Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
MODIFICATION

U -- "SEEKING SAFETY" PTSD/SUBSTANCE ABUSE WORKSHOPS

Notice Date
9/16/2009
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
F1J4AK9125A901
 
Archive Date
10/3/2009
 
Point of Contact
JoAnn L. Freeman, Phone: 2105362596, Alice P. Sanders, Phone: 2105362673
 
E-Mail Address
joann.freeman.ctr@brooks.af.mil, alice.sanders@brooks.af.mil
(joann.freeman.ctr@brooks.af.mil, alice.sanders@brooks.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RECEIPT OF PROPOSALS DUE FRIDAY, SEPTEMBER 18, 2009 AT 1200 CST 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; proposals are being requested and a written solicitation will not be issued. Air Force District of Washington Medical Operations AST Branch (AFDW/A7KM-S) Contracting Office intends to award a single Firm-Fixed-Price (FFP) contract for a broad range of professional Assistance and Advisory Services (A&AS). This acquisition is a 100% small business set-aside. For this acquisition, a concern will be considered small under NAICS 611430 with size standard of $7M. Simplified procurement procedures will be used for this acquisition per FAR Part 12. This acquisition is determined to be subject to FAR Part 15 regarding contracting by negotiation. The Seeking Safety (Post Traumatic Stress Disorder (PTSD)/Substance Abuse) Workshops Performance Work Statement (PWS) sets forth the requirements for an non-personal professional requirement which provides for implementation of one-day clinical training workshops Outside the Continental United States(OCONUS) and one-day clinical training workshops, Continental United States (CONUS) for military Mental Health Providers (MHPs), which include psychologists, psychiatrists, social workers, mental health nurses, and mental health technicians. The goal of these workshops is to train military mental health providers, Federal Civil Service providers and contractors to provide an evidence based treatment for those dealing with symptoms of Post Traumatic Stress Disorder (PTSD) and substance abuse. This training should be appropriate for active duty military members and their significant others with combat-related stress disorders such as PTSD and substance abuse. In addition, the programs will be evaluated to monitor training effectiveness (e.g., pre/post testing for knowledge). The contractor will provide their own equipment for the presentations, including a laptop and projector for running slides, as well as audio support, wires and cables as needed to put on a workshop as described above. Period of Performance (POP) will be a 12-month base period plus four 12-month options (25 Sep 2009-24 Sep 2014). Travel, Other Direct Cost (ODC) and Teleconsultations will be included in the contract. INSTRUCTIONS TO OFFERORS: Each Offeror is required to submit their proposal as specified in RFP provision 52.212-1, Instructions to Offerors-Commercial Items, along with the following addendum. Failure to provide any required information may result in an offer being determined non-responsive. 52.212-1 Addendum 1: (b) Submission of Offers. 1. General Instructions: i. Interested parties capable of providing the specified services must submit a written offer via email to Primary POC: Joann Freeman - joann.freeman.ctr@brooks.af.mil and Secondary POC: Alice Sanders - alice.sanders@brooks.af.mil. ii. Do not send as an executable or.exe file. Email size shall not exceed five megabytes. Documents may be compressed (zipped) using WinZip 8.1 or later version. Any corrupted file or media containing a virus could result in the offer not being considered for award. iii. Software Compatibility. Use a word processing and spreadsheet program compatible with Microsoft ® Word 2007 ® and Microsoft ® Excel 2007 ®. PDF is Adobe ® Portable Document Format. iv. Solicitation Questions. Any questions relating to the solicitation shall be submitted to the Contract Specialist or Contracting Officer noted in paragraph i above by 26 Aug 2009. Any questions received after this date may or may not be answered, due to time constraints of the solicitation. vi. Submit offer as follows: DOCUMENT CONTENTS FILE FORMAT Representations See FAR 52.212-3 & DFARS 252.212-7000 PDF or.doc Volume One Technical Proposal PDF or.doc Volume Two Past Performance PDF or.doc Volume Three Pricing and Contracting PDF or.doc and.xls 2. Specific Instructions for Representations and Volumes One, Two, and Three: i. Offeror Representations and Certifications: Offerors are reminded that Representations and Certifications are to be maintained at the following website: http://orca.bpn.gov/publicsearch.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR 52.212-3 and DFARS 252.212-7000 which can be obtained at http://farsite.hill.af.mil, FAR Part 52 or online at http://orca.bpn.gov. ii. Volume One -- Technical Proposal (Do not exceed 50 pages). Identify submitted material by corresponding factor. Provide a listing, in hierarchal succession, of the Offeror's points of contact delegated specifically for this requirement. Listing shall include titles, phone numbers, fax numbers and email addresses for each representative. iii. Volume Two -- Past Performance Information (Do not exceed 10 pages). Submit information from contracts performed within the last three years, which are considered relevant in demonstrating ability to perform local exchange services for AF sites. Include the following administrative data for each referenced contract submitted: Offeror's company name; contracting agency; contract number; brief description of contract; contract type (i.e., fixed price, time and material, etc); period of performance; identification of any significant achievements or past problems and resolution; and name, address, telephone number, and email