Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2005 FBO #1364
SOLICITATION NOTICE

G -- Clinical Pastoral Education Program Instructor

Notice Date
8/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
813110 — Religious Organizations
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1 38400 Bob Wilson Drive, San Diego, CA, 92134-5000
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-05-T-0103
 
Response Due
8/29/2005
 
Archive Date
9/13/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the information in FAR 12.6 using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5 as supplemented with the additional information included in this notice. This announcement constitutes the solicitation; a written solicitation will not be issued. Solicitation N00259-05-T-0103 applies and electronic copy can also be accessed at http://www.neco.navy.mil. This acquisition is set-aside for small business. The agency need is a non-personal service for clinical pastoral education program instructor. The NAICS is 813110. The period of performance will begin 10/1/05 thru 9/30/06 with four 12-month option period. Quoters must be registered in the central contractor registration; website is www.ccr.gov to be considered for award. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-4 and DFAR Change Notices effective through 6/21/05. Applicable clauses are FAR 52.212-1, Instructions to Offerors ? Commercial Items, 52.212-4, Contract Terms and Conditions ? Commercial Items, 52.219-1, Small Business Program Representations; 52.219-6, Notice of Total Small Business Set-Aside, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies with the following applicable clauses: 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-13 Restrictions on Certain Foreign Purchases. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses: DFARS 252.225-7001, Buy American Act and Balance of Payment Program and 252.232-7003 Electronic Submission of Payment Requests, 52.252-2 Clauses Incorporated by Reference, 52.247-34 F.O.B. Destination. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications ? Commercial Items. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) past performance. Provide references, specifically addressing: clinical pastoral education program instructor in the last 3 years. (2) technical capability. Defined as an assessment of the prospective contractor's key management personnel to determine if they have the basic knowledge, experience, and understanding of the requirements necessary to produce the required product or provide the required service,? must specifically address a management plan in adequately staffing the task order effort with individuals who meet the qualifying knowledge, skills, abilities, experience for providing clinical pastoral education program instructions and (3) price. Contractors who do not meet the first 2 factors will not undergo a price evaluation. Past Performance and Technical Capability will have more importance than cost or price. Description of Supplies/Services: CLIN 0001 Non-Personal Service for Clinical Pastoral Education Program Instructor IAW the statement of work, Base Year 10/1/05 thru 9/30/06. QTY 52 Each X _____ = _____. TOTAL FOR CLIN 0001: _____. CLIN 0002 Non-Personal Service for Clinical Pastoral Education Program Instructor IAW the statement of work, Option Year 1. QTY 52 Days X _____ = _____. TOTAL FOR CLIN 0002: _____. CLIN 0003 Non-Personal Service for Clinical Pastoral Education Program Instructor IAW the statement of work, Option Year 2. QTY 52 Days X _____ = _____. TOTAL FOR CLIN 0003: _____. CLIN 0004 Non-Personal Service for Clinical Pastoral Education Program Instructor IAW the statement of work, Option Year 3. QTY 52 Days X _____ = _____. TOTAL FOR CLIN 0004: _____. CLIN 0005 Non-Personal Service for Clinical Pastoral Education Program Instructor IAW the statement of work, Option Year 4. QTY 52 Days X _____ = _____. TOTAL FOR CLIN 0005: _____. TOTAL FOR CLINs 0001, 0002, 0003, 0004 and 0005: _____. CLINICAL PASTORAL EDUCATION PROGRAM INSTRUCTOR SECTION C-1 CONTRACT SPECIFICATIONS 1.1 Scope of Work. The Contractor shall provide Instructor services for Clinical Pastoral Education in support of the Pastoral Care Service Department, Naval Medical Center San Diego (NMCSD), CA. 1.2 Independent Contractor. The services rendered by the Contractor are rendered in the capacity as an independent Contractor. The Government may evaluate the quality of both professional and administrative services for purposes of contract inspection and acceptance. The Government retains no direct control over any professional judgments. The Contractor shall be solely responsible for any and all liability caused by the acts or omissions of its agents or employees. The Contractor shall not in any manner represent or infer that it is an instrumentality or agent of the United States Government. The Contractor shall recognize the Commander, Naval Medical Center San Diego maintains administrative and operational responsibility for all activities within the command and may take such actions as necessary to preserve and maintain the integrity of the command, subject to the limitations prescribed by law and U.S. Navy Regulations. 1.3 Modifications. The Contracting Officer will designate and authorize an individual to act as Contracting Officer's Representative (COR). Any such representative appointed will be specifically designated by letter from the Contracting Officer. The COR exclusively represents the Contracting Officer in all technical phases of the work, but is not authorized to issue Change Orders, Supplemental Agreements, or direct any contract performance requiring contractual modification or adjustment. Changes in the scope of work can only be made by modification properly executed by the Contracting Officer. All observations made by persons other than the Contracting Officer or the COR are strictly advisory and shall not influence Contractor operations except for administrative requirements and responsibilities specified herein. 1.4 Brief Description of Services. The contract employee the contractor shall perform a diverse range of instructions for clinical education, which will result in different levels of completion of certification for the American Association of Pastoral Counseling (AAPC), licensing goals, and/or education goals. The contractor is a qualified instructor for Clinical Pastoral Education. Training will be available only to Navy Chaplain?s/contract clergy serving with the Navy and Marine Corps. 