Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2015 FBO #5060
MODIFICATION

U -- Pastoral Care Trainer

Notice Date
9/29/2015
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-15-T-0352
 
Archive Date
10/30/2015
 
Point of Contact
Kevin W. Knapp, Phone: 6195325944
 
E-Mail Address
kevin.w.knapp.civ@mail.mil
(kevin.w.knapp.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE TO CONTRACTOR This is a COMBINED SOLICITATION/SYNOPSIS for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This solicitation has been prepared with the intent to negotiate a Firm Fixed Price (FFP) contract, utilizing procedures under FAR part 13, for Commercial Items as described in the schedule below. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number N00259-15-T-0352 is issued as a Request for Quotation (RFQ). The closing date is 15 October 2015 at 06:00 AM Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-83. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 611430; Size: $11.0 Million. This opportunity is a 100% Small Business Set-Aside. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following services and a firm-fixed price contract shall be awarded. Pastoral Care Trainer Base Year CLIN 0001 - Pastoral Care Trainer: In Accordance with the Statement of Work Period of Performance is 19 October 2015 - 08 October 2016 Unit of Issue: 52 Weeks Unit Price: $_______ Total CLIN Price: $_____ Option Year One CLIN 1001 - Pastoral Care Trainer: In Accordance with the Statement of Work Period of Performance is 19 October 2016 - 08 October 2017 Unit of Issue: 52 Weeks Unit Price: $_______ Total CLIN Price: $_____ Option Year Two CLIN 2001 - Pastoral Care Trainer: In Accordance with the Statement of Work Period of Performance is 19 October 2017 - 08 October 2018 Unit of Issue: 52 Weeks Unit Price: $_______ Total CLIN Price: $_____ Option Year Three CLIN 2001 - Pastoral Care Trainer: In Accordance with the Statement of Work Period of Performance is 19 October 2018 - 08 October 2019 Unit of Issue: 52 Weeks Unit Price: $_______ Total CLIN Price: $_____ Option Year Four CLIN 2001 - Pastoral Care Trainer: In Accordance with the Statement of Work Period of Performance is 19 October 2019 - 08 October 2020 Unit of Issue: 52 Weeks Unit Price: $_______ Total CLIN Price: $_____ STATEMENT OF WORK CLINICAL PASTORAL EDUCATION PROGRAM INSTRUCTOR CONTRACT SPECIFICATIONS 1.1 Scope of Work. The Contractor shall provide instructor services for clinical pastoral supervision, education, consultation and clinical oversight for all clinical pastoral supervision programming within the auspices of the Pastoral Care Service Department at Naval Medical Center San Diego, CA and in accordance with the guidelines established by the American Association of Pastoral Counselors (AAPC). 1.2 Independent Contractor. This award identifies services that are strictly non-personal in nature. The services rendered by the Contractor are rendered in the capacity as an independent Contractor. The Government may evaluate the quality of both professional and administrative services for purposes of contract inspection and acceptance. The Government retains no direct control over any professional judgments. The Contractor shall be solely responsible for any and all liability caused by the acts or omissions of its agents or employees. The Contractor shall not in any manner represent or infer that it is an instrumentality or agent of the United States Government. The Contractor shall recognize that the Commanding Officer, Naval Medical Center San Diego (NMCSD) maintains administrative and operational responsibility for all activities within the command and may take such actions as necessary to preserve and maintain the integrity of the command, subject to the limitations prescribed by law U.S. Navy Regulations. 1.3 Brief Description of Services. The contract employee shall perform a diverse range of instructions for pastoral clinical education, pastoral supervision, education and credentialing which will result in different levels of completion of certification for clinical pastoral organizations such as the American Association of Pastoral Counselors (AAPC), Associations of Professional Chaplains (APC), National Association of Jewish Chaplains (NAJC), National Association of Catholic Chaplains (NACC), College of Pastoral Supervision & Psychotherapy (CPSP), licensing goals and/or education goals. The contractor is a qualified clinical supervisor/instructor for clinical pastoral education and will provide pastoral clinical oversight for all pastoral clinical programs within the Pastoral Care Service Departments (PCSD) of NMCSD. All training will be available only to Navy Chaplains, contract clergy and pastoral counselors serving with the Navy and Marine Corps. Specific qualifications are listed in paragraph 6.0. 1.4 Quality of Service. The services specified in this Statement of Work shall be performed in accordance with established principles and ethics of the Clinical Pastoral Care Education profession. The quality of the performance shall meet or exceed the current recognized standards established by professional associations that specify standards of performance for the Pastoral Care profession. SECTION 2 GOVERNMENT FURNISHED PROPERTY AND SERVICES. 2.1 For services performed on site at the NMCSD, the government will provide, without cost to the contractor, the facility, equipment, and services listed below which the contractor shall use for the performance of this contract: 2.1.1 The government will provide resources for the administration and other professional resources deemed necessary by the Director of Pastoral Care Service. 2.1.2 The government will provide all necessary equipment to conduct celebration of sacraments to include chapel space, linens, and sacred vessels. 2.1.3 The government will provide administrative and Religious Program Specialist personnel to assist contractor in the accomplishment of the task of daily Catholic mass. 2.1.4 If the contractor deems that additional Government furnished property or services are required to perform, the Government will consider requests for such additional property or services. However, approval by the Government of such requests shall be contingent on available funds, in accordance with the mission of the MTF and the approval of the Commanding Officer, NMCSD. Denials of requests/delays in acquiring any additional property or services shall not be cause for Contractor nonperformance or claims under this contract. 2.1.5 Government property and services furnished to the Contractor shall be for the sole purpose of performance of contract requirements. Property and services shall not be removed from the Government installation. 2.2 Orientation. The Government will provide an eight-hour Command orientation for contract employees assigned to this contract. The orientation will take place within six months of contract award. Contract employees are required to attend this 8-hour orientation. If the successful contractor has previously attended this orientation, the requirement will be waived. 2.3 Motor Vehicles. All motor vehicles operated on government installations by the contract workers shall be registered with the base security service according to applicable directives. 2.4 Identification Badge. The contract worker shall display an identification badge, which includes the contract worker's full name and professional status (furnished by the Government) on the right breast of the outer clothing. Security badges provided by the Government shall be worn when on duty. Upon termination, the contract worker will return identification badge to the Head, Pastoral Care Services. 2.5 The contractor will be responsible for acquiring a Rapid Gate pass to include all fees. SECTION 3 CONTRACTOR FURNISHED ITEMS. 3.1 Supplies. The contractor shall furnish all supplies required to perform this contract except those listed as government furnished. 3.2 Insurance. Prior to start of performance, the contractor shall provide to the contracting officer proof that the required insurance has been obtained. Reference is made to clause 52.228-5 "Insurance-Work on a Government Installation". The insurance requirements specified will be applicable to the contractor and any subcontractors. The contractor shall comply with the Workers Compensation Insurance Laws of the State of California. SECTION 4 SPECIFIC TASKS 4.1 General Principles: 4.1.1 The Contractor shall provide Clinical Pastoral Educational services compatible with the MTF's operating capacity as determined by the Commanding Officer. 4.1.2 The contractor shall provide Clinical Pastoral Educational training every Friday from 0800-0930 beginning 10/01/15 through 9/30/16. The Department Head, Pastoral Care Service (DPCS), will make the determination of need for additional instructional training. 4.1.3 The Contractor shall perform with-in the parameters of their ordination and the dictates of their faith group. 4.1.4 Must be able to communicate clearly, verbally and in writing, in Standard English. 4.1.5 The contractor and the DPCS will construct a written covenant of learning to cover active supervision with participating Chaplains covering Clinical Pastoral Education learning goals, pastoral reflection, pastoral formation and pastoral competence in a hospital environment. 4.3.4 All clinical pastoral education records produced in the performance of this contract and all peer review evaluations of verbatim entries entered into a patient's record are the property of, and subject to the exclusive control of, the Government. The Contractor may retain a copy of all such peer review evaluations only with the express written consent of the Head, Pastoral Care Department, and will not provide further copies or disclose the information from peer review evaluations to third parties. All requests from other treatment facilities shall be handled in accordance with procedures specified by MTF instructions. 4.2 Attendance: 4.2.1 Planned absences from assigned duties may be requested with 15 working days advance notice, in writing, to the DPCS who normally function as the contracting officer representative (COR). Approved planned absences shall not exceed three per year. 4.2.2 Unplanned absences due to illness or other incapacitation of the contractor will be allowed up to a maximum of four times per year. The contractor shall follow the policy of the NMCSD commanding officer with respect to notification of such circumstances to the DPCS. If the contractor is absent for four or more weeks due to illness, he or she shall provide written documentation from a qualified health care provider that he or she is free from communicable disease. The government reserves the right to examine or reexamine any such contractor who meets this criterion. 4.2.3 The contractor shall provide a competent substitute during periods of absence, not to exceed four days per year. Competent substitute must have all necessary qualifications as outlined herein. 4.3 Healthcare Administration. 4.3.1 A physical examination certification which states the date on which the physical examination was conducted, the name of the doctor who performed the examination, and a statement concerning physical health of the contractor. 4.3.2 The contractor shall be neat, clean, well groomed, and in appropriate professional clergy clothing. 4.3.3 The Contractor staff is responsible for adherence to all MTF administrative procedures and instructions that apply to the Pastoral Care Department. SECTION 5 OTHER PROVISIONS 5.1 Administrative Requirements 5.1.1 Hours of operation. The Pastoral Care Service department's operating hours are 0730-1600, Monday through Friday. 5.1.2 Contractor services will not be required on the following federally established holidays: New Year's Day, Martin Luther King's Birthday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day and Christmas Day. The government will not compensate the contractor for these periods of planned absences. Should a Federal Holiday fall on a Thursday, the instructor shall make up that day on another day to be determined by the DPCS. 5.2 The contractor shall become acquainted with and obey all station regulations, shall perform in a manner to preclude the waste of utilities, and shall not use Government telephones for personal business. 5.3 Smoking is prohibited in the facility and is restricted to designated outdoor areas. SECTION 6 PERSONNEL QUALIFICATIONS 6.0 Contractor Qualifications (to be validated by the Head Pastoral Care Department.) 