SOLICITATION NOTICE
Q -- Employee Assistance Program (EAP) Support Services for Great Lakes and Ohio River Division
- Notice Date
- 2/14/2020 2:04:01 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621330
— Offices of Mental Health Practitioners (except Physicians)
- Contracting Office
- US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR20R0036
- Response Due
- 3/10/2020 10:00:00 AM
- Archive Date
- 03/25/2020
- Point of Contact
- Travis I. Dunn
- E-Mail Address
-
travis.i.dunn@usace.army.mil
(travis.i.dunn@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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 in accordance with the attached written solicitation. The intent of this solicitation is to select one (1)�contractor to provide services to support the Employee Assistance Program for the Great Lakes and Ohio River Division as detailed in the PERFORMANCE WORK STATEMENT. This solicitation is a 100% set-aside for Small Businesses registered in the System for Award Management (SAM) under NAICS code 621330 - Offices of Mental Health Practitioners (except Physicians). One (1) firm-fixed-price contract will be awarded as a result of this solicitation. The contract will include a base year of services and four (4) individual option years as detailed below: Base Year: 01 April 2020 through 31 March 2021 Option Year 1: 01 April 2021 through 31 March 2022 Option Year 2: 01 April 2022 through 31 March 2023 Option Year 3: 01 April 2023 through 31 March 2024 Option Year 4: 01 April 2024 through 31 March 2025 Basis of award will be Best Value Trade-off method as detailed in the PROCEDURES FOR SUBMITTAL OF OFFERS AND PROPOSAL EVALUATION CRITERIA. Offerors submitting proposals for this project should limit submissions to data essential for evaluation of proposals so that a minimum of time and monies will have been expended in preparing information required herein. However, in order to be effectively and equitably evaluated, the proposals must include information sufficiently detailed to clearly describe the offeror�s ability to provide the services required. Proposals should follow in the order of sequence set forth in the solicitation. Offerors shall submit their proposals no later than the time and date specified in Block�8 of Standard Form 1449 to: U.S. Army Corps of Engineers Attn: Travis Dunn 600 Dr. Martin Luther King, Jr. Place, Room 821 Louisville, KY 40202-2230 Offerors are required to submit a proposal made up of a Technical Proposal and a Price Proposal. All proposal materials shall be submitted in binders with a table of contents and tabbed section dividers. The sections should parallel the submission requirements identified below. Sections 1 and 2 shall be submitted in original and two (2) copies. Section 3 (Price) shall be submitted in original only and shall be placed in a separate envelope. Offerors shall furnish evidence of its insurability concerning medical liability insurance. This solicitation will be used to award a nonpersonal services contract, as defined in Federal Acquisition Regulation (FAR) 37.101, under which the professional services rendered by the contractor are rendered in its capacity as an independent contractor. The contractor shall be solely liable for and expressly agrees to indemnify the Government with respect to any liability producing acts or omissions by it or by its employees or agents. The contractor shall maintain during the term of this contract liability insurance issued by a responsible insurance carrier standard coverage amount required for each location listed in the PERFORMANCE WORK STATEMENT. All contractors must be registered in the System for Award Management (www.SAM.gov) to be eligible for award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer � System for Award Management, which indicates �All payments by the Government under this contract shall be made by electronic funds transfer (EFT).� Those not currently registered can obtain�registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. PLEASE NOTE: SAM is completely free of charge for both registrants and users. Begin the registration process immediately in order to avoid delay of the contract award should your firm be selected. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov). ��
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5f8210970ef94cfba1cf8f9bb3dcdd42/view)
- Record
- SN05562798-F 20200216/200214230148 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |