certified as an alcohol/drug abuse counselor and (3) 5 years experience in the development of counselor credentialing programs and in delivery of clinical supervision for alcohol and drug abuse counselors. CLINICAL COORDINATOR OR EQUIVALENT -- Education: Candidate shall possess a master's degree from an accredited college or university. Experience: Candidate's experience shall address the experience requirements of (1) being a practicing clinician, (2) if a recovering alcoholic or drug abuser, a minimum of 4 years sobriety, and (3) 7 years fulltime counseling experience with alcoholics/drug abusers, 4 of the 7 years of approved full time clinical supervision in the practice of counseling, with a caseload of at least 50% of the clients were alcoholics/drug abusers. CLINICAL SUPERVISOR OR EQUIVALENT: Education: Candidate shall possess a master's degree from an accredited college or university. Experience: Candidate's experience shall address the experience requirements of (1) being a practicing clinician, (2) if a recovering alcoholic or drug abuser, a minimum of 4 years sobriety, and (3) 7 years fulltime counseling experience with alcoholics/drug abusers, 4 of the years as a clinical supervisor, with a caseload in which at least 50% of the clients were alcoholics/drug abusers. *ORAL PRESENTATIONS are intended to complement the written Technical Capability offer, allowing for greater interaction between the government and the offeror through open communication as defined in FAR Part 15.306 "Exchange with Offerors after Receipt of Proposals". Offerors are required to provide an oral presentation of their Technical Capability proposal. Only the content of the written technical capability proposal will be evaluated. Presentations will be scheduled approximately three to seven working days after the solicitation closing date. The Contracting Officer and the offeror will mutually agree upon the schedule of presentations. In the event a time and date cannot be agreed to, the Contracting Officer shall designate a time and date for Oral Presentations which will be considered final. Offerors who do not conduct oral presentations on the exact date and time of their scheduled appointment will not be considered for award. Oral presentations will be conducted at Fleet and Industrial Supply Center, 937 North Harbor Drive, San Diego CA. No additional or modified written documentation will be accepted or considered during oral presentations. To the extent there are discrepancies between written proposals and oral presentations, the written proposals will prevail for evaluation purposes. Contractor presenters will be limited to two. Time limitation of the Oral Presentation of Technical Capability is 60 minutes. After the oral presentation there will be a 30-minute Question and Answer (Q&A) session. The Q&A will be recorded on audiocassette tape and shall not be deemed to constitute "discussions" as defined in FAR 15.306. Visual Media: Black and White (preferred) Transparency slides (unlimited # of slides, but must be sufficient to meet the presentation time limit), Government will provide presentation equipment (Overhead Projector). Submit 5 hard copies of offeror's slides to the Contracting Officer prior to the scheduled time of the Oral Presentation. NOTE: Do not include price in your technical presentation. The Government will record oral Presentations by audiocassette tape. Section (II): Past Performance -- Provide a Contractor Performance Data Sheet (CPDS) for each contract completed or existing contract. If an existing contract is used, as a minimum, the base year of the contract must be completed. For IDIQ contracts, with the base year completed, offerors shall report on all completed delivery/task orders collectively (as one contract). Prime contractors and proposed subcontractors are each required to submit CPDS consisting of the following information: (1) Contractor name (2) Division (3) Address (4) RFP # (5) Name of person at contractor facility who can verify contract data (6) Telephone No. (7) Fax No. (8) List Performance Data on your three (3) most recently completed Federal Government Contracts (NOT to exceed three (3) years since completion) for like similar items under this RFP. (If you do not have three (3) Federal Government contracts, then list state, local, or commercial contracts, in that order, to complete this report), (9) Contract No. (10) Date completed (11) Contract Type (Fixed Price, Cost Reimbursable, etc), (12) Item Description (13) Contract quantity/length of service, (14) Customer Name (15) Customer (Person who can verify data) (16) Address (17) Telephone No. and (18) FAX No. Section III: Price -- Contractors are encouraged to develop their pricing strategy based on commercial industry standards. It is requested that each Contract Line Item Numbering (CLIN) s reflectfirm fixed pricing (i.e., monthly, lot, or