Indiana Bids > Bid Detail

EAP SERVICES, CRANE ARMY AMMUNITION ACTIVITY

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159319311836614
Posted Date: Aug 10, 2023
Due Date: Aug 18, 2023
Solicitation No: W519TC23QEAPS
Source: https://sam.gov/opp/91620eb271...
Follow
EAP SERVICES, CRANE ARMY AMMUNITION ACTIVITY
Active
Contract Opportunity
Notice ID
W519TC23QEAPS
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC RI
Office
W6QK ACC-RI
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Aug 10, 2023 09:10 am CDT
  • Original Date Offers Due: Aug 18, 2023 04:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 02, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: R408 - SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT
  • NAICS Code:
    • 621330 - Offices of Mental Health Practitioners (except Physicians)
  • Place of Performance:
    Crane , IN 47522
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will NOT be issued.





This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation number is W519TC-23-Q-EAPS.





The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 Dated 02JUN2023.



The NAICS code for this procurement is 621330; the small business size standard is $8M. The Federal Service Code is R499. Offerors must be registered within the System for Award Management (SAM) database to receive an award against this Solicitation. The website for SAM is https://www.sam.gov/.





DESCRIPTION OF REQUIREMENT





This solicitation is issued for Employee Assistance Program services to be performed at Crane Army Ammunition Activity (Crane), Crane, Indiana, in accordance with the Performance Work Statement at Attachment 01.




  • Offerors shall provide documentation that any counselor to be assigned in the event of a positive drug test is a certified addiction specialist (licensed by the Behavioral Health and Human Service Licensing Board).





EVALUATION CRITERIA FOR TECHNICAL CAPABILITY





Based on the information the offeror provides, a rating of "Acceptable" or "Unacceptable" will be assigned to the quote, as follows:







Acceptable: The offeror provided a copy of the degree/certificates listed above that confirms all counselors meet the educational requirements/hold the required degree; provided documentation verifying provider is a Certified Employee Assistance Professional; and provided a copy of the license for certified addiction specialists (licensed by the Behavioral Health and Human Service Licensing Board) for counselors who meet with clients testing positive for substance abuse; the offeror provided a capability statement and/or capability literature and/or capability brochure; and the offeror provided a minimum of 2 work references for relevant, similar work which was successfully performed and for which award was made within the last five (5) years. In addition, the provider must have at least two years of applicable experience in effectively managing a client caseload of similar size and scope requiring similar technical and management skills. Reference Para. 7(c): The PWS requires a trained mental health provider to answer the call, provides timelines for invoice submission and incorporates DEPT OF ARMY IT requirements so that the site can be accessed on a government (Army) computer.










  • Unacceptable: The offeror did not submit all the educational and/or certification requirements; the offeror provided neither a capability statement, nor capability literature, nor capability brochure; and/or the offeror provided no references or only 1 reference; and/or one or more of the references provided is not relevant, which resulted in the offeror not providing the minimum number of required relevant references; and/or the references provided are for contracts that were awarded more than five years ago. The offer does not confirm the IT requirements in 7(c).





BASIS FOR AWARD





The basis for award is Low Price Technically Acceptable (LPTA). Award will be made to the offeror who provides the lowest priced, technically acceptable offer, who is deemed responsible, and whose quote conforms to the solicitation requirements.





Only those offers determined to be technically acceptable, either initially or as a result of discussions, will be considered for award.





In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions. However, the Government reserves the right to conduct discussions if determined necessary by the Contacting Officer.





Award will be made on a Firm Fixed Price basis.





LISTING OF ATTACHMENTS





Attachment 01, Performance Work Statement



Attachment 02, Work Reference Form



Attachment 03, Pricing Sheet



Attachment 04, FAR Clauses, 52.212-5



Attachment 05, FAR Clause 52.204-24, Certification in Full Text



Attachment 06, FAR Clause 52.212-3, Reps and Certs in Full Text





Note: Offeror shall return its quotation with the attachments above:



Attachment 02 Work Reference Form



Attachment 03 Pricing Sheet.



