Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2020 SAM #6821
SOLICITATION NOTICE

G -- SOLICITATION AMENDMENT 0001: Medically Managed Substance Use Disorder Treatment Services

Notice Date
7/31/2020 6:05:04 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
622210 — Psychiatric and Substance Abuse Hospitals
 
Contracting Office
PRETRIAL SERVICES WASHINGTON DC 20004 USA
 
ZIP Code
20004
 
Solicitation Number
959P0020Q0022
 
Response Due
8/10/2020 9:00:00 AM
 
Archive Date
08/11/2020
 
Point of Contact
Evron Rollins
 
E-Mail Address
Evron.Rollins@psa.gov
(Evron.Rollins@psa.gov)
 
Description
SYNOPSIS This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested. The solicitation number is 959P0020Q0022. The solicitation will be issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2020-05. This solicitation is unrestricted. Please view Section B for the proposed Contract line item number(s) (CLINS) and Section C for the statement of work (SOW). PSA is seeking a Contractor(s) for the following medical and co-occurring behavioral health treatment services: (1) Daily Medically Managed Intensive Inpatient Detoxification - American Society of Addiction Medicine (ASAM) Level 4; (2) Co-occurring Disorder Intensive Outpatient Treatment - ASAM Level 2.1; (3) Residential Treatment - ASAM Level 3.5 - Clinically Managed High Intensity Services (Adult Criteria); (4) Transitional Housing - ASAM Level 3.1 - Clinically Managed Low Intensity Residential Treatment; and �(5) Daily Medically Managed Intensive Inpatient Treatment for the Pretrial Services Agency for the District of Columbia (PSA) Office of Post-Release and Supervision. Services shall occur within the geographical area of the Washington, DC Metropolitan area. The period of performance is one (1) base and four (4) option years. This RFP includes FAR Clause 52.217-8, which allows a total period of performance extension of up to six (6) months after the last exercised option year. FAR provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The addenda to the provision is in Section L, pages 61 to 63. FAR provision 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The evaluation factors included in paragraph (a) of the provision are 1) Technical Approach; 2) Past Performance; and 3) Price. Award will be made to the Offeror(s) whose proposal meets the Government's requirements and whose technical proposal and price represents the best value to the Government. All non-price factors, when combined, are significantly more important than price. FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items: Offerors shall complete only paragraph (b) of the provision if Offerors have completed the annual representations and certification electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal. If Offerors have not completed the annual representations and certifications electronically, Offerors shall complete only paragraphs (c) through (u) of the provision. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. There are no addenda to the clause. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The additional FAR Clauses cited in the clause that are applicable to this acquisition are as follows: 1) 52.203-6, Restrictions on Subcontractor Sales to the Government; 2) 52.203-13, 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards Contractor Code of Business Ethics and Conduct; 3) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts; 4) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 5) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters; 6) 52.219-8, Utilization of Small Business Concerns; 7) 52.219-9, Small Business Subcontracting Plan; 8) 52.222-3, Convict Labor; 9) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 10) 52.222-21, Prohibition of Segregated Facilities; 11) 52.222-26, Equal Opportunity; 12) 52.222-35, Equal Opportunity for Veterans; 13) 52.222-36, Equal Opportunity for Workers with Disabilities; 14) 52.222-37, Employment Reports on Veterans; 15) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 16) 52.222-50, Combating Trafficking in Persons; 17) 52.222-54, Employment Eligibility Verification; 18) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 19) 52.224-3 Privacy Training; 20) 52.225-13, Restrictions on Certain Foreign Purchases; 21) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 22) 52.222-41, Service Contract Labor Standards; 23) 52.222-42, Statement of Equivalent Rates for Federal Hires; 24) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment; 25) 52.222-55, Minimum Wages Under Executive Order 13658; and 26) 52.222-62, Paid Sick Leave Under Executive Order 13706. Additional Contract requirement(s) or terms and conditions are as follows: 1) 52.216-27, Single or Multiple Awards; 2) 52.217-8, Option to Extend Services; 3) 52.217-9, Option to Extend the Term of the Contract; and 4) 52.237-7, Indemnification and Medical Liability Insurance. The following PSA Clauses are applicable: 1) PSA203-70, Subpoenas; 2) PSA204-70, Announcement of Contract Award; �3) PSA209-70, Contractor Performance Capabilities; 4) PSA209-72, Qualifications of Contractor�s Employees; 5) PSA209-73, Standards of Conduct; 6) PSA209-74, Organizational Conflicts of Interest; 7) PSA219-70, Small Business Subcontracting Plan; 8) PSA223-71, Environmentally Preferable Products and Services; 9) PSA224-71, Freedom of Information Act Requests; 10) PSA232-70, Invoice Requirements; 11) PSA233-70, PSA Protest Procedures; 12) PSA237-70, 13) Non-Personal Services; 14) PSA242-70, Contract Performance Information; 15) Confidential Treatment of Sensitive Information; and 16) Records Management. The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable. All questions shall be submitted no later than (NLT) 12:00 noon EST by August 3, 2020. Questions asked over the telephone or on voicemail shall not be accepted. Questions and proposals shall be email to Evron.Rollins@psa.gov. Proposals are due NLT 12:00 noon EST by August 10, 2020. Please view the attached amended solicitation and all attachements.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6b5ab552fcc34d6f8fc695439c93ef40/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN05741479-F 20200802/200731230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.