job). Refer to Defense Federal Acquisition Regulation Supplement (DFARs) Subpart 204.71 for CLIN procedures. The pricing structure for the U.S. Navy (USN) and U.S. Marines Corps (USMC) shall be identified in offerors proposals. For the BASE YEAR, identify ONLY the USN. For OPTION YEAR I, identify BOTH the USN and USMC pricing Clins. In OPTION YEAR I, USMC clins shall be identified as "Option Quantities", subject to FAR 52.217-7 "Increased Quantity-Separately Priced Line Item". Additional performance sites may be added within a geographical performance location, therefore both the USN and USMC quantities (in any performance contract year), may be subject to FAR 52.217-6 "Options for Increased Quantities. The Government intends to place orders against the proposed contract. The type of contract will be Firm Fixed Price, Indefinite delivery/Indefinite quantity. Proposed unit prices shall be for the Base Year, and One Option Year and therefore should be appropriately identified by the CLIN structure (example: Base Year: Clins 0001 and 0002**Option Year I: Clins 0003 and 0004). Section IV: Subcontracting Plan -- A "Subcontracting Plan for Small and Small Disadvantaged Business Concerns" shall be submitted in accordance with the provisions of FAR 52.219-9, incorporated by reference hereto. A subcontracting plan is required as part of the initial proposal submission from all offerors other than small business concerns. The government will review each plan to ensure that it is consistent with the provisions of FAR 52.219-9. The subcontracting plan will be subject to negotiations along with the other terms and conditions of the potential contract. Section V: Representations and Certifications -- Commercial Items as required by FAR 52.212-3 and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Amendments to this solicitation will be published in the same manner as this initial synopsis/solicitation. The Defense Priorities and Allocations System (DPAS) and assigned rating are: DO-S10. Addenda (h): the Government anticipates a single contract award. FAR 52-212-2 -- Evaluation-Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The contract award will be based upon a "Best Value" approach and the following factors shall be used to evaluate offers: (1) Technical Capability of proposed item/service to meet the requirement (2) Past Performance (3) Price. The factors are listed in descending order of importance. Technical and Past Performance, when combined, are significantly more important than Price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Addenda (d) to FAR 52.212-2: Factor (1) Technical Capability of Proposed Item/Service to meet the requirement, will be evaluated by the technical information submitted in response to FAR clause 52.212-1 -- Instructions to Offerors-Commercial Items. Technical Capability will consist of three parts: (1) Contractor's Statement of Work (SOW) -- the contractor must write a SOW that responds to the criteria in the Statement of Objectives (SOO); (2) Contractor's Management Plan; and (3) Key Personnel Resumes. The factor for Technical Capability will be evaluated on a five tier adjectival scoring system: Excellent, Good, Satisfactory, Marginal, and Unsatisfactory. The following SOO is based on the Government's minimum needs. STATEMENT OF OBJECTIVES (SOO): ): (Any references to DoD or BUPERS instructions, including CDRLs will be provided as requested by interested offerors by contacting the Contracting Officer by email). 1.0 INTRODUCTION AND PURPOSE: 1.1 Introduction -- The contractor will perform a full range of support services for the administration, delivery and evaluation of the Navy and Marine Corps substance abuse program at naval installations worldwide, which includes a supervised internship mandated by the Department of Defense (DOD) Instruction 1010.6 and Bureau of Naval Personnel Instruction (BUPERSINST) 5350.1. To meet this requirement and ensure delivery of quality patient care by competent drug and alcohol counselors, individualized instruction in counseling skills development and other related activities must be provided to military and civilian personnel assigned the responsibility of clinical treatment and care. The services are provided by Alcohol Rehabilitation Department (ARD), Alcohol Treatment Facilities (ATF), Counseling and Assistance Centers (CAAC), Navy Addictions Rehabilitation Center (NARC), Navy Drug and Alcohol Counselor School (NDACS), and Substance Abuse Rehabilitation Department (SARD). Treatment Philosophy: The Navy and Marine Corp recognize alcoholism as a primary chronic disease that is related to bio-psycho-social and spiritual impairments. An alcohol-dependent person is diagnosed and placed into an appropriate level of care as determined by the DSM-IV utilizing Patient Placement Criteria (PPC2). The Navy and Marine Corp have used the comprehensive interdisciplinary model and the Twelve Step self-help recovery; e.g. Alcoholics Anonymous, Narcotics Anonymous. Drug and Alcohol Counselors: Basic substance abuse knowledge and skills training course are provided by the Naval School of Health Sciences (Navy Drug and Alcohol Counselor School (NDACS), focusing on 12 Core functions: screening, intake, orientation, assessment, treatment planning, counseling, case management, crisis intervention, client education, referral, reports, record keeping and consultation. Civilian counselors have completed, as a minimum, a specialized course equal to NDACS in the civilian sector. 