SOURCES SOUGHT
G -- Sources Sought Notice to seek Capability Statements from Small Businesses in support of Medical Treatment Facilities (MTFs)within the Continental United States (CONUS).
- Notice Date
- 11/1/2004
- Notice Type
- Sources Sought
- NAICS
- 624190
— Other Individual and Family Services
- Contracting Office
- Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W74V8H-05-R-0002
- Response Due
- 11/15/2004
- Archive Date
- 1/14/2005
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT This is Not A Request for Proposals. The Defense Contracting Command Washington (DCC-W) on behalf of the Army Community Family and Support Center (CFSC) Family Advocacy Program (FAP) in support of Medical Treatment Facilities (MTFs) within the Continental United States (CONUS) is conducting a market survey in accordance with the Federal Acquisition Regulation (FAR) Part 10.001 to determine the extent of Small Business participation and capability to perform a requirement to provide So cial Workers Services. DCC-W is seeking Capabilities Statements from Small Business only. The NAICS code is 624190; size standard is $6M. Capability Statements should specifying services that can be provided and include your resource capabilities. Capa bility package should demonstrate firms ability to perform the specific task that are being requested in the Statement of Work. DCC-W is seeking 125 Clinic Social Workers at the following sites (APG Aberdeen, Maryland, Ft. Benning, Georgia, Ft. Bliss, Te xas, Ft. Bragg, North Carolina, Ft. Campbell, Kentucky, Ft. Carson, Colorado, Ft. Drum, New York, Ft. Eustis, Virginia, Ft. Gordon, Georgia, Ft. Hood, Texas, Ft. Huachuca, Arizona, Ft. Irwin, California, Ft. Jackson, South Carolina, Ft. Knox, Kentucky, Ft. Lee, Virgina, Ft. Leonard Wood, Missouri, Ft. Leavenworth, Kansas, Ft. McPherson, Georgia, Ft. Meade, Maryland, Ft. Myer, Virginia, Ft. Polk, Louisiana, Ft. Richardson, Anchorage, AK, Ft. Riley, Kansas, Ft. Rucker, Alabama, Ft. Sill, Oklahoma, Ft. Stewart , Georgia, Ft. Wainwright, Alaska, Ft. Lewis, Washington, PoM, Monterey, California, Scofield Barracks, Hawaii, TAMC, and Hawaii to perform services in accordance with the established principles, practices, and ethics of both the Professional Clinical Ther apies; (e.g., Council on Social Work Education (CSWE), and The Department of the Army regulations. The Offeror and Social Workers shall abide by MTF rules, regulations and bylaws, including the Medical Staff Bylaws as well as applicable Army regulations g overning such things as medical records, reporting child/spouse abuse, etc. Provide services to patients who are eligible beneficiaries of the Military Health Care System as authorized by Army Regulation (AR) 40-3, Medical, Dental, and Veterinary Care. U tilize therapeutic modalities of individual, family, and group therapy to address the problems of family violence (in particular, child and spouse abuse). Clinic Social Workers shall have a Masters or Doctorate Degree from a Council on Social Work Educati on (CSWE) Accredited School and must posses a Clinical Social Work License from a U.S. jurisdiction that allows for the independent practice of Clinical Services. Clinic Social Workers shall maintain a professional license, certification and/or registratio n as required by the profession and appropriate regulatory bodies. Clinic Social Workers shall have a minimum of 2 years of full-time post-master's degree work from a school accredited by the Council on Social Work Education (CSWE) experience, (within the last 3 years) in direct service in a clinical setting providing professional services to men/women/children who are abusive/abused. Ninety nine (99) Social work personnel shall be on board and fully privileged at time of contract award and individual vac ancies shall not fall below 99 for more than 75 calendar days. The government will evaluate the Capabilities Statements in accordance with the Evaluation Criteria as specified within: Factor 1: Technical Quality/Personnel Qualifications - Offeror should indicate complete understanding of the requirement and commitment to provide uninterrupted and continuity of services. Provide an assessment of the following: procedures (e.g. means and frequency of contact) to be used by management to ensure satisfactory services throughout the life of the contract; Methods used to recruit personnel; a written plan for recruitment of replacement personnel; The impact of led tim es associated with the use of advertising media to be used; Verification of procedures to ensure personnel meet credentialing requirements and procedures and techniques to be used to retain high quality personnel performing services under the contract; Pro vide a comprehensive approach, detailed work plan, and proposed staffing to accomplish the requirements of the Statement of Work. A mere reporting of the requirement is not demonstrated evidence or understanding. Factor 2: Management Experience - Offeror shall provide a minimum