Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2017 FBO #5697
DOCUMENT

R -- MARKET SURVEY - Integrated Employee Assistance Program/WorkLife/Wellness Services/AHR - Attachment

Notice Date
6/27/2017
 
Notice Type
Attachment
 
NAICS
621330 — Offices of Mental Health Practitioners (except Physicians)
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AWA AAQ-420 WA - FAA Headquarters (Washington, DC)
 
Solicitation Number
27557
 
Response Due
7/28/2017
 
Archive Date
7/28/2017
 
Point of Contact
Natalie Burgess, natalie.burgess@faa.gov, Phone: 202-267-4039
 
E-Mail Address
Click here to email Natalie Burgess
(natalie.burgess@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
MARKET SURVEY FOR FEDERAL AVIATION ADMINISTRATION (FAA) Office of the Assistant Administration of Human Resources (AHR) Benefits and WorkLife Integrated Employee Assistance Program/WorkLife/Wellness Services In accordance with Federal Aviation Administration Acquisition Management System (AMS) AMS Procurement Guidance 3.2.1.2 “ the purpose of this announcement is to conduct a Market Survey for the purpose of soliciting statements of interest and capabilities from interested vendors. This market survey also seeks to identify potential vendors for this contract including groups of business teams. This market survey is being conducted in order to obtain the information necessary to aid the FAA in its determination as to whether adequate competition exists to set-aside the competition. The Principal North American Industry Classification System (NAICS) size standard code for this requirement is 621330, Offices of Mental Health Practitioners (except Physicians) with a size standard of $7.5M. 1. Objective The Federal Aviation Administration ™s Office of the Assistant Administrator (AHR), Benefits and WorkLife, is conducting a Market Survey to: Inform the industry of the potential contract opportunity and solicit capabilities statements and other information from interested vendors capable of providing the services set forth in the potential Screening Information Request (SIR). Solicit statements of interest and capabilities from qualified and capable small businesses 2. Purpose This market survey is conducted in effort to obtain the information necessary to determine whether adequate competition exist to set-aside the competition among small businesses, services disabled veteran owned small business (SDVOSB), or 8(a) socially and economically disadvantaged businesses (SEDB). SEDB must be certified by the Small Business Administration (SBA). The acquisition strategy and the nature of this procurement have yet to be determined. The FAA may decide to do a full and open competition or a full or partial set-aside with the business types identified above. This Market Survey announcement is not a SIR or a Request for Proposals (RFP) of any kind. This survey is for informational and planning purposes only. The FAA is not seeking or accepting unsolicited proposals. This notice should not be construed as a commitment of any type by the Government to take or not take any action. No evaluation letters or results will be issued to respondents. The Government will not reimburse any costs incurred by vendors in responding to this notice. 3. Background The Federal Aviation Administration ™s mission is to provide the safest, most efficient aerospace system in the world. We strive to reach the next level of safety, efficiency, environmental responsibility and global leadership. We are accountable to the flying public and our stakeholders. Our success depends on the respect, diversity, collaboration, and commitment of our workforce. Safety is our passion and people are our strength. The FAA ™s WorkLife Program is a Human Resource (HR) business partner in support of an FAA workforce who is responsible for the safety of the national aerospace system. The FAA WorkLife Program is also a strategic employee engagement partner whose benefits are pivotal to attract, motivate and retain employees. In support of the FAA mission, the FAA WorkLife Program is seeking a comprehensive, broad-brush Employee Assistance Program which will include the assessment, referral, monitoring and management of rehabilitation /treatment cases of safety sensitive/security sensitive employees subject to the Department of Transportation Order 3910 1D. We also seek a comprehensive, integrated worklife and wellness program that provides convenience/concierge services, geriatric care management, and healthy lifestyle resources and coaching. These services will be available to approximately 45,924 FAA employees, dependents, and/or those persons who have an equivalent relationship as a family member. Of the approximate 45,924 employees, almost 27,000 employees are in Testing Designated Positions (TDP). In addition, EAP services are available for six months to recent FAA retirees and their family/household members and legal dependents). Approximately 1500 FAA employees retire each year. EAP services must follow the guidelines established by federal law along with the Department of Transportation, and FAA directives, policies, and procedures. This Agency wide program will be available to all 45,924 national and international employees, dependents and those persons who have an equivalent relationship as a family member. The national program encompasses all 50 states, the District of Columbia, U.S. territories including St. Croix Island, St. Thomas Virgin Islands, Puerto Rico, Marshall Islands, American Samoa, and Guam. Face-to-face counseling with a licensed, proficient English-speaking mental health provider must be available to approximately 200 employees and their family/household members and legal dependents located in or near London, United Kingdom; Brussels, Belgium; Frankfurt, Germany; Singapore; and Shanghai, China. Access for EAP counseling services must be available 24/7 by calling an international toll-free number. EAP substance abuse services for safety and security- sensitive positions must follow the guidelines established by federal law along with the Department of Transportation and FAA directives, policies, and procedures. 