Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2003 FBO #0587
SOLICITATION NOTICE

Q -- Psychologist Services

Notice Date
7/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Court Services and Offender Supervision Agency, D. C. Pre-Trial Services Agency, Finance and Administration, 633 Indiana Avenue, NW, Suite 1120, Washington, DC, 20004
 
ZIP Code
20004
 
Solicitation Number
PSA-03-RPG-0002
 
Response Due
8/1/2003
 
Archive Date
8/16/2003
 
Point of Contact
Darren Brown, Contracting Officer, Phone (202) 220-5675, Fax (202) 220-5739, - Angela Simmons, Procurement Agent, Phone (202) 220-5644, Fax (202) 220-5642,
 
E-Mail Address
darren.brown@csosa.gov, angela.simmons@csosa.gov
 
Small Business Set-Aside
Total Small Business
 
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 and a written solicitation will not be used. Solicitation Number PSA-03-RPQ-0002 is issued as a request for quote. The complete statement of work is available in this solicitation. The District of Columbia Pretrial Services Agency (PSA) in Washington, D.C., intends to award a non-personal services contract for a Psychologist. The PSA contemplates an award of a Firm Fixed Price contract with a fixed hourly rate. The Contractor shall be available to provide exclusive service to the Government not to exceed 20 hours per week. The contract period of performance will be from date of contract award through 12 months of date of contract award, inclusive of the Government's unilateral right to exercise four (4) one year option periods. The solicitation is 100% set aside for small business. The contractor must provide services in accordance with the Statement of Work and the solicitation/contract. The North American Industry Classification System (NAICS) code is 621112 and the applicable size standard is $8.5M. The Contractor shall provide all labor and materials, except that listed as Government furnished, to provide mental health services for the mentally ill, substance dependent and dually diagnosed as a psychologist. The Contractor shall be a qualified and experienced professional who have doctorate degrees in the field of psychology from an accredited institution and possessing a current District of Columbia license to practice clinical psychology. The Contractor must have training in administering and scoring individual and group psychological tests, and a minimum of four years experience in conducting psychological and psychiatric assessments of individuals with diverse cultural backgrounds. Candidates for this contract should have excellent interpersonal, communication, and writing skills, as well as thorough grounding in the use of standard personality assessment techniques for both direct and indirect assessments. The Contractor shall provide hourly psychological services to clients with or suspecting of having mental disorders to include mental illness, personality disorders, mental retardation, and/or substance-related disorders. These clients may also present with a variety of psychosocial and environmental problems including, but not limited to occupational problems, housing problems, economic problems, and/or educational problems including adult illiteracy. Each of these clients will have pending felony or misdemeanor cases and many may have extensive criminal histories. The Contractor shall be available to provide exclusive service to the Government 20 hours per week. The Government will provide access to both furnished office space (i.e. desk space and private evaluation/consultation room) and standard equipment (i.e. computer, printer, fax machine, telephone) to the extent practical for performance of this contract. The hours of service delivery will vary between 7:00 am and 7:00 pm during a given work week (Monday through Friday, except Federal holidays), not to exceed 20 hours a week. The nature of this contract does not provide for any absence (i.e., sick leave, holiday or vacation time). The following Federal Acquisition Regulation provisions and clauses apply to this acquisition: The provision at 52.212-1, Instructions to Offerors-Commercial and 52.212-4 Contract Terms and Conditions-Commercial Items, apply to this acquisition. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer Full text of clauses and provisions are available at Federal Acquisition Regulations (FAR): http://www.arnet.gov/References/References.html. The following clauses are incorporated by reference and apply to this acquisition: 52.252-2 Clauses Incorporated By Reference (Feb 1998), 52.217-8 Option to Extend Services; 52.217-9 Option To Extend The Term Of The Contract-Services; 52.224-1 Privacy Act Notification; 52.224-2 Privacy Act; 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition and the following FAR clauses cited in the clause are applicable to this acquisition: 52.219-8 Utilization of Small Business Concerns; 52.222-21 Prohibition of Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity; 52.222-35-Affirmative Action for Disabled Veterans and Veterans of the Vietnam Ear; 52.222-36 Affirmative Action for Workers and Disabilities; 52.222-37; 52.232-18 Availability Of Funds; 52-232-19 Availability of Funds for the Next Fiscal Year; 52.232-34 Payment by Electronic Funds Transfer?Other Than Central Contractor Registration; 52.212-2 Evaluation--Commercial Items applies to this acquisition; Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-26, Equal Opportunity, 52.232-34; 52.237-7 Indemnification and Medical Liability Insurance. Award will be made to the offeror whose quote conforms to the requirements of the solicitation; best meets the minimum needs of the Government and offers the lowest price and past performance. Past performance information shall include a list of three (3) of the most recent and relevant past and present contracts performed for Federal agencies and commercial customers within the last five years. Furnish the following information for each reference: (1) Company name, (2) Service provided, (3) Contracting Officer Name and Phone Number, (4) Contract Number, (5) Contract Dollar Amount, (6) Period of Performance. Award may be made with or without discussions. The contractor will provide a copy of all diplomas and/or certificates to support stated qualifications. All responsible sources are encouraged to submit quotation in writing or via e-mail at Darren.Brown@csosa.gov, or Attn: Darren Brown, D.C. Pretrial Services Agency, 633 Indiana Avenue, NW, Suite 1100, Washington, DC 20004, or faxed at (202) 220-5697.
 
Place of Performance
Address: District of Columbia Pretrial Services Agency, 633 Indiana Avenue, NW, Suite 1100, Washington
Zip Code: 20004
Country: USA
 
Record
SN00364747-W 20030709/030707213046 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.