of three (3) references pertaining to information concerning the experience in performance of Government or Private sector contracts for the same or similar services of the same magnitude. Department of Defense (DoD) or other Gove rnment experience is preferred. Information on each contract provided must include the following: Type of service provided, Location of service provided (name of medical facility, city, and state), Term of the contract, Dollar Value, Number and type of pe rsonnel furnished, Contract number, Issuing office, Point of contact, and telephone number. Factor 3: Employee Qualification - Offeror shall submit information and documentation to demonstrate understanding of the qualifications required of personnel prop osed to hire to perform the services. Examples of documentation include, but not limited to curriculum vitae (cv), resumes, degrees, and any other documentation deemed appropriate to demonstrate offerors full understanding. The documentation shall be in sufficient detail to ensure that personnel are fully qualified to perform the tasks and meet the credentialing requirements. Offeror shall provide a signed 'Statement of Intent' from each potential employee to fill the requirements, Factor 4: Business M anagement/Understanding the Requirement/Recruitment - Offeror shall indicate as the overall objective when responding to the following herein, the full understanding of the requirement, the commitment to provide uninterrupted and continuity of services, an d the management techniques to be used to ensure satisfactory services are provided. Describe the procedures (e.g., means and frequency of contact) to be used by management to maintain contact with and to provide supervision of employees to ensure all ser vices required at each location are being performed satisfactory. Explain the methods you will use to recruit personnel to ensure that services commence. In addition, provide a written plan for recruitment of replacement personnel. Discuss impact of lea d associated with the use of any advertising media to be used to recruit employees (newspapers, professional journals, etc.). Describe procedures that will be used to verify information provided by potential employees to ensure they meet credential requir ements. Describe the procedures and techniques to be used to retain personnel performing services. Describe any incentives used to retain personnel, such as fringe benefits or bonuses, examples of employment/subcontract agreements proposed to be used. F actor 5: Past and Present Performance - A minimum of three (3) completed past and present performance questionnaires for the most recent and/or relevant contractors should be submitted. Examples of past and present performance include but not limited to p ast/present performance date submitted, Government Past Performance Data Bases, Past Performance Records, Resumes, and Statement by References, Past Government Contracts, Similar Project Experience, On/over/under Schedule/Completion of Contracts, and Incen tive/awards for Schedule Completion. Records of Conforming to Specifications, and to Standards of Good Workmanship. Records containing contract costs on/over/under runs, and forecasting costs on previous contracts. Contractor's adherence to contract sch edule, including the administrative aspects of performance, the contractor's history for reasonable and cooperative behavior and commitment to customer satisfac tion. Information on each contract provided must include the following: Timeliness of delivery, Quality of personnel and Perseverance. Capability statements must include a brief description of your organizations experience and that of your potential sub contractors as related to this type of social services work and your capability to provide the necessary services. Hard copies of Capability Statement will not be acceptable (only electronically submitted Capability Statement will be accepted) The size limitation for electronically submitted Capability Statements is 1MB. All questions must be submitted in writing before November 9, 2004 by 2:00 pm Eastern Standard Time (only electronically submitted question will be accepted). The closing date for RFP W74V8H-R-0002 is 15 November 2:00 pm Eastern Standard Time. The size limitation for electronically submitted question is 1MB. Please forward all Capability Statements and Question to beanfj@hqda.army.mil. Point of contact for this requirement is Ms. F inetta Bean, (703) 692-9188. A copy of the Statement of Work for Clinical Social Service is posted on the Defense Contracting Command Washingtons Home Page at http://dccw.hqda.pentagon.mil/services/Services.htm under RFP entitled W74V8H-05-R-0002.
- Place of Performance
- Address: Defense Contracting Command-Washington(DCC-W) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
- Zip Code: 20310-5200
- Country: US
- Zip Code: 20310-5200
- Record
- SN00702137-W 20041103/041102061736 (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 |