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