Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 17,1998 PSA#2223

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

U -- CLINICAL PRECEPTORSHIP SOL N00244-99-R-0129 DUE 120198 POC Jo Escalera, Code 2701 (619) 532-2558 WEB: Click here for the FAR/DFARS web link., http://farsite.hill.af.mil/vffar1.htm. E-MAIL: Click here to contact the Contracting Officer via, jo_c_escalera@sd.fisc.navy.mil. This portion of the initial announcement for Clinical Preceptorship did not e transmit via the CBDNet successfully. Starting with the Statement of Objectives (SOO)and remaining solicitation text, are hereby incorporated into Solicitation N00244-99-R-0129. STATEMENT OF OBJECTIVES (SOO): ): (Any references to DoD or BUPERS instructions, including CDRLs will be provided as requested by interested offerors by contacting the Contracting Officer by email). 1.0 INTRODUCTION AND PURPOSE: 1.1 Introduction -- The contractor will perform a full range of support services for the administration, delivery and evaluation of the Navy and Marine Corps substance abuse program at naval installations worldwide, which includes a supervised internship mandated by the Department of Defense (DOD) Instruction 1010.6 and Bureau of Naval Personnel Instruction (BUPERSINST) 5350.1. To meet this requirement and ensure delivery of quality patient care by competent drug and alcohol counselors, individualized instruction in counseling skills development and other related activities must be provided to military and civilian personnel assigned the responsibility of clinical treatment and care. The services are provided by Alcohol Rehabilitation Department (ARD), Alcohol Treatment Facilities (ATF), Counseling and Assistance Centers (CAAC), Navy Addictions Rehabilitation Center (NARC), Navy Drug and Alcohol Counselor School (NDACS), and Substance Abuse Rehabilitation Department (SARD). Treatment Philosophy: The Navy and Marine Corp recognize alcoholism as a primary chronic disease that is related to bio-psycho-social and spiritual impairments. An alcohol-dependent person is diagnosed and placed into an appropriate level of care as determined by the DSM-IV utilizing Patient Placement Criteria (PPC2). The Navy and Marine Corp have used the comprehensive interdisciplinary model and the Twelve Step self-help recovery; e.g. Alcoholics Anonymous, Narcotics Anonymous. Drug and Alcohol Counselors: Basic substance abuse knowledge and skills training course are provided by the Naval School of Health Sciences (Navy Drug and Alcohol Counselor School (NDACS), focusing on 12 Core functions: screening, intake, orientation, assessment, treatment planning, counseling, case management, crisis intervention, client education, referral, reports, record keeping and consultation. Civilian counselors have completed, as a minimum, a specialized course equal to NDACS in the civilian sector. 1.2. Purpose: Based on the SOO, the contractor will provide a continuum of clinical and professional development for the Navy and Marine Corp substance abuse counselors, which ultimately impacts the delivery of quality patient care. The contractor will provide clinical preceptorship and the necessary managerial personnel, administrative procedures, quality assurance travel support and materials in accordance with Task Order(s) and the contractor proposed Statement of Work at worldwide treatment sites as follows: U.S. NAVY SITES: ARD CHARLESTON, ARD GREAT LAKES, ARD OKINAWA, ATF BREMERTON, ATF MERIDIAN, ATF PENSACOLA, ATF ROTA, ATF YOKOSUKA, NARC JACKSONVILLE, NARC NORFOLK, NDACS SAN DIEGO, SARD SAN DIEGO, TRI-SARC MALCOLM GROW, CAAC LOCATIONS AT: ANNAPOLIS, BRUNSWICK, CHINA LAKE, CORPUS CHRISTI, EARL NJ, DIEGO GARCIA, GUAM, GUANTANAMO BAY, GULFPORT, KEFLAVIK, KEY WEST, KINGS BAY, LA MADDALENA, LEMOORE, LONDON, MAYPORT, MEMPHIS, NAPLES, NEWPORT, NEW LONDON, ORLANDO, PATUXENT RIVER, PEARL HARBOR, PORT HUENEME, ROOSEVELT ROADS, SASEBO, SIGONELLA, WHIDBEY ISLAND, (Fallon NV may be added in the 2nd or 3rd Qtr of FY99), USS CONSTELLATION, USS D. EISENHOWER, USS ENTERPRISE, USS J.F. KENNEDY, USS KITTY HAWK, USS A. LINCOLN, USS C. NIMITZ, USS G. WASHINGTON, USS T. ROOSEVELT, USS J.C. STENNIS, USS C. VINSON, and USS H. TRUMAN. U.S. MARINE SITES: SACC ALBANY GA, SACC HENDERSON HALL, SACC BARSTOW, SACC BEAUFORT SC, ATF NAVHOSP C LEJEUNE, CSACC CAMP PENDLETON, SACC CHERRY PT, SACC IWAKUNI, SACC JACKSONVILLE (N.RI), SACC KANEOHE, SACC KANSAS CITY, SACC SAN DIEGO, SACC MCAS MIRAMAR, CSACC OKINAWA, SACC PARRIS ISLAND, CSACC QUANTICO, SACC EL TORO, SACC TWENTY-NINE PALM, SACC YUMA, AND NAVHOSP OKINAWA. 