6.1 The contractor shall have a Bachelor of Arts or Science degree, a Master of Divinity (or Equivalent), and a Doctor of Philosophy, or Doctorate of Ministry (or Equivalent), or a PH.D. in Theology (or Equivalent). 6.2 The contractor shall have a minimum of 4 units of Clinical Pastoral Education from an accredited program that is recognized and endorsed by the Association of Professional Chaplains (APC). 6.3 The contractor shall be a Board Certified Chaplain with the Association of Professional Chaplains (APC). 6.4 The contractor shall be an ordained minister in current standing with his or her religious affiliation. 6.5 Specific skills and knowledge required for instruction of the Clinical Education Program which include: 6.5.1 Highly desirable Diplomat or Fellow certification from American Association of Pastoral Counselors. (AAPC) 6.5.2 Certified Pastoral Counselor with AAPC: The standards for this membership category of certification include: • B.A. and a Master of Divinity or a Masters or Doctoral level degree in theological/spiritual or biblical studies, or a Masters or Doctoral level degree in Pastoral Counseling, from schools accredited by agencies recognized by the U.S. Department of Education • Religious body endorsement to a ministry • Active relationship to a local religious community • Completion of a supervised self-reflective pastoral experience, the most common of which is one unit of clinical pastoral education • Three years in ministry • 375 hours of pastoral counseling together with 125 hours of supervision of that counseling with one-third of such supervision to have been with an AAPC Diplomat, an AAPC Fellow (who is under supervision of supervision), or in an AAPC approved Training Program in Pastoral Counseling. *End Statement of Work* The Government will only consider firm fixed price quotations. Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items and 52.222-48 Exemption from Application of Service Contract Act Provisions-Contractor Certification. The provision can also be submitted at https://www.sam.gov Contractor must be registered to the System for Award Management (SAM) prior to award. A nine digit Data Universal Numbering System (DUNS) number provided by Dun and Bradstreet is required to register. Electronic submission of Quotes: Quotations shall be submitted electronically by email to kevin.w.knapp.civ@mail.mil or by facsimile at 619-532-5944, Attention: Kevin W. Knapp. Email submissions are limited to 2MB. The submitter should confirm receipt of email submissions. This solicitation incorporates the following FAR and DFARS Clauses/Provisions: 52.204-7 SYSTEM FOR AWARD MANAGEMENT (JULY 2013) 52.204-13 SYSTEM FOR AWARD MANAGEMENT (JULY 2013) 52.212-1 Instruction to Offerors-Commercial Items (APR 2014) 52.212-2, Evaluation - Commercial Items (JAN 1999), The following factors shall be used to evaluate offers in descending order of importance: FACTOR 1: Technical Capability; defined as the ability of the products to meet the salient characteristics needed. FACTOR 2: Past Performance Provide one (1) references with the Point of contact, telephone number, address, and contract number, that you have provided the same or similar services within the last 3 years. FACTOR 3: Price; the government shall conduct a price evaluation of all technically acceptable offers with acceptable delivery schedules. Technical capability and Past Performance, when combined, are significant evaluation factors that will be most advantageous to the Government. Contractors who do not meet both of the first two factors will not undergo a price evaluation. 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2015) 52.212-4 Contract Terms and Conditions-Commercial Items (DEC 2014) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (MAR 2015) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 52.233-3 Protest After Award (Aug 1996) (31 U.S.C. 3553) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) (Pub.L. 108-77, 108-78 (19 U.S.C. 3805 note)) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (Mar 2007)) (E.O. 11246) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C 793) 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C.) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013) (31U.S.C. 3332) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 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/VFFARa.htm (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/VFFARa.htm (End of clause) 52.217-6 OPTION FOR INCREASED QTY 52.232-18 Availability of Funds (APR 1984) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Aug 2015) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation --- (service On-Site) 252.225-7001 Buy American and Balance of Payment Program (DEC2012) (41U.S.C. chapter 83, E.O. 10582 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003) 252.232-7003 Electronic Submission of Payment Requests and Receiving Report (MAR 2008)(10U.S.C. 2227 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (AUG 2015) 252.203-7998 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-O0010) (FEB 2015) 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013) NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) (a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP). (b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: http://www.cnic.navy.mil/regions/cnrsw/installations/navbase_san_diego/om/force_protection/rapid_gate.html and popular links. For more information or to enroll in the NCACS Program call: 1.877.727.4342. For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 (c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. Availability of Fiscal Year 2016 Funds. The government obligation made hereunder is contingent upon the enactment of the fiscal year 2015 appropriation act. This order is issued subject to the 2016 DOD appropriation act or an extended fiscal year 2015 continuing resolution act and is subject to all provisions of whichever act becomes applicable. The clause 52.232-18 referenced herein applies to this contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-15-T-0352/listing.html)
 
Place of Performance
Address: 34800 Bob Wilson Dr, San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN03908446-W 20151001/150929235940-312603505ebf0a5951c8dde56acc636a (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.