SOLICITATION NOTICE
65 -- Psychological Testing Material
- Notice Date
- 9/2/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
- ZIP Code
- 09180
- Solicitation Number
- W9114F09T0134
- Response Due
- 9/10/2009
- Archive Date
- 11/9/2009
- Point of Contact
- Christine Bauer-Newland, 011496371867597
- E-Mail Address
-
European Regional Contracting Office
(christine.bauer-newland@amedd.army.mil)
- Small Business Set-Aside
- N/A
- 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. Solicitation number: W9114F-09-T-0134 issued as a request for quotation (RFQ). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. Not a set-aside. North American Industry Classification System (NAICS) code for this solicitation is 518210. The Europe Regional Contracting Office has a requirement to purchase Psychological Testing Material. Description of requirements for the items to be acquired: Line Item 0001: 25 each Psychologic Test Material to evaluate Suicidal Thinking, Beck Scale for Suicide Ideation (BSS) Item # ISBN 015-8018-46X Brand Name or Equal Line Item 0002: 25 each Psychologic Test Material to screen for anxiety, Beck Scale Anxiety Inventory (BAI) Item # ISBN 015-8018-427 Brand Name or Equal Line Item 0003: 25 each Psychologic Test Material to assess and detect depression, Beck Depression Inventory (BDI-II) Item # ISBN 015-80180397 Brand Name or Equal Line Item 0004: 25 each Psychologic Test Material to measure three major aspects of hopelessness: feelings about the future, loss of Motivation, and expectations, Beck Hopelessness Scale (BHS) Item # ISBN 015-8133-625 Brand Name or Equal Line Item 0005: 1 each Complete Testing Kit for Screening of Anxiety. Complete kit includes manual and 25 Record Forms (BAI-Complete Kit) Item # ISBN 015-8018-400 Brand Name or Equal Line Item 0006: 1 each Complete Testing Kit to assess intensity of depression (BDI-II). Complete kit includes manual and 25 Record Forms Item # ISBN 015-8018-370 Brand Name or Equal Line Item 0007: 1 each Complete Testing Kit to exam patients suicidal intent (BSS). Complete kit includes manual and 25 Record Forms Item # ISBN 015-8018-443 Brand Name or Equal Line Item 0008: 1 each Complete Testing Kit for measuring three major aspects of Hopelessness: Feelings about the future, loss of Motivation and Expectations (BHS). Complete kit includes manual and 25 Record Forms Item # ISBN 015-8033-609 Brand Name or Equal Line Item 0009: 2 each Psychologic Scoring and Reports Software, including Q-Local License fee w/purchase of item # 51479 and Q-Local Desktop Kit, USB Port Item # (Counter to keep track of number of test administrations). Item # 2010 Brand Name or Equal Line Item 0010: 200 each Psychologic Testing Material, Interpretive Report, Millon Clinical Mulitaxial Inventory MCMI-II Q, to be used with Q-Local Software, Item # 51513 Brand Name or Equal. Line Item 0011: 200 each Psychologic Testing Material, Interpretive Report, Minnesota Multiphasic Personality Inventory to assess and diagnose mental illness (MMPI 2) Adult Clinical System Revised, for use with Q-Local Software. Item # 51487 Brand Name or Equal Line Item 0012: 200 each Psychologic Testing Material, Interpretive Report, Millon Adolescent Clinical Inventory (MACI-Q) for use with Q-Local Software Item # 51485 Brand Name or Equal. The place of delivery and acceptance will be U.S. Army MEDDAC Bavaria, 09112 Vilseck, Germany. All offerors must quote FOB Destination, U.S. Army MEDDAC Bavaria, 09112 Vilseck, Germany. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. The following Provisions apply to this requirement: FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors -- Commercial Items; FAR 52.212-2, Evaluation of Commercial Items (Jan 1999), FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items (Include a completed copy of the provision with your offer or complete paragraph (j) of 52.212-3 Alt 1, if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov). 52.252-2 -- Clauses Incorporated by Reference. This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. The following Clauses apply to this requirement: FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.232-38, Submission of Electronic Funds Transfer Information with Offer; FAR 52.204-7, Central Contractor Registration; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.233-3, Protest after Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.247-34, F.O.B. Destination; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7000, Disclosure of Information; DFARS 252.225-7042, Authorization to Perform; DFARS 252.229-7000, Invoices Exclusive of Taxes or Duties DFARS 252.229-7002, Customs Exemptions (Germany) DFARS 252.232.7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7008, Assignment of Claims (Overseas); DFARS 252.232-7010, Levies on Contract Payments DFARS 252.233-7001, Choice of Law (Overseas). Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. Numbered Notes: None applicable. In order to be eligible for award, registration in the Central Contractor Registration database is required. To register, please go to http://www.ccr.gov. All offers are due 10 SEP 2009 before 1700hrs (5:00pm) Central European Time. Offers may be sent via email to Christine.bauer-newland@amedd.army.mil, hand-delivered, or faxed to +49-6371-86-8070. The Point of Contact for this requirement is Christine Bauer-Newland, +49-6371-86-7597, fax +49-6371-86-8070, or email Christine.bauer-newland@amedd.army.mil. The offeror must show compliance with the requirements in the solicitation by submitting a quote that shows the capability of providing Equal products. Equal products of the brand name manufacturer must meet the following salient characteristics: Factor 1: Supplier must possess ability to provide for electronic scoring of Assessments. Factor 2: Assessments must be able to be processed via Desktop Administration and Scoring with on-screen report viewing. Factor 3: Pre-purchase reports capability - # of requested reports is measured with built in counter. Must be compatible with Q-Local Software. Factor 4: Vendor must be able to provide electronic reports in PDF format, to enable copy and paste into other documents. Price: The Government will select the quote that is based upon the lowest evaluated price, technically acceptable quote. If any one technical factor is rated unacceptable, then your quote will no longer be considered for award. All CLINs shall be priced. If you fail to price all CLINs, your quote will not be considered for award. To be considered for award, quotes of Equal products including Equal products of the brand name manufacturer must meet the salient characteristics described above. (NOTE: Failure to receive an acceptable rating of any of the salient characteristics will result in an unacceptable rating unless the error(s), deficiency (ies) or omission (s) can be corrected.) Acceptable: A quote that satisfies all of the Governments requirements with minimal detail to indicate feasibility of the approach and shows minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Governments requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F09T0134/listing.html)
- Place of Performance
- Address: European Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE
- Zip Code: 09180
- Zip Code: 09180
- Record
- SN01938662-W 20090904/090903002126-eb9a2fb0c7d099364b79c97af8fef006 (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 |