Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2010 FBO #3267
SOLICITATION NOTICE

G -- Substance Abuse Treatment Services

Notice Date
11/2/2010
 
Notice Type
Presolicitation
 
NAICS
623220 — Residential Mental Health and Substance Abuse Facilities
 
Contracting Office
Court Services and Offender Supervision Agency, D. C. Pre-Trial Services Agency, Finance and Administration, 633 Indiana Avenue, NW, Suite 1120, Washington, District of Columbia, 20004
 
ZIP Code
20004
 
Solicitation Number
PSA-10-RFP-0001
 
Point of Contact
Thomas Guziewicz, , Johnny Cahn,
 
E-Mail Address
thomas.guziewicz@psa.gov,
(thomas.guziewicz@psa.gov, ontracting)
 
Small Business Set-Aside
N/A
 
Description
The District of Columbia Pretrial Services Agency (PSA) is an independent federal investigation and supervision entity within the Court Services and Offender Supervision Agency (CSOSA) for defendants who are released into the community while awaiting disposition of their case(s) in both the D.C. Superior Court and U.S. District Court. PSA is mandated to provide or facilitate comprehensive assessment and/or treatment services to persons ordered to undergo such services as part of either pretrial or post-sentence supervision. These persons may be dually diagnosed with both mental health and substance dependence issues and may include persons of varying cultural backgrounds who may be non-English speaking, i.e. Spanish. PSA intends to accept proposals for five (5) modality categories and related sub-modalities of substance abuse treatment services. The treatment categories required include: (1) Outpatient Treatment - regular and intensive, (2) Residential Treatment - clinically managed high-intensity residential, (3) Transitional Treatment - clinically managed low intensity residential, and (5) On-Site Counseling Sessions -outpatient/intensive outpatient, targeted interventions/sanction, individual planning. PSA will conduct a pre-proposal conference. The date and time of the pre-proposal conference will be established in the solicitation. Registration instructions and registration form for the pre-proposal conference will be included in the solicitation. The purpose of the pre-proposal conference is for PSA representatives to answer questions from potential offerors regarding the technical aspects of the solicitation and the services to be performed. Potential offerors must submit the pre-proposal questions in writing to the PSA Contracting Officer/Contracting Specialist after receipt of the solicitation at least seven business days prior to the scheduled pre-proposal conference based on the offeror's review of the solicitation. The submitted questions will then be addressed during the pre-proposal conference; follow-up questions may also be addressed. The Government anticipates the award of a firm-fixed unit price, indefinite delivery indefinite quantity contract and reserves the right to make multiple awards. The successful contractor(s) will be selected using a best value approach. The Government will award multiple awards resulting from the solicitation to the responsive and responsible offeror(s) whose offer confirming to the solicitation will be most advantageous to the Government. FAR Part 12 procedures will be used to the maximum extent as the Contracting Officer has determined this as a commercial service. The following criteria and factors shall be used to evaluate the proposals: Technical, Past Performance and Price. Technical and past performance will be equal in importance to price/cost. The anticipated contract period of performance is a base year with four (4) one year option periods. This announcement is open to all businesses, regardless of size. The primary NAICS code is 623220, Residential Mental Health and Substance Abuse Facilities, with a small business size of $6.0 Million. If a large business is selected for this contract, the firm must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan, or the portion of the work, it intends to subcontract. Negotiations with large businesses will include goals for any planned subcontracting, expressed in percentages of total subcontracting dollars for the use of small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns as subcontractors. To be able to conduct business with the Government and be eligible for contract award, interested offerors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov. All responsible sources will be required to submit a timely received written proposal in response to the solicitation to an address specified in the solicitation package. All requests for the solicitation documents must be submitted electronically via email only to the following email address: thomas.guziewicz@psa.gov. Requests for the solicitation package must be received via email only at the aforementioned email address no later than 5:00 P.M. on Friday, November 12, 2010. The email request for the solicitation package must include the following clearly identified information: (1) company name, (2) business mailing address (3) point of contact information (full name and position title of the individual to whom the solicitation documents will be transmitted), (4) email address (of the individual to whom the solicitation documents will be transmitted), (5) telephone number, (6) fax number. Requests for the solicitation via the telephone or facsimile will not be accepted. It is anticipated that the complete solicitation package will be issued electronically via email to the potential offerors by 5:00 P.M. on Tuesday, November 16, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CSOSA/DCTSA/WashingtonDC/PSA-10-RFP-0001/listing.html)
 
Place of Performance
Address: Washington, DC, Washington, District of Columbia, 20004, United States
Zip Code: 20004
 
Record
SN02321176-W 20101104/101102234400-57c290415a0b6f266d05122372fdc766 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.