Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2009 FBO #2861
SOLICITATION NOTICE

Q -- Mental Health Consultant Services - Attachment I - Statement of Work

Notice Date
9/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621112 — Offices of Physicians, Mental Health Specialists
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-09-Q-00504
 
Archive Date
10/9/2009
 
Point of Contact
Michael Gruden, Phone: 202-447-0036, Patrick J Kennedy, Phone: 202-447-5478
 
E-Mail Address
Michael.Gruden@dhs.gov, patrick.kennedy@dhs.gov
(Michael.Gruden@dhs.gov, patrick.kennedy@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment I - Statement of Work The Department of Homeland Security (DHS), Office for Civil Rights and Civil Liberties (CRCL), requires a Mental Health Consultant related to mental health care of immigration detainees. Description (i) 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; quotes are being requested and a written solicitation will not be issued. The Government intends to award Firm Fixed Price contract under Simplified Acquisition Procedures (SAP) using FAR Part 13. (ii) The solicitation reference number is HSHQDC-09-Q-00504. This requirement is issued as a Request for Quotation (RFQ). (iii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36. (iv) This solicitation is not set aside for small business. The associated North American Industry Classification System (NAICS) code is 621112, and the Small Business size standard is $10 million. (v) The Contract Line Item Numbers, Items, Quantities, and Units of Measure are: BASE YEAR CLIN 0001 Mental Health Consultant Services (250 estimated hrs of support) OPTION YEAR ONE CLIN 1001 Mental Health Consultant Services (250 estimated hrs of support) OPTION YEAR TWO CLIN 2001 Mental Health Consultant Services (250 estimated hrs of support) OPTION YEAR THREE CLIN 3001 Mental Health Consultant Services (250 estimated hrs of support) OPTION YEAR FOUR CLIN 4001 Mental Health Consultant Services (250 estimated hrs of support) (vi) The Contractor shall provide Mental Health Consultant Services in accordance with Attachment I, Statement of Work. (vii) Date of delivery and acceptance: Within 5 business days of contract award for a term of five years with a base year performance period and four additional one year performance periods. Place of delivery and acceptance: The primary place of performance shall be the Contractor’s office or place of residence. The Contractor shall also perform work on site at places to be determined by CRCL. (viii) The provision at 52.212-1, Instructions to Offerors (JUNE 2008) - Commercial, applies to this acquisition. The following addendum has been attached to this provision: Quoters’ must address each of the technical requirements outlined in section “vi”. Quoters’ submissions must include the following information: Dun & Bradstreet Number (DUNS); North American Industrial Classification System (NAICS) Code; Contact Name; Contact Email Address; Contact Telephone and Fax Number; Complete Business Mailing Address. Quoters must submit the name and contact information of at least two relevant past performance references. Each Quoter shall submit Pricing as a separate document that may include the format shown in section (v). (ix) The provision at 52.212-2, Evaluation – Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: Technical Capability, Past Performance and Price. Technical Capability and Past Performance, when combined, are significantly more important than price. Proposals will be evaluated based on their adherence to the requirements set forth in Attachment I – Statement of Work. (x) FAR 52.212-3 Offeror Representations and Certifications—Commercial Items (AUG 2009). The Federal Acquisition Regulation requires offerors to complete Representations and Certifications through the Online Representation and Certification Application (ORCA) at least annually as of January 1, 2005. The offeror is hereby required to complete the ORCA via http://orca.bpn.gov prior to the response due date. (xi) The clause at 52.212-4, Contract Terms and Conditions (MAR 2009) – Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. (xii) The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (AUG 2009), applies to this acquisition. Additional FAR clauses applicable to this requirement are: The clause at 52.203-6 Restrictions on Subcontractor Sales to the Government – Alt. I (OCT 1995), 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (DEC 2008), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Item (AUG 2009); 52.217-8 Option to Extend Services (NOV 1999), 52.217-9 Option to Extend the Term of the Contract (Mar 2000); 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003), 52.222-3 Convict Labor (JUN 2003), 52.222-19, Child Labor – Cooperation with Authorities and Remedies (AUG 2009), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (SEPT 2006), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003); (xiii) The following additional clauses are cited: 52.204-7 Central Contractor Registration (APR 2008); HSAR 3052.209-70 Prohibition on contracts with corporate expatriates; 3052.242-72 Contracting Officer’s Technical Representative. Full text of FAR clauses and provisions incorporated by reference can be found at www.arnet.gov and HSAR Clauses at http://farsite.hill.af.mil/VFHSARA.HTM (xiv) Rating under the Defense Priorities and Allocations System (DPAS) – N/A. (xv) Any requests for additional information or explanations concerning this document must be received no later than Wednesday, September 23, 2009 at 10:00 a.m. Eastern Time (EST). Offers are due no later than Thursday, September, 24, 2009 at 10:00 a.m. Eastern Time (EST) and must be submitted electronically (via email) to the individuals noted in section “xvi”. A separate solicitation document is not available. (xvi) For more information regarding this solicitation please contact Michael Gruden, Contract Specialist, (202) 447-0036 / Michael.Gruden@dhs.gov or Patrick J. Kennedy, Contracting Officer at (202) 447-5478 / Patrick.Kennedy@dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-09-Q-00504/listing.html)
 
Place of Performance
Address: Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
Zip Code: 20528
 
Record
SN01965462-W 20090924/090923001825-491726009e2135817ff9cbb71e647cbe (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.