1.2. Purpose: Based on the SOO, the contractor will provide a continuum of clinical and professional development for the Navy and Marine Corp substance abuse counselors, which ultimately impacts the delivery of quality patient care. The contractor will provide clinical preceptorship and the necessary managerial personnel, administrative procedures, quality assurance travel support and materials in accordance with Task Order(s) and the contractor proposed Statement of Work at worldwide treatment sites as follows: U.S. NAVY SITES: ARD CHARLESTON, ARD GREAT LAKES, ARD OKINAWA, ATF BREMERTON, ATF MERIDIAN, ATF PENSACOLA, ATF ROTA, ATF YOKOSUKA, NARC JACKSONVILLE, NARC NORFOLK, NDACS SAN DIEGO, SARD SAN DIEGO, TRI-SARC MALCOLM GROW, CAAC LOCATIONS AT: ANNAPOLIS, BRUNSWICK, CHINA LAKE, CORPUS CHRISTI, EARL NJ, DIEGO GARCIA, GUAM, GUANTANAMO BAY, GULFPORT, KEFLAVIK, KEY WEST, KINGS BAY, LA MADDALENA, LEMOORE, LONDON, MAYPORT, MEMPHIS, NAPLES, NEWPORT, NEW LONDON, ORLANDO, PATUXENT RIVER, PEARL HARBOR, PORT HUENEME, ROOSEVELT ROADS, SASEBO, SIGONELLA, WHIDBEY ISLAND, (Fallon NV may be added in the 2nd or 3rd Qtr of FY99), USS CONSTELLATION, USS D. EISENHOWER, USS ENTERPRISE, USS J.F. KENNEDY, USS KITTY HAWK, USS A. LINCOLN, USS C. NIMITZ, USS G. WASHINGTON, USS T. ROOSEVELT, USS J.C. STENNIS, USS C. VINSON, and USS H. TRUMAN. U.S. MARINE SITES: SACC ALBANY GA, SACC HENDERSON HALL, SACC BARSTOW, SACC BEAUFORT SC, ATF NAVHOSP C LEJEUNE, CSACC CAMP PENDLETON, SACC CHERRY PT, SACC IWAKUNI, SACC JACKSONVILLE (N.RI), SACC KANEOHE, SACC KANSAS CITY, SACC SAN DIEGO, SACC MCAS MIRAMAR, CSACC OKINAWA, SACC PARRIS ISLAND, CSACC QUANTICO, SACC EL TORO, SACC TWENTY-NINE PALM, SACC YUMA, AND NAVHOSP OKINAWA. 2.0 OBJECTIVES: 2.1 Clinical Preceptorship: *** Provide a tutorial/mentoring process in which a person with expertise and skills is responsible for training and evaluating the performance of another person via case review and direct/indirect observation of counseling sessions. ***Provide support services to all Navy/Marine Corps counselors who are required to receive a minimum of 48 to 50 hours of clinical preceptorship yearly. 2.2 Preceptorship Requirements: *** Provide qualified clinical preceptors along with treatment site director, for on-going clinical preceptorship and training of alcohol and other drug abuse counselors assigned to designated ARDs, ATF's, CAACs, NARC, SARD, and NDACS. *** Provide clinical preceptor, along with treatment site director with the ability to assess and develop each counselor's skill using Individual Development Plan (IDP) and to document weaknesses strengths, goals and methods to be utilized in achieving those goals. *** Provide clinical preceptor for each intern and certified counselor with periodic training, direct verbal feedback every 30 calendar days and concise written feedback at least every 90 calendar days utilizing the Quarterly Feedback Form (Government developed form). *** Provide Preceptorship at each facility at least twice per month, except for those designated as remote facilities. 2.3 Administrative Tasks *** Provide each counselor with Certificate of Completion documenting the total number of clinical preceptorship hours received. *** Utilize and revise the Preceptor Guidelines, the Counselor Workbook, and other materials necessary in support of the Navy's Alcohol and Drug Abuse Program (NADAP). *** Ensure that copies of all written correspondence addressed to treatment centers are sent to NSHS (Attn: NDACS Code 052) for coordination and clarification between the contractor and treatment sites. *** May be tasked to host in conjunction with the USN and USMC Headquarters program personnel and NSHS (Code 052), one training meeting for preceptors during the current contract performance year. Contractor is required to submit an outbrief of the meeting within 30 calendar days from the conclusion date of the meeting. 2.4 Records and Controls *** Monitor and evaluate the Navy and Marine's clinical preceptorship and internship program by gathering data through interviews or surveys solicited from preceptors, site directors and counselors. *** Posted 11/13/98 (W-SN271063). (0317)

Loren Data Corp. http://www.ld.com (SYN# 0083 19981117\U-0001.SOL)


U - Education and Training Services Index Page