SOLICITATION NOTICE
R -- Behavioral Health Assessments & Treatment (BHAT): Individual and Group - Package #1
- Notice Date
- 2/8/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Court Services and Offender Supervision Agency, Office of the Director, Procurement Management Staff, 633 Indiana Avenue, NW, Suite 880, Washington, District of Columbia, 20004-2902
- ZIP Code
- 20004-2902
- Solicitation Number
- CSOSA16R0011
- Point of Contact
- Carlene R Jackson, Phone: 2022564832, Sheryl Wallace, Phone: 202-220-5741
- E-Mail Address
-
carlene.jackson@csosa.gov, sheryl.wallace@csosa.gov
(carlene.jackson@csosa.gov, sheryl.wallace@csosa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Addendum 4 Past Performance Questionnaire Addendum 3, Volume II, Pricing Sheet BHAT Statement of Work, dated February 4, 2016 Standard Form SF 1449, Solicitation/Contract/Order for Commecial Items Transmittal of RFP, with Instructions, Evaluation Factors and Basis for Award February 8, 2016 SUBJECT: Request for Proposal CSOSA16R0011, Requirement: Behavioral Health Assessments & Treatment (BHAT): Individual & Group This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number for this RFP is CSOSA16R0011. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86-2 (02-01-16) (see SF 1449, Addendum I, Provisions and Clauses) This requirement is being 100% set aside for small businesses. The NAICS code is 541611 and the size standard is $15M. This RFP is requesting a Firm Fixed Price (FFP) proposal for BHAT in accordance with the attached Statement of Work (SOW) dated 4 February 2016 (Addendum II).. The Period of Performance for this requirement is a base year with four one year (12 months) option periods of performance. Contractors shall address all contractor assumptions and proposed exceptions, through the Questions and Answers process prior to proposal submission to both Carlene R. Jackson (Carlene.Jackson@csosa.gov) and Sheryl Wallace (Sheryl.Wallace@csosa.gov). Questions shall be submitted no later than 1:00 pm EST, Tuesday, February 16, 2016. Proposals are due e-mailed, NLT 1:00 pm EST, Monday, February 29, 2016. Proposals shall be no more than 20 pages and submitted in three separate e-mails titled Volumes, and identified with RFQ CSOSA16R0011 on each volume. Volume 1: Technical and Past Performance submitted in one email, and Volume II: Pricing submitted separate email and not included in the 20 page count. Any extra pages will not be read or considered in the proposal. One page is an 8.5"x11" sheet, no foldouts allowed. Pages shall be typed with at least single spacing and text shall be no smaller than size 10 font. Contractors shall include attached pricing sheet and personnel resumes. As noted, the pricing sheet for Volume II will not be counted in the page count. Also, resumes and the Past Performance Questionnaires are not included in Volume I page count of 20 pages. However, resumes shall not exceed two pages for each candidate. Contractors' proposals shall be valid for 90 days after proposal due date. The Government will not pay contractor proposal preparation costs. Please provide an electronic copy of your proposal, via e-mail transmission to Carlene.Jacksons@csosa.gov and Sheryl.Wallace@csosa.gov, on or before the Posted due date. Should you have any questions, please contact, Carlene R. Jackson at 202-220-5393. SEE ATTACHED DOCUMENTS FOR MORE INFORMATION ON THIS RFP: 1. SF 1449, Solicitation/Contract/Order for Commercial Items 2. Addendum I: FAR and CSOSA Contract Provisions and Clauses 3. Addendum 2 Statement of Work 4. Addendum 3, Volume II, Pricing Sheet 5. Addendum 4, Past Performance Questionnaire
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/CSOSA/OD/WashingtonDC/CSOSA16R0011/listing.html)
- Place of Performance
- Address: CSOSA Offices located in various Washington, DC, 633 Indiania Avenue, NW, Washington, District of Columbia, 20004-5300, United States
- Zip Code: 20004-5300
- Zip Code: 20004-5300
- Record
- SN04012902-W 20160210/160208234219-3c149cff998f724b0fb3be4983144578 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |