Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2004 FBO #1062
SOLICITATION NOTICE

Q -- Civilian Employee Assistance Program Services for NSA Philadelphia

Notice Date
10/21/2004
 
Notice Type
Solicitation Notice
 
NAICS
621330 — Offices of Mental Health Practitioners (except Physicians)
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
 
ZIP Code
19111-5083
 
Solicitation Number
N00140-05-R-0005
 
Response Due
11/8/2004
 
Archive Date
12/10/2004
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). The RFQ number is N00140-05-R-0005. This solicitation documents and incorporates provisions and clauses in effect through FAC 2001-24 and DFARS Change Notice 20040625. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm . The NAICS code is 621330 and the Small Business Standard is $6.0 million. This is a 100% Small Business Set-Aside. The Philadelphia Division, contracting Department, FISC Norfolk requests responses from qualified sources capable of providing the following: EMPLOYEE ASSISTANCE PROGRAM Performance Work Statement: [WILL BE ISSUED IN AMENDMENT 0001 HERETO]. REQUIRED STANDARD OF WORKMANSHIP (FISC DET PHILA)(OCT 1992): Unless otherwise specifically provided in this contract, the quality of all services rendered hereunder shall conform to the highest standards in the relevant profession, trade or field of endeavor. All services shall be rendered by or supervised directly by individuals fully qualified in the relevant profession, trade or field, and holding any licenses required by law. Should the provider of services fail to meet a minimum level of quality, the contract shall be decremented to the degree of non-performance, according to the following: for each complaint of inadequate or inappropriate response to patient needs where the complaint is found to be legitimate, the total value of the contract will be decremented by 1.0%. The schedule is as follows: 0001, Counseling Services for Base Period in accordance with the Performance Work Statement, 1 Jan 05 through 30 Sep 05 (9 MO); 0002, Develop and Conduct one 2-hour training session for new supervisors, in accordance with the PWS for the Base Period, 1 Jan 05 through 30 Sep 05 (1 EA); 0003, Develop and conduct one 2-hour refresher training session for supervisors, in accordance with the PWS for the Base Period, 1 Jan 05 through 30 Sep 05 (1 EA); 0004, Develop and conduct six 2-hour general employee informational programs, in accordance with the PWS for the Base Period, 1 Jan 05 through 30 Sep 05 (6 EA); 0005, Provide 24-hour toll-free telephone line, in accordance with the PWS for the Base Period, 1 Jan 05 through 30 Sep 05 (9 MO); 0006, Counseling Services for Option Period I in accordance with the PWS, 1 Oct 05 through 30 Sep 06 (12 MO); 0007, Develop and Conduct one 2-hour training session for new supervisors, in accordance with the PWS for Option Period I 1 Oct 05 through 30 Sep 06 (1 EA); 0008, Develop and conduct one 2-hour refresher training session for supervisors, in accordance with the PWS for Option Period I, 1 Oct 05 through 30 Sep 06 (1 EA); 0009, Develop and conduct six 2-hour general employee informational programs, in accordance with the PWS for Option Period I, 1 Oct 05 through 30 Sep 06 (6 EA); 0010, Provide 24-hour toll-free telephone line, in accordance with the PWS for Option Period I, 1 Oct 05 through 30 Sep 06 (12 MO); 0011, Counseling Services for Option Period II in accordance with the PWS, 1 Oct 06 through 30 Sep 07 (12 MO); 0012, Develop and Conduct one 2-hour training session for new supervisors, in accordance with the PWS for Option Period II, 1 Oct 06 through 30 Sep 07 (1 EA); 0013, Develop and conduct one 2-hour refresher training session for supervisors, in accordance with the PWS for Option Period II, 1 Oct 06 through 30 Sep 07 (1 EA); 0014, Develop and conduct six 2-hour general employee informational programs, in accordance with the PWS for Option Period II, 1 Oct 06 through 30 Sep 07 (6 EA); 0015, Provide 24-hour toll-free telephone line, in accordance with the PWS for Option Period II, 1 Oct 06 through 30 Sep 07 (12 MO); 0016, Counseling Services for Option Period III in accordance with the PWS, 1 Oct 07 through 30 Sep 08 (12 MO); 0017, Develop and Conduct one 2-hour training session for new supervisors, in accordance with the PWS for Option Period III, 1 Oct 07 through 30 Sep 08 (1 EA); 0018, Develop and conduct one 2-hour refresher training session for supervisors, in accordance with the PWS for Option Period III, 1 Oct 07 through 30 Sep 08 (1 EA); 0019, Develop and conduct six 2-hour general employee informational programs, in accordance with the PWS for Option Period III, 1 Oct 07 through 30 Sep 08 (6 EA); 0020, Provide 24-hour toll-free telephone line, in accordance with the PWS for Option Period III, 1 Oct 07 through 30 Sep 08 (12 MO); 0021, Counseling Services for Option Period IV in accordance with the PWS, 1 Oct 08 through 30 Sep 09 (12 MO); 0022, Develop and Conduct one 2-hour training session for new supervisors, in accordance with the PWS for Option Period IV, 1 Oct 08 through 30 Sep 09 (1 EA); 0023, Develop and conduct one 2-hour refresher training session for supervisors, in accordance with the PWS for Option Period IV, 1 Oct 08 through 30 Sep 09 (1 EA); 0024, Develop and conduct six 2-hour general employee informational programs, in accordance with the PWS for Option Period IV, 1 Oct 08 through 30 Sep 09 (6 EA); 0025, Provide 24-hour toll-free telephone line, in accordance with the PWS for Option Period IV, 1 Oct 08 through 30 Sep 09 (12 MO). The periods of performance are as follows: Base Period-1 Jan 05 through 30 Sep 05, Option Period I-1 Oct 05 through 30 Sep 06, Option Period II-1 Oct 06 through 30 Sep 07, Option Period III-1 Oct 07 through 30 Sep 08, Option Period IV-1 Oct 08 through 30 Sep 09. Services will be inspected and accepted by the Government. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items [applicable are the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402); (5) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644); (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)); (9) 52.219-14, Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14)); (14) 52.222-3, Convict Labor (June 2003)(E.O. 11755); (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (17) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246); (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); (25) 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); and, (30) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332)]. Quoters shall include are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items [applicable are the following clauses: 52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207); 252.232-7003, Electronic Submission of Payment Requests (JAN 2004) (10 U.S.C. 2227); 252.243-7002, Requests for Equitable Adjustment (MAR 1998)(10 U.S.C. 2410); and, 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000)(10 U.S.C. 2631)]. This announcement will close at 2:00 p.m. on Monday, 8 Nov 04. Contact. J. Reinert who can be reached at 215/697-9689 or email joanne.reinert@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. See Numbered Note 1. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of past performance, price and technical acceptability. 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 factors, in order of importance are (1) technical acceptability, (2) past performance and (3) price. With regard to Past Performance: The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter?s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. 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). The clause at FAR 52.217-8, Option to Extend Services applies. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. The clause at FAR 52.217-9, Option to Extend the Term of the Contract applies. The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 57 months. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ . All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Place of Performance
Address: Naval Support Activity, 700 Robbins Ave., Philadelphia, PA 19111, , and other locales as specified in the PWS.
Zip Code: 19111-5083
Country: USA
 
Record
SN00697519-W 20041023/041021212120 (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 |
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.