Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 15, 2024 SAM #8328
SOLICITATION NOTICE

70 -- Headspace Wellness Application

Notice Date
9/13/2024 12:14:09 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
513210 —
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018924Q0912
 
Response Due
9/20/2024 2:00:00 PM
 
Archive Date
09/21/2024
 
Point of Contact
Dennis Aquino 215-697-3244
 
E-Mail Address
dennis.aquino@navy.mil
(dennis.aquino@navy.mil)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services and was prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on SAM (Sam.gov). The solicitation number is N0018924Q0912. This solicitation is a request for quotations (RFQ). The solicitation documents and incorporates provisions and clauses in effect through FAC 2024-05 and DFARS Publication Notice 20240815. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. Size Standard: The North American Industry Classification System (NAICS) Code applicable to this solicitation is 513210 and the Small Business Size Standard is $47M. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk (FLCN), Contracting Department, Philadelphia Office hereby provides notice of its intent to award a sole source, firm-fixed-price contract for Commercial Supplies - in particular, for Headspace, Inc. The requirement is being processed on behalf of the Navy Culture and Resilience Office (OPNAV N17) Future Operations Branch to deliver the Headspace commercial wellness application. The Government intends to solicit and negotiate the instant procurement on a sole source basis to Headspace, Inc. CAGE: 84ME7), of Santa Monica, CA pursuant to the procedures of FAR Parts 12 and 13. The sole source nature of this requirement is based on the determination that Headspace is the only vendor that can provide access to the Headspace wellness application. This requirement is for the use of Headspace wellness application to assist Sailors and their dependents for suicide intervention/prevention and manage escalated cases as they encounter them. This includes specific protocols to address low-, medium-, high-, and imminent-risk individuals, (See attached PWS for more information). This notice of intent is not a request for competitive quotes; however, responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The contractor is to provide the supply/items below. A Government technical point of contact for delivery will be provided at time of contract award. CLIN 0001 - Headspace Application - FFP - 1 Lot CLIN 1001 - Headspace Application - FFP - 1 Lot CLIN 2001 - Headspace Application - FFP - 1 Lot The contractor shall provide the Headspace commercial wellness application/ software to the Government in accordance with the Performance Work Statement (PWS). See Attachment I. The Government will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered; all responses from responsible sources will be fully considered. The following provisions and clauses apply to this solicitation: - 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, - 52.212-2, Evaluation-Commercial Products and Commercial Services, - 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services. - 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, - 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services. This list of applicable provisions and clauses is not all-inclusive, see Attachment II. Supplement provisions and clauses may be added prior to award. Quoters are advised to include a completed copy of the provision at 52.212-3, Offerors Representations and Certifications - Commercial Items. See the attachments to this posting for additional contract requirements, terms, and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. No Defense Priorities and Allocations System (DPAS) rating is applicable to this procurement. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. The announcement will close at 5:00 PM Eastern Standard Time (EST) on 20 September 2024. All quotes shall be submitted in writing via email to Dennis Aquino at dennis.a.aquino2.civ@us.navy.mil. All quotes must be received via email by the time and date the announcement closes.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b5f1973e3ccf472ea36dba2dd7c16c38/view)
 
Record
SN07211188-F 20240915/240913230122 (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.