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