address of program manager and Contracting Officer. iv. Volume Three Contracting and Pricing Information (Do not exceed 5 pages). a. Contracting Information. (1) Provide the Offeror's name, address, cage code, data universal numbering system (DUNS) number, and tax identification number as registered in the Central Contracting Registration (CCR). (2)Include signature of individual authorized to make an offer; print individual's name, title, e-mail address and phone number. (3) If the remittance address is different from the mailing address, include all applicable remittance addresses. b. Pricing Information. (1) Submit completed copy of the Government-provided Schedule B containing the Offeror's proposed amounts. Schedule B unit prices shall be limited to two decimal places. In addition, to identify a CLIN (Contract Line Item) as Not Separately Priced, enter "NSP" in the unit price and/or to identify a CLIN as No Charge, enter "NC" in the unit price. Include all applicable discounts in your pricing. (2) The Government-provided Schedule B includes Not-To-Exceed amounts for certain CLINs. c. Period of Acceptance of Offers. The Offeror agrees to hold the prices in its offer firm for 60 days from the date specified for receipt of offers. d. Multiple offers. Multiple offers will not be considered. Should the Offeror claim exceptions to any requirement in the solicitation, these exceptions shall be listed and rationale provided. Failure to include exceptions will be deemed as acceptance of all terms and conditions of the solicitation and resulting contract. PROPOSAL EVALUATION: Proposals will be evaluated in accordance with FAR 52.212-2, Evaluation of Offers-Commercial, and the following addendum. 52.212-2 Addendum 1: Evaluation Criteria. This is a competitive best value source selection utilizing Past Performance Tradeoff (PPT) technique in which competing Offerors' past and present performance history will be evaluated on a basis approximately equal to cost or price considerations. By submission of an offer, the Offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. All Offerors shall be evaluated for technical acceptability. Evaluation may be made with or without discussions with the offeror(s). Failure to meet a requirement may result in an offer being determined technically unacceptable. The evaluation process shall proceed as follows: (a) Technical Evaluation. Initially, the Government technical evaluation team will evaluate the technical proposals on a pass/fail basis, assigning ratings of Acceptable, Reasonably Susceptible of Being Made Acceptable, or Unacceptable. A decision on the technical acceptability of each Offeror's technical proposal shall be made. Only those offers determined to be technically acceptable, either initially or as a result of discussions, will be considered for an award. The offers shall be evaluated against the following sub factors: Subfactor 1: Mission Capability. This factor is met when the Offeror (1) provides a listing, in hierarchical succession, of the Offeror's points of contact delegated specifically for this requirement. Listing includes the titles, phone numbers, fax numbers and email addresses for each representative. List shall include both contracting and technical representatives; (2) presents a sound approach that has the potential to meet all (a) Performance Work Statement (PWS) requirements; (b) Demonstrates technologies used in the approach are viable, procurable and producible; (c) Has a sound risk mitigation approach for all identified technical risks; and (d) Provides an effective approach to manage and minimize schedule and personnel disrutptions. Subfactor 2: Resumes. This factor is met when the Offeror provides documentation showing each candidate meets the minimum required education level and field/level of experience. - Doctoral Degree in Clinical Psychology (credentials from an accredited college/university) with evidence of appropriate licensure in his/her state. - Experience in developing protocols or conducting research in the area of trauma and substance abuse with evidence of clinical work with patients who have PTSD or combat related stress symptoms and comorbid substance abuse disorders. - Demonstrated experience in treating Operation Iraqi Freedom/Operation Enduring Freedom (OIF/OEF) veterans and their families for PTSD and comorbid Substance Abuse issues - Minimum of 5 years Experience in writing clinical training workshop and consultation materials - Demonstrated experience in training Air Force mental health providers - Minimum of 5 years training experience in principles of Seeking Safety - Minimum of 5 years experience in the mental trauma and substance abuse - Demonstrated experience with treatment outcome evaluation -Provide a previously published Seeking Safety training manual, with slides and handouts that have been tailored to AD mental health providers for review at the time of proposal submission. The manual and handouts can be an addemdum and in addition to the maximum of 50 pgs described below. (b) Factor 2: Past Performance Evaluation. In determining past performance risk, the evaluators will employ several approaches including: reviewing the present and past performance; seeking present and past performance information through the use of questionnaires; as well as using data independently obtained from other Government and commercial sources. In determining risk, judgment will be used in assessing the probability of success, problems on previous efforts, the impact of failure, and the alternatives available to meet the requirements. The purpose will be to identify and review relevant present and past performance, and then make an overall risk assessment of the Offeror's ability to satisfactorily perform this specific effort. This