Attachment 05, FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.



Attachment 06, FAR 52.212-3, Offerors Representation and Certification-Commercial Products and Commercial Services.





DEADLINE FOR SUBMISSION



Offers are due 18 AUG 2023, no later than 3:30 p.m. Central Time.





TYPE OF ACQUISITION AND CONTRACT





This acquisition is issued as 100% Small Business Set-Aside. The Army Contracting Command-Rock Island (ACC-RI) will award a Firm Fixed Price Contract.

















PERIOD and PLACE OF PERFORMANCE





The period of performance consists of a Base Period and 4 Option Periods as follows:



Base Period 2 Sep 2023 - 1 Sep 2024



Option Period 1 2 Sep 2024 - 1 Sep 2025



Option Period 2 2 Sep 2025 - 1 Sep 2026



Option Period 3 2 Sep 2026 - 1 Sep 2027



Option Period 4 2 Sep 2027 - 1 Sep 2028







Place of Performance - Services shall be performed by the awardee within a 50-mile radius of Crane Army Ammunition Activity, Crane IN



QUOTE SUBMISSION REQUIREMENTS





The following shall be submitted in response to this solicitation:






  1. Price. Offerors shall use the Pricing Sheet at Attachment 02 for submission of prices. Prices must be provided for the Base Period and each Option Period.






  1. Technical Capability Submissions








    1. Capability Statement/Literature/Brochure which clearly defines the company skills and competence areas.










    1. Work References








  • Offerors shall utilize the Work Reference Form at Attachment 02. A separate form shall be submitted for each reference.






  • Offerors shall provide contract references for relevant, similar work which has been successfully performed or is currently being successfully performed. Each reference shall have been awarded within the last 5 years. At least two (2) references shall be provided.






  • Relevant means contracts/task orders that demonstrate the Offeror has successfully provided or is currently successfully providing services that effectively manage a client caseload of similar size and scope which require similar technical and management skills.








    1. Degrees/Certificates








  • Offerors shall provide a copy of the degree/certificate which verifies that all counselors meet the education requirements/hold the required degree (a Master of Science (M.S.) degree in the field of psychology, social work, or counseling, a Masters of Social Work (MSW) degree, or a more advanced degree in these fields);

  • Offerors shall provide documentation verifying provider is a Certificate Employee Assistance Profession.




Offers shall be submitted in the following way:







Electronically via email to the Contracting Officer Rachel.J.Eaggleston.civ@army.mil. Offerors should include "Response to W5219TC-23-Q-EAPS" within the Subject line.





QUESTIONS







Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and Contracting Officer.





Note: Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered.



End of Addendum 52.212-1



SOLICITATION PROVISIONS- Addendum to 52.212-1





The following Federal Acquisition Regulations (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) provisions apply and are incorporated by reference (provisions may be obtained via the internet at http://www.acquisition.gov):





FAR 52.212-1 - Instructions to Offerors - Commercial Products and Commercial Services



FAR 52.204-07, System for Award Management



FAR 52.204-22, Alternative Line-Item Proposal.



FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation



FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification





SOLICITATION FAR PROVISIONS – by Reference:



FAR 52.204-16, Commercial and Government Entity Code Reporting



FAR 52.204-18, Commercial and Government Code Maintenance



DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials



DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls



DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense



Telecommunications Equipment or Services Representation.



DFARS 252.204-7019, NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENT



DFARS 252.225-7055, Representation Regarding Business with the Maduro Regime.





SOLICITATION PROVISIONS IN FULL TEXT – Addendum to 52.212-1





FAR 52.212-3 Alt I – Offeror Representations and Certifications – Commercial Products and Commercial Services – Alt I (See Attachment 005).







