SOURCES SOUGHT
R -- PSYCHOLOGICAL EVALUATION SUPPORT
- Notice Date
- 11/21/2014
- Notice Type
- Sources Sought
- NAICS
- 621330
— Offices of Mental Health Practitioners (except Physicians)
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
- ZIP Code
- 28310
- Solicitation Number
- H92239-15-R-0002
- Point of Contact
- Valaida J Bradford, Phone: 910 3960560, Barbara L Bowles, Phone: 910-432-8598
- E-Mail Address
-
bradforv@soc.mil, bowlesb@soc.mil
(bradforv@soc.mil, bowlesb@soc.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- PSYCHOLOGICAL EVALUATION SUPPORT Sources Sought H92239-15-R-0002 THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A REQUEST FOR INFORMATION (RFI) (Reference number H92239-15-R-0002) from industry that will allow the Government to identify interested sources capable of meeting this requirement. Historically the requirement has been set-aside for Service Disabled Veteran Owned Small Business (SDVOSB). If SDVOSB with the capability to fulfill this requirement are identified through market research, it is our intent to continue with an SDVOSB Set-Aside for this follow-on acquisition. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), invitation for bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. Should a requirement arise, the full requirement will be detailed in the solicitation. The Government intends to award a firm fixed price contract for a base period of one year and four additional option years. The United States Army Special Operations Command (USASOC) is seeking to identify sources that are capable of providing psychological services to include but not limited to support for personnel assessment, selection, training and development processes managed by the United States Army Special Operations Command (USASOC), Directorate of Psychological Applications (DPA) in support of Army Special Operations Forces (ARSOF). In addition, the contractor may also provide psychological services in support to and in coordination with the Joint Special Operations Command (JSOC) and other ARSOF units a required. While typical requirements are for 1-4 psychologists per event, as many as ten (10) psychologists, dispersed at six (6) or more locations, may be needed across the command to provide services on any one day. Due to the nature and sensitivity of this support, qualified contractors shall possess a valid Department of Defense Facilities Clearance and contractor's employees in specified support activities will require a valid TOP-SECRET Facilities Clearance and contractor's employees in specified support activities will require a valid SECRET clearance or better. The contractor shall comply with the provisions of the DD Form 254, Department of Defense Contract Security Classification Specifications, and such other security regulations and directives that shall be binding on the contractor with award. The components of the DPA psychological services mission are as follows: 1. Candidate Assessment and Selection conducted within the command supported through program development, program execution and program validation 2. Psychological Training Support consisting of curriculum development, performance enhancement and provision of operational psychology training 3. Professional Development of Officer and NCO leaders within USASOC, its subordinate units and other Special Operations Forces (SOF) units 4. Operational psychology research, development, testing and evaluation which includes, but not limited to the study of operational psychology areas such as performance enhancement, resiliency, leadership dynamics, advance assessment, detecting deception, etc. Minimum Qualifications: Psychologist Qualifications. Minimum qualifications for the contract psychologist(s) are: a. Doctorate in clinical/counseling or industrial organizational psychology or equivalent training. b. Current active U.S. state license as an independent practitioner of psychology (exception: industrial organizational psychologists are not required to be licensed.) c. Experience working with active duty military or national security organization populations. d. Experience conducting personnel assessment and selection interviews (exception: if the psychologist is providing training, A&S program development and validation, 360 degree developmental feedback, or other services that do not involve assessment and selection interviews, this requirement may be waived by the COR.) e. Possess or be eligible for a Secret clearance. Access to some facilities and records shall require a clearance. f. SERE Support - Contractor psychologist(s) providing support to SERE programs must meet current requirements to be certified by the Joint Personnel Recovery Agency, Joint Forces Command, as a SERE Psychologist. These requirements are described in Joint Forces Command Executive Agent Instruction "Policy for Qualification and Utilization of DOD Survival, Evasion, Resistance and Escape (SERE) Psychologists". g. 160th SOAR Support - Contractor psychologist(s) providing support to the 160th SOAR must have formal training and/or equivalent experience in Aviation Psychology with experience in Rotary Wing Assessment and Selection psychological support services. h. Assessment and Selection - Contractor psychologist(s) performing psychological assessment interviews shall have a doctorate in clinical/counseling psychology and be subject matter experts with practical experience with the psychological testing instruments used in the various DPA programs (i.e., MMPI-2, MAB, NEO-PI-R, TAIS, etc.). Other aspects of assessment and selection support requires subject matter expertise in personnel selection program development, program execution (observation, cadre consultation, etc.), and program validation. i. Operational Psychology Training Support - some operational psychology training support, to include operational psychology advanced assessments, require doctoral level clinical/counseling psychologists who have experience providing operational psychology/national security psychology support to military, intelligence, or law enforcement communities. j. The DPA reserves the right to determine the qualification required (i.e., clinical/counseling psychologist, industrial organizational psychologist, research psychologist, sports psychologists, etc.) to support specific programs or identified requirements. Contractor Administrative Personnel. Minimum qualifications are: a. Bachelor's level degree. b. Experience in the development of reports and briefs for military commands. c. Familiarity with psychological testing protocols. d. Proficiency with standard Microsoft Office programs (i.e., Word, Access, PowerPoint, Excel, Outlook) e. Good organizational and planning abilities. Interested parties must demonstrate experience in providing the support services requested. Interested parties are requested to submit a capabilities statement that clearly demonstrates their corporate capabilities, a summary of relevant experience and knowledge that addresses the stated areas of interest. The statement should also include substantive current and/or recent past performance references that identify the contract number, customer, contract value, type of contract, period of performance, prime or subcontractor designation, and a brief description of the services. Documentation provided must address all required elements listed herein; providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Please do not submit classified material. Contractors interested in performing these services should be registered in the System for Award Management (www.sam.gov). Contractors responding to this Sources Sought are asked to provide the following information: company's full name and address, DUNS number, the applicable North American Industry Classification Standards (NAICS) and business size, address, and a point of contact. Please also advise the government of pending changes in the business size status. In addition, respondents shall provide average annual revenues for the past 3 years and number of employees; affiliate information: parent company, joint venture partners, potential teaming partners; and additional documentation such as company literature and brochures. Responses shall be submitted electronically via email to Ms. Valaida Bradford, usasoc.contracting4@soc.mil. If an interested source is not able to contact the Contracting Office via email, information/correspondence/requests may be submitted to the point of contact cited above via facsimile, (910) 432-9345. All responses shall be submitted by 1:00 PM EST on 22 December 2014 and shall include reference number H92239-15-R-0002 in the subject line and submission documents. Failure to respond to this RFI does not preclude participation in any future associated request for quotations that may be issued. Notification will be in the form of a pre-solicitation notice posted to Federal Business Opportunities (FBO). For information regarding this notice, contact Ms. Valaida Bradford via email at the address above. Respondents are cautioned that due to file size limitations and e-mail security protocols, there is a risk that not all correspondence will be received by this office. It is the interested parties' responsibility to ensure receipt of all e-mail and faxed correspondence. If receipt has not been acknowledged within 24 hours, please contact the Contracting Office at 910-396-0560.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-15-R-0002/listing.html)
- Place of Performance
- Address: HQ USASOC, Fort Bragg, North Carolina, 28310, United States
- Zip Code: 28310
- Zip Code: 28310
- Record
- SN03579394-W 20141123/141121234535-3561a5b205fbea8e2d4efece30e7420b (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 |