1.5 Quality of Service. The services specified in this Statement of Work shall be performed in accordance with established principles and ethics of the Pastoral Care profession. The quality of the performance shall meet or exceed the current recognized standards established by professional associations that specify standards of performance for the Pastoral Care profession. SECTION C-2 DEFINITIONS Active Duty Member. Full-time duty in uniformed service of the United States. This includes full-time training duty; annual training duty; and attendance, while in the active service, at a school designated as a service school by law or by the Secretary of the Military Department concerned. It does not include full-time National Guard Duty. Commander. The individual Naval Officer who has responsibility for the operation of the medical treatment facility for which the contract is providing services. This is the Commanding Officer of the hospital. Contracting Officer. The Contracting Officer is responsible for negotiating changes in terms, conditions, or amounts cited in this contract. Contracting Officer?s Representative (COR). The Government employee responsible for assuring Contractor performance through audit, documentation, and liaison with the Contracting Officer. The COR is appointed in writing by the Contracting Officer. The COR has no authority to resolve disputes or obligate funds. Contractor. That entity or its representative responsible for the delivery of the services or materials specified in this contract, as designated by contract award. Contractor Employee. For purposes of this contract, an individual employed by, or contracted by, the Contractor to provide services under this contract. Eligible Beneficiary. Those listed in the Defense Enrollment Eligibility Reporting System (DEERS). Employee. See Contractor Employee. Joint Commission on Accreditation of Healthcare Organizations (Joint Commission). A national organization dedicated to improving the care, safety, and treatment of patients in healthcare facilities; publishers of the Joint Commission Accreditation Manual for Hospitals. Medical Treatment Facility (MTF). Navy hospitals or clinics, including all activities providing outpatient and/or inpatient health services for eligible beneficiaries. Quality Assessment and Improvement/Risk Management. An ongoing program designed to objectively and systematically monitor and evaluate the quality and appropriateness of patient care, pursue opportunities to improve patient care, and resolve identified problems. Quality Assurance (Contract). Those actions taken by the Government to check goods or services listed on the Performance Requirements Summary to determine that they meet the requirements of the Performance Work Statement. SECTION C-3 GOVERNMENT FURNISHED PROPERTY AND SERVICES. 3.1 For services performed on site at the NMCSD, the government will provide, without cost to the contractor, the facility, equipment, and services listed below which the contractor shall use for the performance of this contract: 3.1.1 The government will provide resources for the administration and celebration of sacraments and other professional resources deemed necessary by the Director of Pastoral Care Service. 3.1.2 The government will provide all necessary equipment to conduct celebration of sacraments to include chapel space, linens, and sacred vessels. 3.1.3 The government will provide administrative and Religious Program Specialist personnel to assist contractor in the accomplishment of the task of daily Catholic mass. 3.1.4 If the contractor deems that additional Government furnished property or services are required to perform, the Government will consider requests for such additional property or services. However, approval by the Government of such requests shall be contingent on available funds, in accordance with the mission of the MTF and the approval of the Commander, NMCSD. Denials of requests/delays in acquiring any additional property or services shall not be cause for Contractor nonperformance or claims under this contract. 3.1.5 Government property and services furnished to the Contractor shall be for the sole purpose of performance of contract requirements. Property and services shall not be removed from the Government installation. 3.2 Orientation. The Government will provide an eight-hour Command orientation for contract employees assigned to this contract. The orientation will take place within six months of contract award. Contract employees are required to attend this 8-hour orientation. If the successful contractor has previously attended this orientation, the requirement will be waived. 3.3 Motor Vehicles. All motor vehicles operated on government installations by the contract workers shall be registered with the base security service according to applicable directives. 3.4 Identification Badge. The contract workers shall display an identification badge, which includes the contract worker?s full name and professional status (furnished by the Government) on the right breast of the outer clothing. Security badges provided by the Government shall be worn when on duty. Upon termination, the contract worker will return identification badge to the COR/GPOC. SECTION C-4 CONTRACTOR FURNISHED ITEMS. 4.1 Supplies. The contractor shall furnish all supplies required to perform this contract except those listed as government furnished. 4.2 Insurance. Prior to start of performance, the contractor shall provide to the contracting officer proof that the required insurance has been obtained. Reference is made to clause 52.228-5 ?Insurance-Work on a Government Installation?. The insurance requirements specified will be applicable to the contractor and any subcontractors. The contractor shall comply with the Workers Compensation Insurance Laws of the State of California. SECTION C-5 SPECIFIC TASKS 5.1 General Principles: 5.1.1 The Contractor shall provide services compatible with the MTF?s operating capacity and equipment as determined by the Commander. 5.1.2 The contractor shall provide training every Thursday form 1330-1500 beginning 10/01/05 through 9/30/06. The Director, Pastoral Care Service (DPCS), will make the determination of need for additional instructional training. 