Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2025 SAM #8579
SOLICITATION NOTICE

Q -- Integrated Behavioral Health Services

Notice Date
5/21/2025 7:51:05 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621330 — Offices of Mental Health Practitioners (except Physicians)
 
Contracting Office
W7NS USPFO ACTIVITY NC ARNG RALEIGH NC 27607-6412 USA
 
ZIP Code
27607-6412
 
Solicitation Number
W9124225Q0079
 
Response Due
6/12/2025 1:00:00 PM
 
Archive Date
06/27/2025
 
Point of Contact
Amy Daniels, Phone: 9846646903
 
E-Mail Address
amy.b.daniels2.civ@army.mil
(amy.b.daniels2.civ@army.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in Paragraph 3.0 as Government Furnished, to perform Integrated Behavioral Health System (IBHS) Services for members of the North Carolina Reserve Component Service members and their dependents, as defined in the attached PWS. Last day to present Questions: 2 June 25 1. Q. Is there an incumbent? A. W9124220P0084 Compass Medical Provider LLC (61UK6) 2. Q: Attachment 6 LoE. Can the Government please clarify what is meant in column H by �Non-Payroll taxed fringe benefits� and �Taxed Fringe Benefits�? A: Please consult with www.irs.gov for the most up-to-date information for tax laws regarding fringe benefits. 3. Q: In which volume should offerors include paragraph (c) of FAR clause 52.212-3? A: All firms shall respond to 52.212-3 via www.sam.gov registration; if presenting as a JV please identify so clearly throughout offer. 4. Q: Do cover pages or tables of contents count toward the 6-page maximum for the technical capability volume? No. 5. Q: Will JV offerors be required to count the completed paragraph (c) of FAR clause 52.212-3 as part of the 6-page maximum for the technical capability? A: No; all firms will respond to 52.212-3 via www.sam.gov registration which remains separate from the technical volume. 6. Q: Will the Gov't exclude a Title page, Table of Contents page, and Cover Letter/Introduction page from the maximum page allowance? A: Yes 7. Q: Can the Gov't clarify if the 3 sections (Pricing, Technical, Past performance) should be submitted in 3 separate volumes, or may we submit 1 volume with all 3 parts? A: 3 Volumes 8. Q: Will the Gov' clarify what it means by the term �approx.�? Is it the approximate number of pages or the approximate font type and size? A: �approx.� refers to the font type and size 9. Q: Are the 2 pages stated as the maximum for Past Performance the limits for the total Past Performance narrative or is it two pages per citation? A: 2 pages maximum for the volume 10. Q: The WDs include EO 14026. This was revoked on 14 March 2025. As a result, federal contractors are no longer required to adhere to the wage mandates established by EO 14026. Instead, they must comply with the minimum wage requirements set forth in EO 13658, which currently sets the federal contractor minimum wage at $13.30 per hour. In light of this change, will the Gov't update the Wage Determinations accordingly by removing EO 14026 references to ensure compliance with current federal guidance? A: The revocation is recognized; however, we do not have the ability to manipulate published wage decisions. Offerors are to comply with current DOL law, recognizing all revocations not yet reflected in the WD. 11. Q: Does the Gov't anticipate any mission changes that would necessitate increasing or decreasing the current labor mix? A: Not currently 12. Q: Can the offeror submit past performance from a major subcontractor (25% or more workshare)? A: Yes; please identify as such. 13. Q: Given the challenging nature of the performance location, would the Gov't consider requiring offerors to submit at least one past performance reference for each proposed major subcontractor? A: No, this will not become a requirement. 14. Q: Will the Government consider requiring a Letter of Commitment or Statement of Commitment from all teaming partners or subcontractors? Yes; requirement was added to the technical section. 15. Q. Clarification requested regarding the number of option years; discrepancy identified in the attachments. A: Base plus 3 option years and 52.217-8; admin error updated. 16. Q: Is the labor mix by locations listed in the PWS the current labor mix being used to provide services under the current contract? (11 total staff covering 8 locations). A: Yes 17. Q: The PWS states that personnel must hold a valid North Carolina license. However, as this is a Non-Personal Services Contract and services will be performed on federal property, will the Government accept providers holding an active, unrestricted license from any U.S. state or territory, in accordance with standard federal contracting practice? A: Clinicians are scheduled to be on-call for the 24/7 Helpline; during these times the clinicians are not always located on federal property and as such must hold a NC license.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a140a3907c9a47b1b1d2ee52d414270e/view)
 
Place of Performance
Address: Raleigh, NC 27607, USA
Zip Code: 27607
Country: USA
 
Record
SN07450875-F 20250523/250521230043 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.