MODIFICATION
R -- WORKPLACE HELPLINE
- Notice Date
- 6/16/2004
- Notice Type
- Modification
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101 5600 Fishers Lane, Rockville, MD, 20857
- ZIP Code
- 20857
- Solicitation Number
- CJG1001
- Response Due
- 7/7/2004
- Archive Date
- 7/22/2004
- Point of Contact
- Chris Ganey, Contract Specialist, Phone 301-443-4379, Fax 301-443-3849,
- E-Mail Address
-
cganey2@psc.gov
- Small Business Set-Aside
- Total Small Business
- Description
- THE ABOVE REFERENCED COMBINED SOLICITATION/SYNOPSIS IS AMENDED AS FOLLOWS: ADD INSTRUCTIONS TO OFFERORS AND STATEMENT OF WORK. Ladies and Gentlemen: This is a combined synopsis/solicitation entitled: “Workplace Helpline.” You are invited to submit a proposal in accordance with the requirements of Request For Quotation (RFQ) CJG1001. This requirement is for the Substance Abuse and Mental Health Health Services Administration. The award shall be a fixed-price, simplified acquisition. This is a total small business set-aside. Please read the attached solicitation carefully and prepare your proposal in accordance with the requirements contained in THE ATTACHMENT, Instructions to Offerors. INSTRUCTIONS TO OFFERORS contains the evaluation criteria. Prospective offerors are requested to submit all questions in writing to cganey2@psc.gov or by facsimile to (301) 443-3849. You must reference the RFQ Number CJG1001. All questions must be submitted by 4 p.m., local prevailing time, June 22, 2004. The questions will be responded to in an amendment to the solicitation. An original and 3 (three) copies of your complete proposal must be received by the Contracting Office at the address shown below, no later than 4pm, local prevailing time on July 7, 2004. Department of Health and Human Services, PSC Division of Acquisition Management, SAS Parklawn Building, Room 5-101 5600 Fishers Lane Rockville, MD 20857 All proposals shall be marked with the RFQ Number CJG1001. Electronic proposal submissions will not be accepted. Because of the increased security at Federal Buildings, please allow extra time for your proposal to be delivered to the Contracting Office. Proposals that are delivered by the Contractor or by a Courier must be taken to the Loading Dock behind the Parklawn Building, accessed via Parklawn Drive. The telephone number for the Contractor or Courier to be escorted to the Contracting Office from the loading dock is (301) 443-2475. It is the Offeror's responsibility to get all proposals to Room 5-101 by the scheduled closing date and time. Proposals received late in the Contracting Office due to a delay caused by security measures are considered late. This RFQ does not commit the Government to pay any costs for the preparation and submission of your proposal. It is also brought to your attention that the Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds in connection with the proposed requirement. If any additional information is required, please contact Mr. Chris Ganey, Contract Specialist, at the above address or on (301) 443-4379, facsimile (301) 443-3849, e-mail: cganey2@psc.gov. Sincerely yours, Chris Ganey Contract Specialist Enclosure 1) INSTRUCTIONS TO OFFERORS. 2) STATEMENT OF WORK INSTRUCTIONS TO OFFERORS AND EVALUATION OF PROPOSALS Your attention is directed to the requirements for technical and business proposals and past performance information to be submitted in accordance with the following instructions. These instructions establish the acceptable minimum requirements for the content of proposals. The proposal shall be prepared and submitted in two volumes: Volume I - Technical Proposal Volume II - Business Proposal Each of these volumes must be separate and complete in itself so that the evaluation of one may be accomplished independently of evaluation of the other. The Government shall evaluate proposals in accordance with the evaluation criteria set forth in this document. It is essential that the Offeror explicitly address all evaluation criteria, including subjective factors, in the written proposal. The RFQ does not commit the Government to pay any cost for preparation and submission of a proposal. In addition, the Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds in connection with this proposal acquisition. The proposal shall be signed by an official authorized to bind the Offeror’s organization to perform. An original and three (3) copies of the complete proposal shall be sent to the following address prior to the closing date: DHHS/Program Support Center SAS/DAM RFQ: CJG1001 5600 Fishers Lane, Room 5-101 Rockville, MD 20857 1. VOLUME I - TECHNICAL PROPOSAL The technical proposal must discuss the proposal technical approach in sufficient detail to clearly and concisely demonstrate that the Offeror has a understanding of all requirements specified in the Statement of Work. Resumes shall be included which demonstrate experience in providing services described in the statement of work. The technical proposal shall not contain price information; however, resource information such as data concerning labor hours and categories, materials, subcontracts, etc., must be contained in the technical proposal so that the Offeror’s understanding of the detail and complexity of the requirements may be evaluated. 