Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 07, 2024 SAM #8228
SOURCES SOUGHT

99 -- AHR Employee Assistance Program (EAP)

Notice Date
6/5/2024 10:37:03 AM
 
Notice Type
Sources Sought
 
Contracting Office
693KA9 CONTRACTING FOR SERVICES WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Solicitation Number
EAP-2024
 
Response Due
6/26/2024 2:00:00 PM
 
Archive Date
07/11/2024
 
Point of Contact
Nicole Rooney, Mohammed Alkaisy
 
E-Mail Address
nicole.a.rooney@faa.gov, mohammed.n.alkaisy@faa.gov
(nicole.a.rooney@faa.gov, mohammed.n.alkaisy@faa.gov)
 
Description
Introduction/Purpose The Federal Aviation Administration (FAA), under the Office of the Assistant Administrator of Human Resources (AHR), seeks a comprehensive Employee Assistance Program (EAP) contract that aligns with the Employee Assistance Professionals Association (EAPA) Core Technology and incorporates the latest consumer trends in the EAP industry. The program must be tailored to meet the specific needs of the FAA employees as outlined in the attached DRAFT Statement of Work (SOW). The contract is anticipated to be a single-award with a one-year base period and four one-year option periods, totaling a potential performance period of five years. 2. Incumbent Contractor There is one (1) incumbent contractor for this procurement: (a) ARMED FORCES SERVICES CORPORATION d/b/a Magellan Federal 693KA9-20-C-00008 2800 S Shirlington Road Suite 350 Arlington, VA 22206 3. Nature of Market Survey Responses to this market survey will be used to develop the FAA�s acquisition strategy to fulfill these requirements, including, without limitation, to determine if there is adequate competition to set the requirement aside for Socially and Economically Disadvantaged Businesses (SEDB/8(a)/SDVOSB), Small Businesses, or if an unrestricted competition is required. This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1. This survey will support market research obtained from multiple sources and will be utilized for planning purposes only. 4. Objectives for this Market Survey The responses to this Market Survey will be used for informational and planning purposes only. A. This is a Market Survey. This is not a Screening Information Request (SIR) or Request for Proposals (RFP) of any kind. B. The FAA is not seeking or accepting unsolicited proposals. C. The FAA may request that one, some, all, or none of the respondents to this Market Survey provide additional information. No evaluation of vendors will occur based on this additional information, and vendor participation in any informational session is not a promise for future business with the FAA. D. Any information provided under this market survey is for informational purposes only. Any proprietary information submitted must be explicitly and conspicuously marked by the respondent as proprietary. If appropriately marked, such information will not be released to the public by the FAA, except as required under the Freedom of Information Act (FOIA) or any other applicable law, regulation and/or policy. The Government may transfer documents provided by a respondent to any department or agency within the Executive Branch if the information relates to matters within the organization's jurisdiction. E. Providing a response to this Market Survey neither qualifies respondents for, nor excludes respondents from, responding to the resulting SIR, if any. F. Respondent participation in any informational session is not a promise of future business with the FAA. G. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. H. Any costs associated with the market survey submittal is solely at the interested vendor�s expense. 5. North American Industry Classification System (NAICS) Code This procurement is using the following NAICS codes. Code Description Size Standards 621330 Offices of Mental Health Practitioners (except Physicians) $9M 6. Submittal Requirements for Market Survey Responses to this Market Survey must include the following information: A. Capability Statement � This document is limited to no more than five (5) pages and must include: 1) A draft Statement of Work for this project is included for informational purposes. Provide a concise description of: (a) Your experience in performing efforts of similar size, scope and complexity to those contemplated in the attached draft SOW. The description should include the size and type of those efforts, period of performance, agency/organization supported, and individual points of contact (contracting officers or program managers). (b) Your capabilities in performing support services in the areas identified in the attached draft SOW. (c) Any comments or recommendations you may have to the attached draft SOW. 2) Unique Entity ID in the Federal Government System for Award Management (SAM). Current and potential Government vendors are required to register in SAM to be awarded contracts by the Government. The website for SAM is www.sam.gov. 3) As applicable, a copy of the vendor�s Certification Letter identifying a preferred socioeconomic status (such as SBA 8(a), Small Business, SDVOSB, VSB, etc.). 7. Delivery of Submittals All responses to this market survey must be submitted by 5:00 pm (Eastern Time) on June 26, 2024. Submissions received after this time and date will be considered late and will not be reviewed. All submittals, including attachments, should be submitted in electronic format (email) to the Contract Specialist Mohammed AlKaisy at mohammed.n.alkaisy@faa.gov and the Contacting Officer Nicole Rooney at Nicole.A.Rooney@faa.gov. Please include the Market Survey title in the e-mail submission. 8. Attachments A. Draft Statement of Work
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8c49e393f3fa4adca000c7eda5c87dab/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07087837-F 20240607/240605230121 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.