Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2006 FBO #1789
SOLICITATION NOTICE

G -- The Directorate of Contracting, Fort Bliss, TX, is soliciting proposals to provide Employee Assistance Program (EAP) Coordination support.

Notice Date
10/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
923130 — Administration of Human Resource Programs (except Education, Public Health, and Veterans' Affairs Programs)
 
Contracting Office
ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-07-R-0500
 
Response Due
11/3/2006
 
Archive Date
1/2/2007
 
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 issued. The solicitation is W911SG-07-R-0500 and is issued as a Request for Proposal (RFP). This solicitation is 100% set-aside for small businesses. The North American Industry Classification S ystem (NAICS) code for this acquisition is 923130. Proposals are due by 10:00 a.m. MST, 3 November 2006. The RFP will result in a firm fixed price order. The Directorate of Contracting, Fort Bliss, TX, is soliciting proposals to provide nonpersonal ser vices to provide Employee Assistance Program (EAP) Coordination support. Performance shall be at Building 2436 Cassidy Road (behind Building 2438 next to the Milam Physical Fitness Center), Fort Bliss, TX. The U.S. Armys EAP is designed to provide free, confidential services, to include: screening to identify employees problems; short-term counseling; and, when appropriate, a referral to a facility or service (within or outside of the Army) that can assist the employee in resolving his or her problem(s ). In addition to substance abuse problems, the Army EAP provides comprehensive short-term counseling and referral services to help employees achieve a balance between their work, family, and other personal responsibilities. Job effectiveness can be ad versely affected when employees are faced with emotional or behavioral problems, family responsibilities, financial and legal difficulties, and dependent (child/elder) care needs. EAP services can be extremely important in the prevention of, and intervent ion in, workplace violence incidents. The EAP coordinator will advise, update supervisors of employees' progress as needed and meets and coordinates services with the unions when applicable. The EAP coordinator will be responsible for education and preve ntion services around Fort Bliss and the William Beaumont Army Medical Center (WBAMC). The EAP coordinator will work with the Prevention Coordinator on campaigns or other prevention efforts on and off the installation. The EAP coordinator will be respons ible for the submission of required reports as applicable in coordination with the Alcohol and Drug Control Officer (ADCO). The EAP coordinator will perform other duties that the ADCO deems necessary to complete the mission of the EAP program. The EAP co ordinator must be thoroughly familiar with Army Regulation (AR) 600-85 and its requirements, and must be certified as an Employee Assistance Professional within the past five years, OR have 3 years of experience in a related social services professional fi eld. A minimum of a Bachelor's Degree is desirable. The contractor will be responsible for all fees and costs associated with credentials, certifications, and training requirements for this effort. This includes, but is not limited to, temporary duty (T DY) trips for Continuing Education Units (CEU) and Professional Development Hours (PDH) for certification and/or recertification. The contractor will staff all cases through the ADCO. Contractor must be able to use a computer to do the required paperwork (client records, education materials, reports, statistics, etc.) for this effort. Provide price for Contract Line Item (CLIN) 0001, EAP Coordinator, estimated 2080 hours X Unit Price $______. Option period beginning 1 Oct 07 through 30 Sep 08. CLIN is the same as the base period and needs to be priced separately, estimated 2080 hours X Unit Price $______. Award is subject to availability of funds. Exercising of option period will be subject to satisfactory contractor performance as evaluated by the Go vernment and the availability of funds. The total price for evaluation purposes is determined by adding the total price of the base period CLIN and the CLIN fo r the option period. Offeror proposal shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. The following FAR clauses and provisions apply to this RFP: 52.202-1, Definitions (Jul 2004); 52.212-1, Instructions to Offerors  Commercial Items (Jan 2005); 52.212-3, Offeror Representations and Certification  Commercial Items must be completed and submitted with the proposal; 52.212-4, Contract Terms and Conditions  Commercial Items (Oct 2003); 52.212-5, Contract Terms and C onditions Required to Implement Statutes or Executive Orders  Commercial Items (Apr 2005) applies to this RFP and the following clauses cited in the clause apply: 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3, Convict Labor (Jun 2 003); 52.222-19, Child Labor  Cooperation with Authorities and Remedies (E.O. 13126) (Jun 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veteran s, Veterans of the Vietnam Era, and Other Eligible Veterans (Apr 2002); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793) (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Oth er Eligible Veterans (38 U.S.C. 4212) (Dec 2001); 52.232-33, and Payments by Electronic Funds Transfer  Central Contractor Registration (Oct 2003). Also applicable are 52.228-5, Insurance  Work on a Government Installation (Jan 1997), 52.233-3, Protest After Award (Aug 1996); 52.233-2, Service of Protest (Aug 1996); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); clause 52.252-2, Clauses Incorporated by Reference (F eb 1998); 52.252-5, Authorized Deviations in Provisions (Apr 1984); 52.252-6, Authorized Deviations in Clauses (Apr 1984); 252.232-7003, Electronic Submission of Payment Requests (Jan 2004); and 252.243-7001, Pricing of Contract Modifications. Offerors mu st submit the following to be considered for award: 1) a completed copy of FAR clause 52.212-3, Representations and Certifications, Commercial Items (Mar 2005); Offerors must submit a price proposal; Offerors must have a satisfactory record of past perfor mance and experience. Mail/hand deliver proposals to Directorate of Contracting, ATTN: John A Cowgill, 2021 Club Road, Fort Bliss, TX 79916 or FAX to (915)568-0836. Copies of FAR clauses and provisions may be accessed via the Internet at www.arnet.gov. The Government will issue an order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The Government intends to evalu ate proposals and make award without discussions. The following FOUR factors, in descending order of importance, shall be used to evaluate offers: price, technical capability, past performance, and past experience. Technical capability, past performance , and past experience, when combined, are less important than price. The Government will evaluate both amount of experience with similar contracts and quality of performance. 1) Price  Offerors shall propose a price for each CLIN. 2) Past Experience refers to the amount and nature of the work you or your company have performed. 3) Past Performance refers to how well you or your company have performed that work. 4) Technical capability  offerors must submit the resume of the proposed EAP coordinat or and a copy of the aforementioned EAP certification. The Government will evaluate the submitted past performance information required by FAR 52.212-1 and may use information from other sources to review offerors ability to perform the effort successful ly. Required past performance information: Offerors shall submit three (3) references of relevant contracts performed within the last five years (past and/or present), that are the same and/or similar to the size and complexity of this requirement. For each reference include the contract number, dollar value, contract office, agency name, contact numbers, period of performance, contracting officers name and p hone number and description of service. Past performance does not have to be through a government agency. The Government will evaluate offers for award purposes by adding the total price for the option to the total price for the basic requirement. The G overnment may determine that an offer is unacceptable if the option price is significantly unbalanced from the base period amount. Evaluation of options shall not obligate the Government to exercise the option. Performance Work Statement (PWS) describing requirements in detail is available from John A. Cowgill, Contracting Officer, (915)568-4479. Offerors must be registered in the Central Contractor Registry to be eligible for award.
 
Place of Performance
Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
Country: US
 
Record
SN01167263-W 20061020/061018220539 (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  © 1994-2020, Loren Data Corp.