2.0 OBJECTIVES: 2.1 Clinical Preceptorship: *** Provide a tutorial/mentoring process in which a person with expertise and skills is responsible for training and evaluating the performance of another person via case review and direct/indirect observation of counseling sessions. ***Provide support services to all Navy/Marine Corps counselors who are required to receive a minimum of 48 to 50 hours of clinical preceptorship yearly. 2.2 Preceptorship Requirements: *** -- Provide qualified clinical preceptors along with treatment site director, for on-going clinical preceptorship and training of alcohol and other drug abuse counselors assigned to designated ARDs, ATF's, CAACs, NARC, SARD, and NDACS. *** Provide clinical preceptor, along with treatment site director with the ability to assess and develop each counselor's skill using Individual Development Plan (IDP) and to document weaknesses strengths, goals and methods to be utilized in achieving those goals. *** Provide clinical preceptor for each intern and certified counselor with periodic training, direct verbal feedback every 30 calendar days and concise written feedback at least every 90 calendar days utilizing the Quarterly Feedback Form (Government developed form). *** Provide Preceptorship at each facility at least twice per month, except for those designated as remote facilities. 2.3 Administrative Tasks *** Provide each counselor with Certificate of Completion documenting the total number of clinical preceptorship hours received. *** Utilize and revise the Preceptor Guidelines, the Counselor Workbook, and other materials necessary in support of the Navy's Alcohol and Drug Abuse Program (NADAP). *** Ensure that copies of all written correspondence addressed to treatment centers are sent to NSHS (Attn: NDACS Code 052) for coordination and clarification between the contractor and treatment sites. *** May be tasked to host in conjunction with the USN and USMC Headquarters program personnel and NSHS (Code 052), one training meeting for preceptors during the current contract performance year. Contractor is required to submit an outbrief of the meeting within 30 calendar days from the conclusion date of the meeting. 2.4 Records and Controls *** Monitor and evaluate the Navy and Marine's clinical preceptorship and internship program by gathering data through interviews or surveys solicited from preceptors, site directors and counselors. *** Submit an annual report identifying program strengths and weaknesses and submit recommendations regarding the structured internship and clinical preceptorship program within 60 calendar days at the end of the current contract performance year. *** Provide a plan for tracking prime contractor and subcontractor(s) performance at the USN and USMC worldwide sites. *** The clinical preceptor shall sign and annotate the Government on-site monitoring system or Logbook each time service is provided. *** The contractor shall ensure allinvoices are submitted to NSHS (NDACS Code 052) and any supporting documentation verifying contractor performance, to be signed by either the director or authorized representative and the preceptor. *** The contractor shall ensure that the preceptors sign all submitted Travel Invoices, attesting to the validity and accuracy of information contained therein. *** All quality assurance travel contemplated by the contractor must be coordinated with the Contracting Officer's Representative (COR) or Alternate COR; travel requests will include the name(s) of travelers, site(s) to be visited, and reason and dates for visits. *** Provide long range travel planning for cost effectiveness of personnel scheduling. 2.5 Data required *** The following contract data requirement list will be generated and submitted, as required: *** Individual Development Plan -- contractor format *** Certificate of Completion -- contractor format *** Competency Assessment Form -- Government Developed Form *** Quarterly Feedback Form -- Government Developed Form *** Contractor Data Requirements List (CDRLs) Factor (2): Past Performance will be evaluated by the information required by FAR Clause 52.212-1 -- Instructions to Offerors-Commercial Items. Past performance information will be evaluated as provided on the Contractor Performance Data Sheet (CPDS). Information utilized will be obtained from these references as well as any other sources that may have relevant information, including local and state governmental agencies and professional organizations. Proposals lacking relevant past performance data will be considered an "unknown risk" which will have no positive or negative evaluative significance. A proposal receiving a "unknown risk" for Past Performance, may not represent the most advantageous proposal to the government and thus may be an unsuccessful proposal when compared to proposals of other offerors. Past Performance will be evaluated on a six-tier adjectival scoring system: Exceptional/Very low performance risk, Very