2. VOLUME II - BUSINESS PROPOSAL The business proposal shall include the number of hours and hourly rate for each individual proposed. Rates provided shall be fully loaded. The completed Representations and Certifications shall be included in the business proposal. 3. EVALUATION OF PROPOSALS In order for proposals to be considered acceptable and eligible for award, they must be prepared in accordance with the instructions given in this solicitation. Proposals shall first be evaluated from a technical standpoint based on the Offeror’s technical proposal and the technical evaluation criteria contained in item 4 below. Finally, price which is not a numerically weighted factor, will be evaluated. The hourly rate will be reviewed to determine if it is realistic for the work to be performed, and if it is consistent with the Offeror’s technical submission. 4. TECHNICAL EVALUATION Offerors’ proposals will be evaluated in accordance with the evaluation criteria set forth below. Basis for award will be made to the offeror whose offer conforming to the solicitation will be most advantageous to the Government (Best Value), considering both technical proposal and price. Technical quality of the proposal is considered paramount. In the event that proposals are considered technically equal, price will be the deciding factor. TECHNICAL EVALUATION CRITERIA The following criteria are those that will be applied in the evaluation of your proposal. The assigned weight of each factor is shown below. 1. Understanding the Project 25 Points $ Proposal demonstrates the offeror’s familiarity with and understanding of the work described in the Statement of Work. $ The extent to which the proposal reflects an understanding of the tasks to be performed. $ Discussions in the proposal regarding the tasks are stated clearly and comprehensively. $ Proposal, when compared to the Statement of Work, demonstrates consistency with the tasks. 2. Technical Approach 25 Points $ Proposal describes how the offeror plans to accomplish each task as described in the Statement of Work. $ The offeror’s approach to accomplish each task as described in the Statement of Work is acceptable. $ The offeror’s response times, where appropriate, for the tasks in the Statement of Work are acceptable. 3. Personnel 25 Points $ Proposal demonstrates that the individual(s) have the appropriate knowledge of all aspects of substance abuse prevention programs, employee assistance programs, employee education programs, supervisor training programs, and drug testing programs. $ Proposal demonstrates that the individual(s) can perform the tasks independently and objectively. $ Proposal demonstrates the ability of the individual(s) to document the tasks as described in the Statement of Work. $Proposal demonstrates individual(s) has Hotline experience. 4. Experience 25 Points $ Proposal demonstrates that the individual(s) have experience in addressing questions from businesses and organizations about workplace drug and alcohol abuse problems and their solutions. STATEMENT OF WORK: Description/Specifications/Work Statement A. Background In 1986, Presidential Executive Order 12564 required that each Federal Executive branch agency develop and implement programs to address drugs in their workplaces with a comprehensive program that would include a written policy, access to an employee assistance program services, employee education, supervisor training, and drug testing. The Department of Health and Human Services (HHS) was required to oversee the development of the Federal-wide program and help agencies with implementation efforts. In addition, HHS was required to establish and operate a toll-free telephone service for business and industry that would answer their questions about drug use in the workplace. The toll-free telephone service, which is the subject of this procurement, was initiated in 1987, and has continued uninterrupted since. Under the Reorganization of the Alcohol, Drug Abuse and Mental Health Administration on October 1, 1992, the administrative responsibility for managing this telephone consulting service was transferred to the Center for Substance Abuse Prevention (CSAP) in the Substance Abuse and Mental Health Services Administration (SAMHSA). In light of CSAP's prevention mission, the Workplace Helpline began to consult on alcohol issues and problems as well as drugs, and expanded its scope of coverage to include any community-based programs whose