Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 29, 2018 FBO #5970
SOLICITATION NOTICE

Q -- Clinical Services Provider

Notice Date
3/27/2018
 
Notice Type
Presolicitation
 
NAICS
624190 — Other Individual and Family Services
 
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, District of Columbia, 20537
 
ZIP Code
20537
 
Solicitation Number
15DDHQ18R00000008
 
Archive Date
4/25/2018
 
Point of Contact
Teresa Roshau-Delgado,
 
E-Mail Address
teresa.a.roshau-delgado@usdoj.gov
(teresa.a.roshau-delgado@usdoj.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Drug Enforcement Administration (DEA) requires a Clinical Services Provider for the Employee Assistance Program covering all fifty (50) states, U.S. Virgin Islands, Puerto Rico, Guam, and the Bahamas. The applicable North American Industry Classification System (NAICS) is 624190, Other Individual and Family Services. The Small Business Size Standard is $11 million. The successful contractor will be responsible for providing required services to include, but not limited to, prevention, diagnostic, trauma response, consultation, short-term counseling, training, and information & referral services for organizational and individual needs which impact the quality of life and job performance of DEA employees and their families within DEA's Domestic Divisions. The contractor shall provide all management, supervision, personnel, quality control, and security and demonstrate that sufficient resources have been included in the clinician billing rates to successfully perform the required services. The government intends to procure these services in accordance with FAR Part 15 Negotiation procedures. This will be set-aside for Small Businesses. It is anticipated that this acquisition will result in the award of a single regional, Indefinite Delivery/Indefinite Quantity (ID/IQ ), Time and Material type contract. The anticipated period of performance will consist of one 12 month base period plus four 12 month option periods. The Request for Proposals (RFP) will only be available on the Federal Business Opportunities (FBO) web page at http://www.fbo.gov. It is anticipated that the RFP will be made available for downloading on or about fifteen (15) days after publication of this announcement. Prospective offerors are responsible for downloading the RFP and all attachments. It is the offeror's responsibility to monitor FBO for the release of the solicitation and amendments. Written and telephone requests will not be honored. It is anticipated that proposals will be due 30 days following the date of issuance of the RFP. This synopsis does not commit the government to pay any cost incurred in the submission of a proposal or to award a contract for these services. It is also noted that the Contracting Officer is the only individual who may legally commit the Government to the expenditure of public funds in connection with this procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/DEA/OAM/15DDHQ18R00000008/listing.html)
 
Record
SN04868313-W 20180329/180327231558-4971cc1c7ac01ab747231555df468cdc (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.