SOLICITATION NOTICE
Q -- USMMA Virtual Mental Health Support Services
- Notice Date
- 2/5/2025 11:08:35 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621330
— Offices of Mental Health Practitioners (except Physicians)
- Contracting Office
- 693JF7 DOT MARITIME ADMINISTRATION WASHINGTON DC 20590 USA
- ZIP Code
- 20590
- Solicitation Number
- 693JF724R000035
- Response Due
- 9/27/2024 9:00:00 AM
- Archive Date
- 10/12/2024
- Point of Contact
- Erica L Williams, Stacy Copeland, Contract Specialist
- E-Mail Address
-
erica.williams@dot.gov, Stacy.copeland.ctr@dot.gov
(erica.williams@dot.gov, Stacy.copeland.ctr@dot.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- ***FINAL responses to questions received through 9/26/2025 have been uploaded.*** PLEASE READ NOTICE IN ITS ENTIRETY TO ENSURE SUBMISSION OF A RESPONSIVE PROPOSAL!! (i) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 693JF724R000035 and is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-06. (iv) This RFP is issued as a 100% Small Business set-aside. The NAICS code for the effort is 621330 � Executive Search Services with a small business size standard of $9M. To be eligible, concerns must be a Small Business both at the time of its initial offer and at the time of contract award. (v) CLIN 0001 (FFP) � USMMA Mental Health Support 1 EA $______________ CLIN 0002 (FFP) � Option Period 1: USMMA Mental Health Support 1 EA $___________ CLIN 0003 (FFP) � Option Period 2: USMMA Mental Health Support 1 EA $___________ Total FFP $___________ (vi) The purpose of this acquisition is to procure a Commercial Off-the-Shelf Virtual Platform providing 24/7 access to mental health support for use by its Midshipmen. The virtual platform shall allow midshipmen to obtain behavioral health counseling from a licensed professional care provider using a virtual platform such as a Downloadable App. Midshipmen are assigned CONUS and OCONUS, including being on board ocean-going vessels for long periods of time. Therefore, access to the downloadable App is required 24/7/365 CONUS, OCONUS and at while at sea. (viii) Provision 52.212-1, Instructions to Offerors�Commercial, applies to this acquisition. See ""693JF724R000035 USMMA Mental Health App RFP"" document attached for additional instructions. (ix) Provision 52.212-2, Evaluation�Commercial Items does apply to this RFP. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors, listed in descending order of importance, shall be used to evaluate offers: Factor 1: Technical Capability Sub-factor 1: Technical Approach Sub-factor 2: Credentials of provider requirements Factor 2: Past Performance Factor 3: Price Technical and Past Performance, when combined, are significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. (xi) FAR clause 52.212-4, Contract Terms and Conditions�Commercial Items, applies to this acquisition, along with its addendum. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items applies to this acquisition and is attached. (xiii) Additional contract requirement(s) or terms and conditions apply and are attached. (xiv) DPAS - N/A. (xv) Quotes are due by 12:00noon EDT on Friday, September 27, 2024. Interested parties shall submit quotes via email to USMMAProposals@dot.gov, erica.williams@dot.gov AND stacy.copeland.ctr@dot.gov with the title �693JF724R000035 � USMMA Mental Health Support RFP Response�. (Maximum email file size per quote submission is 20MB). (xvi) Specific RFP questions for Government consideration must be submitted via email NLT 10:00 am EDT Thursday, September 26, 2024, to Contracting Officer Erica Williams at erica.williams@dot.gov and Contact Specialist Stacy Copeland at stacy.copeland.ctr@dot.gov with ""QUESTION � 693JF724R000035 RFP"" in the email subject line. NOTE: Due to the impending end of the Fiscal Year on Monday, September 30, 2024, interested parties should not depend on an extension of the proposal due date and time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b2d2c5b0bb1d499896b65ad427604052/view)
- Place of Performance
- Address: Kings Point, NY, USA
- Country: USA
- Country: USA
- Record
- SN07333263-F 20250207/250205230032 (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 |