risk assessment represents the Government's judgment of the probability an Offeror can successfully accomplish the proposed effort based on present and past performance. (i) Relevant performance includes performance of efforts that are similar or greater in scope, magnitude, and complexity than the effort described in this solicitation. (ii) In evaluating the offer, the Government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this solicitation. (iii) An integrated assessment of price and past performance will performed to determine which offer represents the greatest value in accordance with the evaluation criteria contained in this acquisition. An award shall be made to this Offeror, subject to a positive determination of responsibility. (iv) The PPT process will result in an overall risk rating identified with corresponding definition as follows: (A) Substantial Confidence - Based on the Offeror's performance record, the Government has a high expectation that the Offeror will successfully perform the required effort. (B)Satisfactory Confidence -- Based on the Offeror's performance record, the Government has an expectation that the Offeror will successfully perform the required effort. (C) Limited Confidence -- Based on the Offeror's performance record, the Government has a low expectation that the Offeror will successfully perform the required effort. (D) No Confidence -- Based on the Offeror's performance record, the Government has no expectation that the Offeror will be able to successfully perform the required effort. (E) Unknown Confidence -- No performance record is identifiable, or the Offeror's performance record is so limited that no confidence assessment rating can be reasonably assigned. In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror may not be evaluated favorably or unfavorably on past performance (reference FAR 15.3 (a)(2)(iv)). (v) The Government reserves the right to award a contract to other than the lowest priced offer if the lowest priced Offeror is judged to have a performance confidence assessment of "Satisfactory Confidence" or lower. (vi) If the lowest priced, technically acceptable offer is deemed to have a "Substantial Confidence" performance assessment, the Contracting Officer may determine it to represent the best value to the Government. If so, award shall be made to that offeror without discussions or further consideration of any other offer. (c) Factor 3: Price Evaluation. (i) All CLINs/SLINs within the Schedule B will be evaluated for award multiplying the estimated quantity times the unit price in the Schedule B to derive the total evaluated price. Not-to-Exceed (NTE) prices are provided for Travel, ODC and Teleconsultation CLINs (CLINs 0002, 0003, 0005, 0006 and 0007) and are to used for base and options years without escalation. Services CLINs are FFP and Travel, ODC and Teleconsultation CLINs will be at Cost. Section B Proposed CLIN structrue: CLIN 0001, CONUS, Services CLIN 0002, CONUS, Travel NTE $9,000.00 CLIN 0003, CONUS, ODC, NTE $35,000.00 CLIN 0004, OCONUS, Services CLIN 0005, OCONUS, Travel, NTE $6,000.00 CLIN 0006, OCONUS, ODC, NTE $10,000.00 CLIN 0007, Teleconsultation, NTE $3,000.00 (ii) The Government will rank all technically acceptable offers by price. The price evaluation will document the reasonableness and affordability of the proposed total evaluated price. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.222-3, 52.222-21; 52.222-26; 52.222-36; and 52.232-36. 52.222-35 and -37 are applicable only when expected contract value's $100,000 or more). Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to the acquisition: 252.250-7000 (if contract value exceeds $1M); 252.226-7001 (if contract value exceeds $500K); 252.247-7023 Alt III and 252.203-7000 (all contracts). Other clauses/provisions applicable for this acquisition: Clauses/Provisions Incorporated by Reference: 52.204-7 Required Central Contractor Registration (Oct 2003) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2006) 52.212-4 Contract Terms and Conditions -- Commercial Items (Oct 2003) 52.215-21 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data -Modifications (Oct 1997) 52.223-3 Hazardous Material Identification and Material Safety Data (Jan 1997) 52.223-4 Recovered Material Certification (Oct 1997) 52.223-5 Pollution Prevention and Right-to-Know Information. (Aug 2003) 52.232-18 Availability of Funds Apr 1984 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009) 252.204-7004 Alternate A (Nov 2003) 252.243-7001 Pricing of Contract Modifications (Dec 1991) 52.252-1 Solicitation Provisions Incorporated by Reference Feb 1998 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/these address(es): http://farsite.hill.af.mil (End of Provision) 52.252-2 Clauses Incorporated by Reference Feb 1998 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/these address(es): http://farsite.hill.af.mil (End of Clause) Also include in proposal that a Wide Area Work Flow (WAWF) account has been initiated or already established (DoD has mandated the use of WAWF). The offeror must be registered and current on the Central Contractor Registration website (www.ccr.gov), no exemptions. All invoices shall be submitted using Wide Area Work Flow (WAWF). To get more information about how to register for WAWF contractors can go to the following web site and download the Contract Pay Information: http://www.dfas.mil/contractorpay/ContractPayInformation.pdf.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/F1J4AK9125A901/listing.html)
 
Place of Performance
Address: AFMOA/SGAR, 485 QUENTIN ROOSEVELT RD, LACKLAND AFB, Texas, 78226, United States
Zip Code: 78226
 
Record
SN01957885-W 20090918/090917001507-a089975df2da11899e5bef7c003d1674 (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.