Good/Low performance risk, Satisfactory/Moderate Performance Risk, Marginal/High performance risk, Unsatisfactory/Very high performance risk, and Unknown performance risk. Factor (3): Price -- The degree of importance of price will increase with the degree of equality of the proposals in relation to the other factors on which selection is to be based, or when price is so significantly high as to diminish the value of the technical superiority to the Government. FAR 52.212-3 and DFARS 252.212-7000 -- Offeror Representation and Certifications -- Commercial Items. Contractors are required to fill-in the Representation and Certifications. FAR 52.212-4 Terms and Conditions-Commercial Items and includes the applicable clauses: 52.203-6 Restrictions on Subcontractor Sales to the Government -- Alt I, 52.215-6 Integrity of Unit Prices, 52.232-18 Availability of Funds, 52.252-4 Alterations in contract, 52.228-5 Insurance-Work on a Government Installation, 52.216-18, Ordering -- Base Year -- fromdate of award to one year thereafter and 1-year option; 52.216-19 Order Limitations (a) $500.00 (b) (1) $500,000 (2) $1,000,000 (3) 30 calendar days (d) 5 calendar days; Designation of Ordering Activity: Fleet and Industrial Supply Center (FISC) San Diego, 52.216.20, Indefinite Quantity (Base and one option year: 60th day following contract expiration of Option Year I); Minimum and Maximum Quantities -- Sep 1994 -- NAVSUP (minimum quantity $150,000); 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.232-18, Availability of Funds; 52.237-2, Protection of Government Building, Equipment and Vegetation; 52.247-34 FOB Destination; 52.217-6 -- Option for Increased Quantity; 52.217-7 -- Option for Increased Quantity -- Separately Priced Line Item; 5252.216-9402 -- Oral Orders (Indefinite Delivery Contracts)(NAVSUP), 5252-2.16-9403 -- Written Orders (Indefinite Delivery Contracts)(NAVSUP). PERIOD OF PERFORMANCE for the Base Year is 01 January 1999 through 30 September 1999. Option Year I, if exercised, will be performed from 01 October 1999 through 30 September 2000. No other option years will be required for this effort. Type of Contract is Firm Fixed Price, Indefinite Delivery, Indefinite Quantity. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders and includes the following applicable clauses (a) 52.222-3, Convict Labor and (2) 52.233-3, Protest After Award ; (b): 52.203-6, Restrictions on Subcontractor Sales to the Government-Alt 1; 52-203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8, 52.219-9 -- Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan; Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; ) ; 52.219-14 Limitation on Subcontracting; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans ; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.247-64, Preference for Privately-Owned U.S.-Flagged Commercial Vessels (46 U.S.C.1241); 252.212-7001,CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (a) The Contractor agrees to comply with the Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.247-7023, Transportation of Supplies by Sea, which is included in this contract by reference (b) The Contractor agrees to comply with the following DFARS clauses: 252.204-7004 Required Central Contractor Registration; 252.205-7000, Provision of Information to Cooperative Agreement Holders; 52.219-7003, Small Business and Small Disadvantaged Business Subcontracting Plan; 252.219-7006 Notice of Evaluation Preference for Small Disadvantaged Business Concerns (Alt I); 252.225-7028 Exclusionary Policies and Practices of Foreign Governments; 252.227-7015 Technical Data -- Commercial Items; 252.227-7037Validation of Restrictive Markings on Technical Data; 252-247-7024, Notification of Transportation of Supplies by Sea.***** FAR and DFARS references may be accessed electronically. Other referenced clauses may be obtained from the Contracting Officer.****Your completed proposal may be mailed or hand-delivered to Fleet and Industrial Supply Center, Bid Desk, to the IMMEDIATE ATTN of: Code 2701, 937 North Harbor Drive, Building 1, Second floor, Contracts Department, San Diego, CA 92132. Bid Desk Hrs: Mon-Fri, 8:00 am -- 4:00 PM, excluding federal HOLIDAY hours. PROPOSALS MUST BE RECEIVED NO LATER THAN 3:00 PM, PST, 01 DECEMBER 1998. FAXED OR EMAIL PROPOSALS WILL NOT BE ACCEPTED. IMPORTANT NOTICE: DFARS 252-204-7004 "Required Central Contractor Registration" is mandatory and applies to all solicitations. Please ensure compliance with this regulation when submitting your proposal. Call 1-888-227-2423 or visit the Internet web site at http://ccr.edi.disa.mil for more information. Posted 11/13/98 (W-SN271064). (0317)

Loren Data Corp. http://www.ld.com (SYN# 0084 19981117\U-0002.SOL)


U - Education and Training Services Index Page