Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2018 FBO #6138
DOCUMENT

Q -- VA POLICE PSYCHOLOGICAL EVALUATION TESTING / AMEND VERBIAGE (IDIQ) TIER EVALUATION METHOD - Attachment

Notice Date
9/11/2018
 
Notice Type
Attachment
 
NAICS
621330 — Offices of Mental Health Practitioners (except Physicians)
 
Contracting Office
Department of Veterans Affairs;W.J.B. Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
 
ZIP Code
29209-1639
 
Solicitation Number
36C24718Q9674
 
Response Due
9/13/2018
 
Archive Date
9/23/2018
 
Point of Contact
Cynthia Machuca
 
E-Mail Address
6-4000<br
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation for Commercial Services General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24718Q9184 Posted Date: September 10, 2018 Original Response Date: September 13, 2018 at 11:00 A.M. Current Response Date: Product or Service Code: Q519 Medical Psychiatry Set Aside (SDVOSB/VOSB): Tier Evaluation NAICS Code: 621330 Psychology/Psychologist Office Contracting Office Address WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; QUOTATIONS are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 36C24718Q9184. The associated North American Industrial Classification System (NAICS) code for this procurement is 621330, with a small business size standard of $7.5 MILLION. The WJB Dorn VA Medical Center is seeking to purchase PSYCHOLOGICAL TESTING SERVICE required for the screening of potential VA Police Officers and Annual Testing thereafter as per the Statement of Work (SOW) below. This procurement is set-aside based on an order or priority as established in 38 U.S.C. 8127. This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a set-aside for VOSB concerns, or in the alternative, a set-aside for other small business concerns with HUBZone small business concerns and 8(a) participants having priority. If award cannot be made, the solicitation will be cancelled and the requirement resolicited. The tiered evaluation will be conducted as follows: Tier 1: SDVOSB concerns Offers, if any will be evaluated. If no offers were submitted by SDVOSB concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, the government will then move to evaluation of Tier 2 offers. Tier 2: VOSB concerns Offers, if any will be evaluated. If no offers were submitted by VOSB concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, the government will then move to evaluation of Tier 3 offers. Tier 3: HUBZone & 8(a) Small Business concerns Offers, if any will be evaluated. If no offers were submitted by HUBZone & 8(a) concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, the government will then move to evaluation of Tier 4 offers. Tier 4: All other Small Business concerns - Offers, if any will be evaluated. If no offers were submitted by any Small Business concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, then the solicitation will be cancelled and the requirement resolicited. All interested companies shall provide Quotations for the following: Statement of Work VA Police Annual Psychological Evaluation 1. REQUIREMENT: This requirement is for an Indefinite Delivery Indefinite Quantity (IDIQ) service contract to furnish Mental Health Psychological Evaluations in accordance to the Office of Security & Law Enforcement Regulations Directive on behalf of the WJB Dorn VA Medical Center Police Service located in Columbia South Carolina. 2. BACKGROUND: The WJB Dorn VA Medical Center is a 216-bed facility, encompassing acute medical, surgical, psychiatric, and long-term care. The hospital is located in Columbia, South Carolina and provides primary, secondary, and some tertiary care. Satellite outpatient clinics located in Anderson, Greenville, Florence, Orangeburg, Rock Hill, Sumter, and Spartanburg, South Carolina. 3. PERIOD OF PERFORMANCE: Period of performance is for a Base Year with the possibility of four (4) one-year Option Year periods to be determined upon award. During normal working hours of 7:30 a.m. through 5:00 p.m. from Monday through Friday excluding Federal Holidays. No overtime is authorized at this time. 4. PLACE OF PERFORMANCE: WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 5. PERFORMANCE REQUIREMENTS: A Contracting Officer Representative (COR) and/or Alternate Contracting Officer Representative (ACOR) shall be assigned to this procurement and written notification shall be provided to the Contractor after award. Scheduling of work performance shall be arranged through the designated COR/ACOR assigned. PSYCHOLOGICAL ASSESSMENT REQUIREMENTS The Contractor shall provide Mental Health Psychological Evaluations in accordance to