SOLICITATION CLAUSES BY REFERENCE: - Addendum to 52.212-4



The following Federal Acquisition Regulations (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply and are incorporated by reference (clauses may be obtained via the internet at http://www.acquisition.gov):







FAR 52.204-13, System for Award Management Maintenance



FAR 52.204-19, INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS



FAR 52.211-17, Delivery of Excess Quantities



FAR 52.232-39, Unenforceability of Unauthorized Obligations



FAR 52.247-34, F.O.B. Destination



DFARS 252.204-7000, Disclosure of Information



DFARS 204-7003 Control of Government Personnel Work Product



DFARS





FAR 52.204-16, Commercial and Government Entity Code Reporting



FAR 52.204-18, Commercial and Government Code Maintenance



DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials



DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls



DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense



Telecommunications Equipment or Services Representation.



DFARS 252.204-7019, NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENT



SOLICITATION PROVISIONS IN FULL TEXT – Addendum to 52.212-1





FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (Reference Attachment-5)





FAR 52.212-3 Alt I – Offeror Representations and Certifications – Commercial Products and Commercial Services – Alt I (Reference Attachment 6).







SOLICITATION CLAUSES BY REFERENCE: - Addendum to 52.212-4



The following Federal Acquisition Regulations (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply and are incorporated by reference (clauses may be obtained via the internet at http://www.acquisition.gov):







FAR 52.204-13, System for Award Management Maintenance



FAR 52.204-19, INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS



FAR 52.211-17, Delivery of Excess Quantities



FAR 52.217-08, Option to Extend Services



FAR 52.218-09, Option to Extend the Term of the Contract



FAR 52.232-25, Prompt Payment



FAR 52.232-39, Unenforceability of Unauthorized Obligations



FAR 52.247-34, F.O.B. Destination



DFARS 252.204-7000, Disclosure of Information



DFARS 204-7003 Control of Government Personnel Work Product



DFARS 204-7020 NIST SP 800-171 DOD ASSESSMENT REQUIREMENT



DFARS 252-225-7002, Qualifying Countries as Subcontractors





SOLICITATION FAR CLAUSES – by Reference:



Per FAR 52.252-2, This solicitation incorporates one or more clause by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available, provisions may be accessed electronically at http://www.acquistion.gov.



FAR 52.204-18, Commercial and Government Code Maintenance



FAR 52.204-20, Predecessor of Offeror



FAR 52.204-21, Basic Safeguarding of Covered contractor Information Systems.





FAR 52.212-4, Contract Terms and Conditions-Commercial Items



FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or



Executive Orders-Commercial Items (see Attachment 04)



FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors





DFARS 252.203-7000, Representation Relating to Compensation of Former DoD Officials



DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights



DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident



Reporting



DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support



DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense



Telecommunications Equipment or Services.



DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance



Risk System in Past Performance Evaluations



DFARS 252.223-7008, Prohibition of Hexavalent Chromium.



DFARS 252.225-7001, Buy American and Balance of Payment Program



DFARS 252-225-7002, Qualifying Country Sources as Subcontractors



DFARS 252.225-7048, Export-Controlled Items.



DFARS 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime.



DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports



DFARS 252.232-7006, Wide Area Workflow Payment Instructions



DFARS 252.232-7010, Levies on Contract Payments



DFARS 252.232-7011, Payments in Support of Emergencies and Contingency



Operations



DFARS 252.232-7017, Accelerating Payments to Small Business Subcontractors-



Prohibition on Fees and Consideration.



DFARS 252.244-7000, Subcontracts for Commercial Items and Commercial Components (DoD Contracts)



DFARS 252.247-7023, Transportation of Supplies by Sea



END OF ADDENDUM 52.212-4




Attachments/Links
Contact Information
Contracting Office Address
  • ACC ROCK ISLAND BLDG 60 3055 RODMAN AVE
  • ROCK ISLAND , IL 61299-0000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 10, 2023 09:10 am CDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >