Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2010 FBO #3185
SOLICITATION NOTICE

R -- Employee Assistance Program Support Services

Notice Date
8/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621330 — Offices of Mental Health Practitioners (except Physicians)
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W911YP-10-P-EAP
 
Response Due
8/25/2010
 
Archive Date
10/24/2010
 
Point of Contact
Jennifer Shaw, 801-432-4330
 
E-Mail Address
USPFO for Utah
(jennifer.shaw5@us.army.mil)
 
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. 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. Solicitation is W911YP-10-P-EAP being issued as a Request for Quotation. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement will be 100% Small Business Set Aside. North American Industry Classifications System Code (NAICS) is 621330, size standard $6 million. This requirement is for one (1) year from date of award with four (4) option years. Please provide prices for the following CLINS (monthly rate should be inclusive of all services requested): CLIN 0001 Base Year, Employee Assistance Program, 1300 employees at $ per employee, 12 months at $ per month, Total $. CLIN 0002, Option Period One, Employee Assistance Program, 1300 employees at $ per employee, 12 months at $ per month, Total $. CLIN 0003, Option Period Two, Employee Assistance Program, 1300 employees at $ per employee, 12 months at $ per month, Total $. CLIN 0004, Option Period Three, Employee Assistance Program, 1300 employees at $ per employee, 12 months at $ per month, Total $. CLIN 0005, Option Period Four, Employee Assistance Program, 1300 employees at $ per employee, 12 months at $ per month, Total $. TOTAL FOR BASE YEAR + FOUR OPTION YEARS: $ PERFORMANCE WORK STATEMENT: See attached. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: (1) FAR 52.204-4 Printed or Copied-Double Sided on Recycled Paper; (2) FAR 52.204-7 Central Contractor Registration; (3) FAR 52.212-1 Instructions to Offerors--Commercial Items; (4) FAR 52.212-2 Evaluation--Commercial Items; (5) FAR 52.212-3 Offeror Representations and Certifications--Commercial Items, with Alternate I; (6) FAR 52.212-4 Contract Terms and Conditions--Commercial Items; (7) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I; (b) FAR 52-204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; (c) FAR 52.219-8 Utilization of Small Business Concerns (Deviation 2009-O0009); (d) FAR 52.219-28 Post Award Small Business Program Representation; (e) FAR 52.222-3 Convict labor; (f) FAR 52.222-21 Prohibition of Segregated Facilities; (g) FAR 52.222-26 Equal Opportunity; (h) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; (i) FAR 52.222-36 Affirmative Action for Workers with Disabilities; (j) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (k) FAR 52.222-50 Combating Trafficking in Persons; (l) FAR 52.233-3 Protest After Award; (m) FAR 52.233-4 Applicable Law for Breach of Contract Claim; (n) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (o) FAR 52.232-33 Payment by Electric Funds Transfer-Central Contractor Registration. (9) FAR 52.217-5 Evaluation of Options; (10) FAR 52.217-9 Option to Extend the Term of the Contract; (11) FAR 52.232-18 Availability of Funds; (12) FAR 52.232-19 Availability of Funds for the Next Fiscal Year; (13) FAR 52.222-25 Affirmation Action Compliance; (14) FAR 52.222-99 Notification of Employee Rights under the National Labor Relations Act, (Deviation 2010-O0013); (15) FAR 52.233-2 Service of Protest; (16) FAR 52.252-2 Clauses Incorporated Reference; (17) DFARS 252.204-7004 Central Contractor Registration, Alternate A; (18) DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; (19) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (20) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) FAR 52.203-3 Gratuities; (b) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; (c) DFARS 252.225-7012 Preference for Certain Domestic Commodities; (d) DFARS 252.232-7003 Electronic Submission of Payment Requests; (e) DFARS 252.243-7002 Requests for Equitable Adjustment; (f) DFARS 252.247-7023 Transportation of Supplies by Sea; (21) DFARS 252.232-7010 Levies on Contract Payments. EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) technical factors, consideration of technical approach, capabilities to provide services required, process used to select network counselors, professional qualifications of staff and counselors, and length of working relationship between EAP provider and network counselors; (2) past performance, caliber of offerors performance on previous contracts; and (3) total cost or price, total price and realism. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. And also in accordance with FAR 52.212-3, Offeror Representations and Certifications Commercial Items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov. Quotes are due NLT 8:00 am MST 25 August 2010. Quotes may be mailed to: USPFO for Utah, Attention Jennifer Shaw, 12953 South Minuteman Drive, Draper, UT 84020-9286 or e-mailed to jennifer.shaw5@us.army.mil; facsimiles will NOT be accepted. All quotes must arrive at the place and by the time specified. Offers shall include: 1.Cost and technical proposal. 2.A minimum of three contracts completed or currently in process within the past three years of similar work covered by this solicitation. Offeror shall include the following information for each reference: a.Contract number b.Name and address of contracting activity c.Contracting Officers name and telephone number d.EAP Coordinators name and telephone number e.Period of performance f.Brief description of work under the contract Failure to provide this information with your offer may cause your offer to be considered non-responsive. Please direct questions to Jennifer Shaw at jennifer.shaw5@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W911YP-10-P-EAP/listing.html)
 
Place of Performance
Address: USPFO for Utah 12953 South Minuteman Drive Draper UT
Zip Code: 84020
 
Record
SN02238323-W 20100814/100812235211-47dd1164b36550d7aabb6e87cedcc9c5 (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.