the Office of Security & Law Enforcement Regulations Directive to determine the physical qualifications and the emotional and mental stability of all VA Police Officer applicants and incumbents. The Psychological assessment shall be limited to covering only job-related factors. The Contractor shall complete on each applicant and incumbent an Initial First Public Safety Screening which shall consist of a Psychological Interview and Testing utilizing the Human Reliability Structured Interview and Administration which shall include a minimum but not limited to the following. The Law Enforcement, Corrections and Public Safety module of the Personality Assessment Inventory (PAI) Minnesota Multiphasic Personality Inventory~2 (MMPI-2) An Annual Re-Examination shall be conducted each year thereafter under the Specific Medical Standards. All Interviews and Testing shall be conducted at the Contractor s facility. Each applicant and/or incumbent shall be directed to that location for scheduling and conducting the appropriate testing as required. PSYCHOLOGICAL TESTING REQUIREMENTS The Contractor shall conduct standardized Psychological Interview and Testing as required for Initial hiring and Annual Re-Certification requirements for the VA Police Service Officers. The Contractor shall conduct additional Psychological Interview and Testing when reason to question the applicant/Officer s suitability has arisen. The Contractor shall make a formal recommendation for further Psychological Testing if they find that the applicant/Officer is in doubt or not capable of performing any duties of a VA Police Officer. REPORT/RECORDS REQUIREMENTS The Contractor shall submit an Examination Report which shall include a minimum but not limited to the following. Clinical notes of the individuals emotional and mental stability in reference to their ability to perform duties required of a VA Police Officer to include but not limited to the following. Personal Encounters with patients, visitors, and/or other employees. Ability to handle and understand encounters with mentally ill, irrational, or disturbed persons. Any emotional or mental conditions which could cause the applicant/Officer to be a hazard to others or self during stress situations and physical altercations. Any recommendations for or against employment of the individual during the pre-employment phase shall be included in the Examination Report. A copy of the OPM Qualification Standard Manual for GS-083 Police Series with a copy of instructions shall be provided to the Contractor with an SF 78-110, Certificate of Medical Examination, with functional requirements and environmental factors annotated. The Contractor shall provide complete the SF 78-110 Certificate of Medical Examination and submit it no later than forty-eight (48) hours after the evaluation has been completed. Reports are to be submitted to the Employee Health Office via facsimile method. Number shall be provided by the delegated COR. The Contractor shall maintain all test material, interview notes taken during the examination, and a copy/original of the Examination Report of each individual separately. All material shall be considered confidential and be maintained in a locked cabinet/office at all times with limited access. All records shall be maintained for a minimum of five (5) years. After five (5) years all records within this period shall be destroyed with the utilization of an approved micro-shredder (cuts the size of a dime) as well as following all HIPAA Laws and Regulations referencing the proper disposal method when handling confidential information/papers, If a transfer of Contractor duties has occurred all records are to be maintained under the five (5) year requirement and disposed of or transferred to the new Contractor with a written request following the HIPAA Laws and Regulations referencing the transferring of confidential information. The Contractor shall notify the Chief of the VA Police Service when records have reached its maturity prior to disposal. Any current or historical material shall be made accessible to the VA Medical Center upon written request completed by the facility Chief of the VA Police Service and/or Director of the VA Medical Center Facility. SAFETY/FACILITY REQUIREMENTS Smoking is not permitted within the facilities at any time. All smoking shall be conducted in designated smoking areas only. Line Item Description Unit Price Total Price 0001 PSYCHOLOGY TESTING SERVICES TO COMPLETE AN INITIAL PUBLIC SAFETY SCREENING FOR POTENTIAL VA POLICE OFFICERS CANDIDATES. EA 0002 PSYCHOLOGY TESTING SERVICES TO COMPLETE AN ANNUAL (ANNIVERSARY) PUBLIC SAFETY SCREENING FOR ALL VA POLICE OFFICERS. EA 1001 PSYCHOLOGY TESTING SERVICES TO COMPLETE AN INITIAL PUBLIC SAFETY SCREENING FOR POTENTIAL VA POLICE OFFICERS CANDIDATES. EA 1002 PSYCHOLOGY TESTING SERVICES TO COMPLETE AN ANNUAL (ANNIVERSARY) PUBLIC SAFETY SCREENING FOR ALL VA POLICE OFFICERS. EA 2001 PSYCHOLOGY TESTING SERVICES TO COMPLETE AN INITIAL PUBLIC SAFETY SCREENING FOR POTENTIAL VA POLICE OFFICERS CANDIDATES. EA 2002 PSYCHOLOGY TESTING SERVICES TO COMPLETE AN ANNUAL (ANNIVERSARY) PUBLIC SAFETY SCREENING FOR ALL VA POLICE OFFICERS. EA 3001 PSYCHOLOGY TESTING SERVICES TO COMPLETE AN INITIAL PUBLIC SAFETY SCREENING FOR POTENTIAL VA POLICE OFFICERS CANDIDATES. EA 3002 PSYCHOLOGY TESTING SERVICES TO COMPLETE AN ANNUAL (ANNIVERSARY) PUBLIC SAFETY SCREENING FOR ALL VA POLICE OFFICERS. EA 4001 PSYCHOLOGY TESTING SERVICES TO COMPLETE AN INITIAL PUBLIC SAFETY SCREENING FOR POTENTIAL VA POLICE OFFICERS CANDIDATES. EA 4002 PSYCHOLOGY TESTING SERVICES TO COMPLETE AN ANNUAL (ANNIVERSARY) PUBLIC SAFETY SCREENING FOR ALL VA POLICE OFFICERS. EA ESTIMATED PRICING WORKSHEET ITEM DESCRIPTION OF EACH TRIP REQUIREMENT UNITS ESTIMATED QUANTITY UNIT PRICE 0001 INITIAL (HIRING) PSYCHOLOGY TESTING EACH 11   0002 ANNUAL (ANNIVERSARY) PSYCHOLOGY TESTING EACH 31   ITEM DESCRIPTION OF EACH TRIP REQUIREMENT UNITS ESTIMATED QUANTITY UNIT PRICE 1001 INITIAL (HIRING) PSYCHOLOGY TESTING EACH 15   1002 ANNUAL (ANNIVERSARY) PSYCHOLOGY TESTING EACH 35   ITEM DESCRIPTION OF EACH TRIP REQUIREMENT UNITS ESTIMATED QUANTITY UNIT PRICE 2001 INITIAL (HIRING) PSYCHOLOGY TESTING EACH 20   2002 ANNUAL (ANNIVERSARY) PSYCHOLOGY TESTING EACH 40   ITEM DESCRIPTION OF EACH TRIP REQUIREMENT UNITS ESTIMATED QUANTITY UNIT PRICE 3001 INITIAL (HIRING) PSYCHOLOGY TESTING EACH 25   3002 ANNUAL (ANNIVERSARY) PSYCHOLOGY TESTING EACH 45   ITEM DESCRIPTION OF EACH TRIP REQUIREMENT UNITS ESTIMATED QUANTITY UNIT PRICE 4001 INITIAL (HIRING) PSYCHOLOGY TESTING EACH 30   4002 ANNUAL (ANNIVERSARY) PSYCHOLOGY TESTING EACH 50   Award shall be made to the offeror whose quotation offers the best price to the Government. The government will evaluate information based on the following evaluation criteria: (1) price, (2) technical capability factor "in relationship of this requirement, and (3) past performance.     Basis of Award I. BASIS FOR AWARD Award will be made to the lowest priced, technically acceptable responsible offeror, whose offer conforms to all stated terms, conditions, representations, certifications, and any other information required by this solicitation. Offers will be ranked by price first then evaluated for technically acceptable. If, the low-priced offer is found to be technically acceptable the evaluation process stops, no other offer will be evaluated. If necessary this process will be performed until there is a low priced technically acceptable offer. If no offer is technically acceptable the government will make a determination to re-solicit. Technical tradeoff will not be made and no additional credit will be given for exceeding the minimum requirements. In the event an offeror s proposal is determined to be unacceptable in any of these factors, the entire proposal will be considered unacceptable and the offeror will be ineligible for award. If the contracting officer determines that a small business past performance is not acceptable, the matter shall be referred to the Small Business Administration for a Certificate of Competency determination, in accordance with the procedures contained in Subpart 19.6 and 15 U.S.C. 637(b)(7)). **ALL factors must be rated ACCEPTABLE to be considered for award. II. EVALUATION METHODOLOGY The award decision will be based on the following: Registered in www.sam.gov to receive Government contracts. Registered in www.vip.vetbiz.gov as a Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (WHEN BIDDING UNDER TIER 1 OR TIER 2). Price All line items in the Price Schedule must include a price. The total evaluated price will consist of the offeror s total proposed price. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. Cost Analysis s may be performed by the Contracting Officer. Technical Technical Capabilities Statement referencing details in relationship to this requirement. Past Performance Must provide a minimum of two (2) past performance experiences related to purchase in this requirement. The past performance experience must include the client s POC with email and phone number. The past performance must be within the last three (3) years. Offers will be evaluated against the SOW and the stated evaluation criteria. Each factor will be scored as Acceptable or Unacceptable as defined below. All offers are evaluated using the same standards: "Lowest Price, Technically Acceptable" Acceptable ALL of the minimum acceptable criteria are clearly met by the offeror. The offeror meets the minimum performance and technical capability requirements as defined in the solicitation. Unacceptable Not all of the minimum acceptable criteria were met by the offeror. An unacceptable offer contains one or more deficiencies that does not meet the performance and technical capability requirements defined in the solicitation. III. RATING TABLE The following table will be used for each bid offer received in order to score each factor as to whether it is determined to be Acceptable or Unacceptable. REQUIREMENT: _______________________________________ SOLICITATION: _______________________________________ OFFEROR: _______________________________________ LPTA PRICE: _______________________________________ Non- Cost/Price Factors Technically Acceptable/Unacceptable REGISTERED IN VIP SDVOSB OR VOSB REGISTERED IN SAMS TECHNICAL CAPABILITY PAST PERFORMANCE The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items [JAN 2017] FAR 52.212-2, Evaluation Commercial Items [OCT 2014] FAR 52.212-3, Offerors Representations and Certifications Commercial Items [NOV 2017] Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [JAN 2017] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [NOV 2017] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards [OCT 2016] 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment [OCT 2015] 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns [OCT 2014] 52.219-14, Limitations on Subcontracting [JAN 2017] 52.219-28, Post Award Small Business Program Representation [JUL 2013] 52.222-3, Convict Labor [JUN 2003] 52.222-19, Child Labor [OCT 2016] 52.222-21, Prohibition of Segregated Facilities [APR 2015] 52.222-26, Equal Opportunity [SEP 2016] 52.222-35, Equal Opportunity for Veterans [OCT 2015] 52.222-36, Equal Opportunity for Workers with Disabilities [JUL 2014] 52.222-37, Employment Reports on Veterans [FEB 2016] 52.222-41, Service Contract Labor Standards [MAY 2014] 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) [MAY 214] 52.222-50, Combating Trafficking in Persons [MAR 2015] 52.222-55, Minimum Wages Under Executive Order 13658 [DEC 2015] 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving [AUG 2011] 52.225-13, Restrictions on Certain Foreign Purchases [JUN 2008] 52.232-33, Payment by Electronic Funds Transfer System for Award Management [JUL 2013] Additional Clauses Required: 52.215-22, Limitations on Pass-Through Charges Identification of Subcontract Efforts [OCT 2009] 52.215-23, Limitations on Pass-Through Charges [OCT 2009] 52.217-5, Evaluation of Options [JUL 1990] 52.217-8, Option to Extend Services [NOV 1999] 52.217-9, Option to Extend the Term of the Contract [MAR 2000] 52.237-3, Continuity of Services [JAN 1991] 52.246-20, Warranty of Services [MAY 2001] 852-237-70, Contractor Responsibilities [APR 1984] 852.270-1, Representative of Contracting Officers [JAN 2008] 852.273-74, Award Without Exchanges [JAN 2003] All bid offerors shall submit the following: One Copy of the Bid Offer for All Items Listed Technical Capabilities Statement in Reference to the Requirement Past Performance This is an open-market combined synopsis/solicitation for services as defined herein.    The government intends to award a Indefinite Delivery Indefinite Quantity (IDIQ) Service Contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all bid offers must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Bid Offers shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 11:00 A.M. SEPTEMBER 13, 2018. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All bid offers shall be emailed to the Contracting Specialist listed below no later than the date and time listed. Any questions or concerns regarding this solicitation including bid offer should be forwarded in writing via e-mail to the Contracting Specialist, cynthia.machuca@va.gov. No phone call shall be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/36C24718Q9674/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24718Q9674 0001 36C24718Q9674 0001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4585095&FileName=36C24718Q9674-0001000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4585095&FileName=36C24718Q9674-0001000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05084714-W 20180913/180911231707-beb5ffbf1018c80fa4e4f96a59faa7a1 (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 |
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.