Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2018 FBO #6110
MODIFICATION

Q -- RFP - The Missouri Army National Guard Requires Behavioral - Base Plus 2 Option Years - Amendment 1

Notice Date
8/14/2018
 
Notice Type
Modification/Amendment
 
NAICS
621330 — Offices of Mental Health Practitioners (except Physicians)
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Missouri, 7101 Military Circle, Jefferson City, Missouri, 65101-1200
 
ZIP Code
65101-1200
 
Solicitation Number
W912NS-18-Q-2024
 
Archive Date
9/6/2018
 
Point of Contact
Forrest A. Hancock, Phone: 573-638-9632, Joseph P. Caldwell, Phone: 573-638-9847
 
E-Mail Address
forrest.a.hancock.civ@mail.mil, joseph.p.caldwell.mil@mail.mil
(forrest.a.hancock.civ@mail.mil, joseph.p.caldwell.mil@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Updated RFP with added missing required clauses Questions and Answers The purpose of this Modification/Amendment is to add required clauses missing from orginal RFP and post answers to questions recieved from potential offerors: Added Clauses: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT2016 252.204-7000 Disclosure of Information OCT 2016 252.204-7003 Control of Government Personnel Work Product APR 1992 252.204-7006 Billing Instructions OCT 2005 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.239-7001 Information Assurance Contractor Training and Certification JAN 2008 Questions & Answers: Q1: What is the current level of effort, (number of personnel) being provided by the incumbent in support of the Missouri National Guard? A1: It should be noted that answering this question doesn't excuse an offeror's proposal from meeting all of the requirements of this combined synopsis/solicitation and performance work statement. It should also be noted that simply proposing the existing staffing mix doesn't automatically make an offeror's proposal technically acceptable. The current contract has two (2) Psychological Health Coordinator aka "Behavioral Health Professionals" professional services. Performance is completed onsite at the Ike Skelton Training Site (ISTS) in Jefferson City, MO and the Springfield Armory in Springfield, MO. Q2: Is there an incumbent contract for this effort? a. If so, will the government please provide the vendor name, total contract value, and period of performance? b. If so, will the government provide contact and seniority information for incumbent employees to determine seniority and the applicability of EO 13495, "Nondisplacement of Qualified Workers Under Service Contracts"? A2: Yes. Reference PWS Paragraph 1.2 Background: The current requirement has been fulfilled at the national level on contract (W9133L-13-D-0003) which is set to expire on 14 September 2018. You can find additional information on the internet at https://www.fpds.gov/fpdsng_cms/index.php/en/ type "W9133L13D0003" into the ezSearch window. You will find all the obligations tied to this IDIQ contract. The Government will provide incumbent employee contact information pre-award. Q3: Combined Synopsis Solicitation Document, page 7 - Is there a format the government prefers when submitting the proposal? A3: Reference Proposal Submission Instructions found on page 1. The preferred submission of an Offeror's questions or proposal is electronic submission by email to forrest.a.hancock.civ@mail.mil. All email subjects shall begin with"18-Q-2024". Hand carried proposals may be delivered to USPFO for Missouri, Purchasing & Contracting Division, ATTN: Mr. Forrest Hancock; 7101 Military Circle, Jefferson City, MO 65101 prior to the end of the solicitation. All proposal shall be submitted by 1:00 P.M. central time on 22 August 2018. Reference 52.212-1 found on page 5. Highlights; Limit pages of submission to no more than 30 pages, not including the actual solicitation. Technical Proposal (shall address the proposed Management Plan and Staffing Plan). Pricing Proposal (shall price each CLIN found in this solicitation and include an itemized spreadsheet covering the proposed wages, benefits, overhead, profit, travel budget, etc. to support the proposed Pricing). The pricing proposal shall be submitted as a separate document from the rest of the proposal. RECAP: The preferred submission is electronic in word, excel or pdf format per above. Follow all the instructions of 52.212-1. Q4: Combined Synopsis Solicitation Document, page 7, FAR 52.212-2 - How will the government evaluate vendor submissions with variable staffing rates, and therefore varying pricing rates? a. What is the criteria to determine staffing acceptability? b. Will the government consider adjusting the CLIN structure to reflect equitable staffing and pricing? A4: Reference both 52.212-1 and 52.212-2. 52.212-1 states (d) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. The criteria to determine staffing acceptability is found in 52.212-2 (Acceptable or Unacceptable). This is requirement is be fulfilled utilizing Simplified Acquisition Procedures (reference FAR 13-106-2 - Evaluation of Quotations or Offers). The Government will evaluate each offer in an efficient and minimally burdensome fashion. CLIN structure will not change. This is a non-personal service performance based acquisition (1 JOB). Reference 52.212-1 - Pricing Proposal (shall price each CLIN found in this solicitation and include an itemized spreadsheet covering the proposed wages, benefits, overhead, profit, travel budget, etc. to support the proposed Pricing). The pricing proposal shall be submitted as a separate document from the rest of the proposal. Reference Technical Exhibit 1 of the PWS provides the Performance Requirement Summary (PRS). The PRS includes performance objectives the Government will use to determine contractor performance and will compare contractor performance to the Acceptable Quality Level (AQL). Technical Exhibit 2 of the PWS provides the Estimate Workload Data. Q5: PWS, page 20 - Do the workload numbers include all behavioral health work or just the work of the position(s) covered in this solicitation? A5: The Estimated Workload Data reflects the deliverables of the PWS Q6: PWS, page 20 - What is the current caseload of each behavioral health professional? A6: Reference A1. If you take the Estimated Quantity and divided by two. Q7: PWS, page 20 - what is the government's definition of "Emergent Counseling"? The number per week seems extremely high. A7: Any time the Behavioral Health Professional receives an urgent or critical referral or answers an urgent or critical call. Q8: Wage Determination Document - Does the government expect the Behavioral Health Professional to fall under a specific wage determination? A8: This is a non-personal service performance based acquisition. The answer to this question is dependent of your proposed Staffing Plan. The government believes that certain deliverables found paragraph 5 are "professional services" which are exempt from a specific wage determination. The U.S. Department of Labor Standard Occupational Classification (SOC) code 21-1014 Mental Health Counselors is the closest category to professional services. This was used to determine the statement of equivalent rates for federal hires (Reference 52.222-42). An offeror's proposed staffing plan could select a wage determination category (ie Medical Record Technician). Follow 52.212-1, include an itemized spreadsheet covering the proposed wages, benefits, overhead, profit, travel budget, etc. to support the proposed pricing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA23/W912NS-18-Q-2024/listing.html)
 
Place of Performance
Address: 2302 Militia Drive, Jefferson City, Missouri, 65101, United States
Zip Code: 65101
 
Record
SN05036282-W 20180816/180814231324-3252efbe7a1caadcc1bee29ee2ee2a3a (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.