Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 08, 2025 SAM #8443
SPECIAL NOTICE

R -- Intent to Sole Source - PAS

Notice Date
1/6/2025 1:40:06 PM
 
Notice Type
Special Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
FISCAL SERVICE PARKERSBURG WV 26101 USA
 
ZIP Code
26101
 
Solicitation Number
SS-FSA-25-028
 
Response Due
1/16/2025 9:01:00 AM
 
Archive Date
01/31/2025
 
Point of Contact
EMARSHALL, FSAB, MVASQUEZ, FSAB
 
E-Mail Address
purchasing@fiscal.treasury.gov, purchasing@fiscal.treasury.gov
(purchasing@fiscal.treasury.gov, purchasing@fiscal.treasury.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Bureau of the Fiscal Service (Fiscal Service), on behalf of the Equal Employment Opportunity (EEO) Office, intends to issue a sole-source GSA Federal Supply Schedule Order with Caduceus Healthcare Inc. (Caduceus) 1850 Parkway Pl SE Ste. 725 Marietta, GA 30067-8262. This effort will be conducted on a sole source basis in accordance with FAR 8.405-6(a)(1)(B). The proposed acquisition is to acquire Personal Assistance Services (PAS) for a qualified Fiscal Service employee with a targeted disability, in accordance with the requirements of 29 C.F.R. � 1614.203. This regulation implementing Section 501 of the Rehabilitation Act of 1973 requires federal agencies to provide PAS to its qualified employees with targeted disabilities. The determination by the Government to award a contract without providing for full and open competition is due to the unique circumstance of the disability, subsequent nature of the service, and Section 501 of the Rehabilitation Act of 1973. In accordance with 29 C.F.R � 1614.203(d)(5)(iv), FS Policy 801-6, the Fiscal Services employee who is receiving PAS has requested that preference be given to the incumbent, Caduceus Healthcare, as the provider and their specific employee due to the personal, intimate nature and trust already established with the Fiscal Service employee. Caduceus Healthcare employs the only PAS provider/employee which can satisfactorily fulfill a requirement for PAS for a Fiscal Service employee with targeted disability(ies). PSC: R401 Support-Professional: Personal Care (Non-Medical) Functional description: PAS includes assistance with performing activities of daily living that an individual would typically perform if s/he did not have a disability, and that is not otherwise required as a reasonable accommodation, including, for example, PAS includes assistance with removing and putting on clothing, eating, and using the restroom at the employee�s worksite which can include the employee�s home residence and/or government facility. For example, someone providing PAS might provide transportation, push a wheelchair, or assist someone with getting into or out of a vehicle at the worksite. PAS does not include medical services. For example, it does not include performing medical procedures such as, administering shots or medical monitoring (e.g., monitoring blood sugar). Unit of issue: Services at a fixed hourly rate. Place of Performance: Bureau of the Fiscal Service 6505 Belcrest Rd. Hyattsville, MD 20782 Schedule: Core hours of operation are generally from 6:00 a.m. to 6:00 p.m.ET, Monday through Friday (excluding the following federal holidays). However, some Fiscal Service components operate 24 hours per day � seven days per week. Contractor must be able to provide PAS providers, who can accommodate the shift of the employee to whom s/he is assigned. Contractors are expected to be able to work a minimum of two (2) hours each day assigned. Total daily hours may not be necessarily consecutive and may not to exceed 10 hours without prior approval by the COR. Services may be required before 6:00 a.m. and after 6:00 p.m., during approved travel. The period of performance for the purchase order/contract is anticipated to be a 12-month Base Period and four (4) 12-month Option Periods, with an anticipated award date of approximately February 2025. NO SOLICITATION IS AVAILABLE. A request for more information, or a copy of the solicitation, will not be considered an affirmative response to this Special Notice. Telephone responses or inquiries to this Special Notice will not be accepted. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Fiscal Service will consider responses received no later than 01/16/2025. Responses shall be submitted electronically to purchasing@fiscal.treasury.gov, SS-FSA-25-028 /Attn: MVasquez � CO/EMarshall. Responses must include sufficient evidence that clearly shows your company is capable of providing the requirement described in this notice. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no written response is received by the deadline that clearly demonstrates an ability to meet all requirements, and that is more advantageous to the Government, Fiscal Service will make award on a sole source basis to Caduceus Healthcare. Qualified Contractors must provide the following: 1. The name and location of your company, contact information, and identify your business size (Small Business, Small Disadvantaged Business, 8(a), Service-Disabled Veteran Owned Small Business, HUBZone, Women Owned Small Business, Other than Small Business etc.). Please ensure contact information includes the name of the point of contact, email address, and telephone number, should the Government have questions regarding individual responses. 2. UEI Number. 3. Specific details of the product(s) that your company offers in regard to this notice. 4. Whether your content is available through a government contract vehicle or Open Market. 5. A brief capabilities statement (not to exceed 5 pages) that includes a description of your company's standard line of business, as well as a list of customers to whom your company currently provides the specific required content. The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered: .bat, .cab, .cmd, .com, .cpl, .dot, .dotx, .exe, .hqx, .hta, .mim, .mp3, .mp4, .pif, .rar, .scr, .vbs,. uu, .uue, .vbs, .wsf, xxe,.wmv, html, mhtml, and .zip files The allowable Microsoft Office and Adobe PDF file types as follows: Microsoft Office (.doc, .docx, .xls, .xlsx, .ppt, .pptx) and Adobe PDF (.pdf) are acceptable. No other information regarding this Special Notice will be provided at this time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/92a550a7c32d4d289489692bfcc4ca12/view)
 
Place of Performance
Address: MD 20782, USA
Zip Code: 20782
Country: USA
 
Record
SN07305531-F 20250108/250106230107 (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 |
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.