5.1.3 The Contractor shall perform with-in the parameters of their ordination and the dictates of their faith group. 5.1.4 Must be able to communicate clearly, verbally and in writing, in Standard English. 5.1.5 The contractor and the DPCS will construct a written covenant of learning to cover active supervision with participating Chaplains covering Clinical Pastoral Education learning goals, pastoral reflection, pastoral formation and pastoral competence in a hospital environment. 5.2 Attendance: 5.2.1 Planned absences from assigned duties may be requested with 15 working days advance notice, in writing, to the DPCS who normally function as the contracting officer representative (COR). Approved planned absences shall not exceed three per year. 5.2.1 Unplanned absences due to illness or other incapacitation of the contractor will be allowed up to a maximum of four times per year. The contractor shall follow the policy of the NMCSD commanding officer with respect to notification of such circumstances to the DPCS. If the contractor is absent for four or more weeks due to illness, he or she shall provide written documentation from a qualified health care provider that he or she is free from communicable disease. The government reserves the right to examine or reexamine any such contractor who meets this criterion. 5.2.2 The contractor shall provide a competent substitute during periods of absence, not to exceed four days per year. 5.3 Healthcare Administration. 5.3.1 A physical examination certification which states the date on which the physical examination was conducted, the name of the doctor who performed the examination, and a statement concerning physical health of the contractor. The certification must contain the following statement: "(Name of Contractor) is suffering from no physical disability medical condition which would restrict or prelude him/her from providing services as a Roman Catholic Priest. (Name of Contractor) is suffering from no contagious diseases to include but not limited to AIDS, tuberculosis, hepatitis, and venereal diseases, and is not positive for HIV antibodies". 5.3.2 The contractor shall be neat, clean, well groomed, and in appropriate professional clergy clothing. 5.3.3 The Contractor staff is responsible for adherence to all MTF administrative procedures and instructions that apply to the Pastoral Care Department. 5.3.4 All records produced in the performance of this contract and all evaluations of patients are the property of, and subject to the exclusive control of, the Government. The Contractor may retain a copy of all such records or evaluations, but may not provide further copies or disclose the information from such records or evaluations to third parties. All requests from other treatment facilities or other individuals for patient records shall handled in accordance with procedures specified by MTF instructions. SECTION C-7 OTHER PROVISIONS 7.1 Administrative Requirements 7.1.1 Hours of operation. The Pastoral Care Service department?s operating hours are 0730-1600, Monday through Friday. 7.1.2 Contractor services will not be required on the following federally established holidays: New Year?s Day, Martin Luther King?s Birthday, President?s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran?s Day, Thanksgiving Day and Christmas Day. The government will not compensate the contractor for these periods of planned absences. Should a Federal Holiday fall on a Thursday, the instructor shall make up that day on another day to be determined by the DPCS. 7.2 The contractor shall become acquainted with and obey all station regulations, shall perform in a manner to preclude the waste of utilities, and shall not use Government telephones for personal business. 7.3 Smoking is prohibited in the facility and is restricted to designated outdoor areas. 7.4 Problem Employees. 7.4.1 The Contractor shall not allow Contractor employees whose judgment is impaired by alcohol, drugs, or other mood altering conditions to perform under this contract. The Contractor shall immediately remove such employees and inform the COR. Further, the Government reserves the right to remove any employee, who in the judgment of a licensed physician, is impaired by drugs or alcohol. The Contractor shall provide a qualified replacement employee after contact with the COR. 7.4.1.1 Employees with alcohol or drug abuse problems may be allowed to return to this contract only with prior Government approval. 7.4.1.2 The Contractor shall remove employees charged or indicted for a felony until the legal process is complete. If the legal proceeding results in a finding of not guilty on the merits of the case, the employee may be allowed to return to work. The COR shall be notified. In all other cases, the employee may be allowed to return only with prior Government approval. SECTION C-13 PERSONNEL QUALIFICATIONS 13.0 Contractor Qualifications 13.1 Specific skills and knowledge required for instruction of the Clinical Education Program which include: 13.1.1 Diplomat of Fellow certification from American Association of Pastoral Counselors. 13.1.2 Demonstrate adaptability, flexibility and capability of working with chaplains of various faith groups/traditions, to be determined, in an interview with the DPCS. The government intends to make a single firm fixed contract award to the responsible offeror whose offer is the most advantageous to the government considering price and other factors considered. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include company?s complete mailing and remittance addresses, discounts for prompt payment, if any, anticipated delivery/availability of products, company?s CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. ALL FAR CERTIFICATIONS AND REPRESENTATIONS SPECIFIED ABOVE MUST ALSO ACCOMPANY YOUR QUOTE. Quotes must be received no later than 8:00 AM, pacific standard time on August 29, 2005, and will only be accepted via e-mail @ (pjhargis@nmcsd.med.navy.mil) or at the following physical address: Naval Medical Center, Acquisitions Division, Material Management Department, 34800 Bob Wilson Drive, Suite 8, San Diego CA 92134.
 
Place of Performance
Address: Naval Medical Center, San Diego, 34800 Bob Wilson Drive, Suite 8, San Diego, Ca
Zip Code: 92134
 
Record
SN00875128-W 20050821/050819212803 (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.