Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 1,2000 PSA#2590

Directorate 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