4. Description of the Requirement Respondents must be able to meet all requirements of this market survey in accordance with the Statement of Work Requirements. CAPABILITY STATEMENT “ The following items are needed to complete the Capability Statement. In five pages or less, please provide the following past performance information: a.Vendor capability to provide integrated EAP/WorkLife/Wellness services approximately 45,924 national and international employee populations b.Proven experience with large, unionized environments c.Proven experience in aviation expertise with access to substance abuse services in compliance with DOT Order 3910 1D. d.A national and international network of culturally diverse EAP providers, substance abuse professionals, and licensed International Critical Incident Stress Foundation-trained CISM responders e.Proven experience in promotional activities of integrated EAP/WorkLife/Wellness resulting in organizational customer utilization of over 20% f.Describe current information technology systems and processes currently implemented that safeguard clinical notes, Personally Identifiable Information, and is HIPAA compliant g.Contingency planning (COOP) currently implemented in the event of a large scale catastrophic event to include re-routing of call center operations h.Ability to provide licensed, ICISF-trained EAP responders for surge activities in the event of large-scale catastrophic events. i.A proven network of credentialed Substance Abuse Professionals, as defined by DOT Order 3910 1(series) 5. Point of Contact (POC): Natalie Burgess Contracting Officer 800 Independence Avenue, S.W. Washington, DC 20591 Phone: (202) 267-4039 Email address: Natalie.Burgess@faa.gov Email Subject: Market Survey Response: Integrated Employee Assistance Program/WorkLife/Wellness Services 6. Delivery Instructions: Response to this market survey shall be as follows: Via e-mail: Natalie.Burgess@faa.gov Responses and completion of the following attachments are required with the submittal of the Vendor ™s information: Completed Business Declaration Form Small Business Administration 8(a) Certification letter, if applicable Veterans Administration SDVOSB Certification, if applicable Cover letter Capability Statement The FAA prefers that all questions, submittals, including attachments, are submitted electronically to the e-mail address stated above. Please submit as a Microsoft Word file. If you cannot respond electronically, please send at least two hard copies by the indicated deadline to the POC address identified below: Natalie Burgess Federal Aviation Administration Building 10A, Room 406 W. 800 Independence Ave., S.W. DC 20591 7. Market Survey Response Requirements The Government will accept questions related to this Market Survey. The deadline to submit questions is July 7, 2017. 2:00 pm EST. The Government will not respond to inquiries after this date and time. The Government will publish a singular public response to all questions that are received by the deadline. The responses to this request are to be provided with a cover letter on company letterhead. Responses are limited to five pages at 12 point font. All Capability Response submissions must be received via email no later than July 28, 2017, 2:00 p.m. EST. Late responses will not be accepted. Incomplete responses will not be considered. Please include an email Subject line for all emails: Market Survey- Integrated Employee Assistance Program/WorkLife/Wellness Services. Emails must include company Point(s) of Contact, telephone number(s), FAX number(s), E-mail address (es) (if available), and mailing address. **No telephone calls will be accepted. Please provide all e-mails to natalie.burgess@faa.gov. ADDITIONAL INFORMATION: This market survey is for informational purposes only and shall not be construed as a commitment or a promise to contract by the Government. All costs associated with the preparation or submission of responses is the responsibility of the potential source. The Government will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore any cost associated with the market survey submission is solely at the interested vendor ™s expense. The Government is not liable for costs associated with the preparation, submittal of inquiries or responses for this announcement and will not reimburse any firm for cost incurred in responding to this public announcement. Responses will not be returned. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. No telephone inquiries will be accepted. No solicitation exists at this time. If a solicitation is issued, it will be synopsized on the FAA ™s Contract Opportunities web page. It is the offeror ™s responsibility to monitor this site for the release of the solicitation. Please note that the following is for informational purposes: Attention Minority, Women-Owned and Disadvantaged Business Enterprises: DOT, Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP). For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169. Interested companies are reminded that - (a) This is not a Screening Information Request or Request for Proposals of any kind; (b) The FAA is not seeking or accepting unsolicited proposals; (c) The FAA will not pay for any information received or costs incurred in preparing the response to the market survey; and (d) Any costs associated with the market survey submittal is solely at the interested vendor's expense. Any confidential or proprietary information submitted in response to this announcement must be marked accordingly by the vendor. Such information will not be disclosed outside of the acquisition team. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/27557 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/27557/listing.html)
 
Document(s)
Attachment
 
File Name: Draft SOW EAP (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/79744)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79744

 
File Name: EAP MARKET SURVEY (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/79745)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79745

 
File Name: Exhibit A Locations Contract Competition 2017 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/79746)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79746

 
File Name: Business Declaration Form (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/79747)
Link: https://faaco.faa.gov/index.cfm/attachment/download/79747

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04558850-W 20170629/170627235016-652e0d9edbe528eb2676e90457529342 (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.