|
COMMERCE BUSINESS DAILY ISSUE OF MAY 1,2000 PSA#2590Directorate of Contracting, Bldg 4022, Fort Knox, Ky 40121-5000 G -- NATIONWIDE EMPLOYEE ASSISTANCE PROGRAM SOL DABT23-00-R-1021 DUE
051700 POC Sharon Crady @ 502-624-8158 or Stephanie Bowman @
502-624-8072 E-MAIL: Click here to contact the contracting officer via,
cradys@ftknox-emh3.army.mil. The Directorate of Contracting at Fort
Knox, KY and HQ USAREC, Fort Knox, KY have a requirement for a
Toll-Free, 24 hour Nationwide Employee Assistance Program with
unlimited access for U.S. Army Recruiting Command recruiters and their
family members. This is a combined synopsis/solicitation for a
commercial item prepared in accordance with the format in FAR Subpart
12.6, and is 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. The
solicitation number to refer to in response to this Request for
Proposal (RFP) is DABT23-00-R-1021. This solicitation document and
incorporated provisions and clauses are those in effect through FAC
97-16. SIC Code is 8322($5M). STATEMENT OF WORK (SOW): C.1 Scope of
Work. The contractor shall provide all labor, materials, and equipment
to provide unlimited access by U.S. Army Recruiting Command recruiters
and family members to a 24hour toll-free Nationwide Employee Assistance
Program for the period 1 June 2000 through 31 May 2001. The US Army
Recruiting Command (USAREC) is an Army organization within the command
structure of the US Army Training and Doctrine Command (TRADOC). Its
major subordinate units include 5 recruiting brigades and corresponding
Army Medical Department (AMEDD) Detachments deployed across the
continental United States. The Recruiting Command deploys about 7,037
recruiters in about 1600 recruiting stations and health care recruiting
teams, including several stations in various overseas locations. C.2.
The contractor shall provide, at a minimum, the following services:
C.2.1. Services shall be provided by master's level consultants
(individuals with a master's degree in a social services discipline) on
a 24 hour, 365 days a year toll-free basis who are trained and
conversant on a wide area of issues such as adoption, financial
matters, education and schooling, etc. Government personnel (users)
shall wait no more than 5 minutes to talk to a master's level
consultant. Users shall be able to access these services on an
unlimited basis during the performance period. C.2.2. The contractor
shall have available personnel who are conversant in Spanish. C.2.3.
Contractor personnel shall provide counseling, consultation, and
referral services for issues to include stress, grief, job burnout,
addiction disorders, depression, and family matters. C.2.4. Contractor
shall also provide information and referral services on: relocation
assistance, childcare facilities, facilities/programs for special needs
children, legal matters such as divorce, landlord/tenant issues,
wills/consumer issues, financial planning and budgeting, tax
assistance, information on consumer issues such as buying homes and
vehicles, vehicle/home repair, elder care options and referrals,
disability issues to include information and referral to support
networks and community programs available for caregivers. C.2.5. The
contractor shall provide referrals to recruiters and their families for
life needs such as child care centers, schools, senior centers, etc.
C.2.6. The contractor shall provide unlimited on-site critical incident
response. This is defined as three hours of unlimited on-site critical
incident response (i.e. extreme trauma, suicide, death of an
associate,etc.) counseling. Any associated travel to complete this
requirement will be reimbursed by the Government. C.2.7. The contractor
shall customize employee services to meet the needs of the U.S. Army
Recruiting Command. The Government reserves the right to update the
information provided by the contractor concerning Government programs
as applicable. The contractor shall implement these changes within 10
calendar days after receipt. C.2.8. The contractor shall provide a
library by mail service for all users that provides books, tapes, and
videos on life issues. The contractor shall mail these materials to the
user within 24 hours after receipt of the request. The contractor shall
provide a return mail program for users to send these materials back to
the contractor at no additional cost. The contractor shall also have
Spanish language materials available in the library. C.2.9. The
contractor shall provide on on-line access to interactive Internet
services for users to access information on various life issues. The
contractor shall customize their on-line and telephone services to
provide a linkage to military resources. C.2.10. The contractor shall
provide the name and telephone number for the Program Manager
responsible for issues relating to this contract at time of contract
award. C.2.11. The contractor shall provide reports to the Government
Point of Contact on a quarterly basis that summarizes the usage of
services including analysis of usage and trends. C.2.12. The contractor
shall contact the Government Point of Contact within 24 hours of a
critical incident response. C.3. Quality Assurance. The Government will
monitor the contractor's performance utilizing the procedures outlined
in the "Inspection of Services" clause (end of SOW). This requirement
contains five (5) CLINS (base year and 4 option year periods) for the
purpose of issuing a firm fixed price contract for unlimited access to
a Toll-free Nationwide Employee Assistance Program for approximately
7037 USAREC recruiters: CLIN 0001 Nationwide Employee Assistance
Program for the period of 1 June 2000 through 31 May 2001; CLIN 1001
Nationwide Employee Assistance Program for the period of 1 June 2001
through 31 May 2002; CLIN 2001 -- Nationwide Employee Assistance
Program for the period of 1 June 2002 through 31 May 2003; CLIN 3001 --
Nationwide Employee Assistance Program for the period of 1 June 2003
through 31 May 2004: CLIN 4001 -- Nationwide Employee Assistance
Program for the period of 1 June 2004 through 31 May 2005. Quantities
listed for contract line item numbers (CLINS) 0001, 1001, 2001, 3001,
4001 are annual estimates. The contractor will be paid for only for the
actual number of recruiters reported by USAREC. CLAUSES: FAR 52.212-1,
Instructions to Offeror-Commercial Items (Mar 2000) applies to this
solicitation. FAR 52.212-2 Evaluation-commercial items is included in
this solicitation. The Government intends to award a contract to the
responsive/responsible offeror whose offer conforming to the
solicitation will be the most advantageous to the Government, technical
and price related factors specified in this solicitation will be
considered pursuant to FAR 52.212-2, Evaluation Commercial Items. The
Government reserves the right to award a contract to other than the
lowest price offeror if that offeror does not meet the technical
requirements contained herein. The technical factors consist of past
performance and comprehension of the requirement. Past performance is
defined as a subjective judgement about the quality of a firm's
historical performance. This judgement may be based on records of
objective measurements and subjective rating of specified performance
attributes, if available. It may be based on statements of opinion
about the quality of specific aspects of the firm's performance. These
statements may be obtained from the firm's customers, business
associates, government agencies and from other knowledgeable persons
and organizations. If an offer does not have relevant past performance
relating to the solicitation, the offeror will not be evaluated
favorably or unfavorably on this factor; they will receive a neutral
performance rating. Comprehension of the requirement is defined as the
soundness of understanding the technical requirements of the proposed
contract along with the staffing level and mix to perform the
requirement of the proposed contract. Price will not be scored, but the
closer the final evaluated technical scores of the acceptable offers
are to one another, the greater shall be the importance of price
factors in making the award determination. Offerors may be asked, at
the discretion of the Government, to provide additional information for
clarification. FAR 52.213-3 Offeror Representations and Certifications
with ItsOffer, applies to this solicitation. A completed signed copy
of this provision shall be submitted with any proposal (copies of FAR
52.212-3 are available at www.arnet.gov/far or upon request from this
contracting office). FAR 52.212-4, Contract Terms and Conditions (May
1999) applies to this solicitation. The following clauses cited in FAR
52.212-5 are applicable to this solicitation: FAR 52.230-6,
Restrictions on Subcontractor Sales to the Government, with Alternate
I (41 U.S.C. 253g and10 U.S.C. 2402), FAR 52.222-21, Prohibition of
Segregated Facilities (Feb 1999), FAR 52.222-26, Equal Opportunity
(E.O. 11246); FAR 52.222-35 Affirmative Action for Disabled Veterans
and Veterans of the Vietnam Era (38. U.S.C. 4212), FAR 52.222-36,
Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR
52.222-37, Employment Reports on disabled Veterans and Veterans of the
Vietnam Era (38 U.S.C. 4212), FAR 52.225-1, Buy American Act Supplies
(41 U.S.C. 10), FAR 52.232-33, Payment by Electronic Funds Transfer
Central Contractor Registration (31 U.S.C. 3332). This solicitation
incorporates the following clauses by reference: FAR 52.217-8 Option To
Extend Services (Nov 1999), FAR 52.217-9 Option to Extend The Term Of
The Contract (Mar 2000), DFAR 252.204-7004 Required Central Contractor
Registration (Mar 2000) Contractors must be registered in Central
Contractor Registration (CCR) prior to receiving any contract award.
You can register in CCR via the Internet at www.ccr2000.com or call CCR
Customer Service at 1-888-227-2423. INSTRUCTIONS: All proposals MUST
contain the solicitation number, offerors name, address, telephone
number, facsimile number, e-mail address (if applicable), point of
contact, any prompt payment discount terms offered, DUNS (Dun and
Bradstreet) number, and CAGE Code. Offerors must submit a technical
proposal containing methodology, field work and past performance, to
include contracts for same or similar services, which demonstrates the
ability to meet the technical requirements of the proposed contract
and pricing directly correlating to the CLINS contained herein.
Proposals are due by 17 May 2000 NLT 2:00PM by mail to: Directorate of
Contracting, Bldg. 4022, ATTN: ATZK-DC, Fort Knox, KY 40121-5000. No
Facsimile copies of proposals will be accepted. Posted 04/27/00
(W-SN449272). (0118) Loren Data Corp. http://www.ld.com (SYN# 0053 20000501\G-0003.SOL)
G - Social Services Index Page
|
|