mission is to reduce or eliminate the problems of alcohol and drug abuse in their communities’ workplaces. The Workplace Helpline responds to a critical need on the part of its largest constituent--small business. As has been the case since its inception, the Workplace Helpline receives most of its requests for assistance from small business owners (i.e., employee populations of 250 or less) who represent the vast majority of enterprise in the American economy. Small business also represents the segment least informed and least involved in addressing workplace alcohol and drug abuse problems. The service is available to all 50 States and territories of the United States and has assisted employers from other countries. B. Objectives The purpose of this requirement is procure the professional services of one full-time individual or two part-time individuals who have the appropriate knowledge and experience to continue the operation of the CSAP Workplace Helpline for a period not to exceed 12 months. The one full-time individual or two part-time individuals will work a maximum total of 40 hours per week. The Helpline individuals will normally operate the helpline from Monday through Friday (except for Federal holidays). Federal holidays include New Year’s Day, Martin Luther King, Jr.’s Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. The individual(s) can work their 8 hours between the flex hours of 7 a.m. to 7 p.m. local time. If two part-time individuals share operating the helpline, the two part-time individuals can split the 40 hours per week in any ratio. Under no circumstances would the total hours exceed 40 hours per week. C. Specific Requirements of CSAP CSAP shall provide: 1. The Workplace Helpline 800 telephone number and local phone line and number; 2. A telephone messaging system; 3. Payment of all Workplace Helpline service telephone charges during the award period (CSAP will also be responsible for all repairs necessary for the phones and phone equipment); 4. An office with, at a minimum, a desk, chair, personal computer with appropriate software, and administrative support; 5. A free parking space; and 6. All records, publications, materials, and information developed by the previous specialists in the performance of their helpline duties. D. Specific Requirements of the Helpline Individual(s) Task 1. The Helpline individual(s) answer telephone and email inquiries from businesses, industries, and community-based substance abuse prevention programs about alcohol and drug abuse and how to eliminate their use at work. Task 2. The Helpline individual(s) document each inquiry and describe the answer and information provided. Task 3. The Workplace individual(s) provide technical assistance on establishing comprehensive alcohol and drug-free workplace programs that include provisions for a written policy, employee assistance program services, employee education, supervisor training, and drug testing. Task 4. The Workplace individual(s) provide sources of publications, when requested by callers, that are pertinent to the issues presented by callers. Task 5. The Workplace individual(s) refer callers to other local and national resources for additional assistance when they are unable to provide the information (for example, other Federal or state agencies where relevant laws or regulations govern aspects of private or public workplace programs, community-based substance abuse prevention programs, legal assistance organizations, employee assistance programs). Task 6. The Workplace individual(s) provide in-person program consultation and training to businesses in the Metropolitan Washington, D.C., at no cost to them. Task 7. The Workplace individual(s) conduct quarterly call-back evaluations to determine the percentage of callers to the Workplace Helpline that have taken action to develop some form of workplace substance abuse prevention initiative based on their contact with the Workplace Helpline. Delivery Schedule: Tasks/records shall be maintained in the office where the Workplace Helpline individuals work. Records shall be monitored by the Government Project Officer. Payment Schedule: Contractor shall invoice monthly for all hours worked with all backup timesheets attached. The invoice details shall state what period of time the invoice is covering (example: from November 1, 2003 through November 30, 2003); Job title actual hours; billed hours; breakdown of each individual (Joe week 1, 2, 3, and 4 then Sammy week 1, 2, 3, and 4 etc.) and the hours per week that each has worked under this order. Period of Performance: Twelve months from date of award. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (16-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/HHS/PSC/DAM/CJG1001/listing.html)
- Record
- SN00605043-F 20040618/040616214747 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |