Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 4,2000 PSA#2657

Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (A:P), 6009 Oxon Hill Road, Suite 700, Oxon Hill, MD, 20745

Q -- CLINICAL PSYCHOLOGIST TO PROVIDE CRITICAL INCIDENT STRESS DE-BRIEFING FOR IRS UNDERCOVER AGENTS SOL TIRNO-00-Q-00195 DUE 090100 POC Helen Carmona, Contract Specialist, Phone 202-283-1145, Fax 202-283-1514, Email helen.d.carmona@irs.gov -- Helen Carmona, Contract Specialist, Phone 202-283-1145, Fax 202-283-1514, Email WEB: Visit this URL for the latest information about this, http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=TIRNO-00-Q-00195&LocID=1764. E-MAIL: Helen Carmona, helen.d.carmona@irs.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12 &13, as supplemented with additional information included in this Notice. This constitutes the only solicitation; proposals are being requested via this notice; a separate, written solicitation will not be issued. The IRS requires the services of a licensed, certified clinical psychologist. The Standard Industrial Code is 8049; the sm. business size standard is $5,000,000. There will be ONE contract awarded from this RFQ. There is a guaranteed min. of 50 hrs/estimated max. of 250 hrs per contract period. The IRS intends to place task orders for required services. Offers are due 3:00 PM, EST, on Thurs. Aug. 31, 2000, in Rm 700 at the above address. Submit questions, via fax, to the number and attention of the specialist shown above or via e-mail to helen.d.carmona@irs.gov. This RFQ and the incorporated clauses/provisions are those in effect through Federal Acquisition Circular 97-18 (as of 07/06/2000): FAR provisions: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL (03/2000). FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (05/99), and 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (07/2000). FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (02/2000) must be submitted with any offer. The following, cited in FAR clause 52.212-5, paragraphs (a) & (b) are applicable: 52.222-26, Equal Opportunity (02/1999); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (04/1998); 52.222-36, Affirmative Action for Handicapped Workers (06/1998); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (01/1999); 52.217-8, Option to Extend Services (11/1999) & 52.217-9, Option to Extend the Term of the Contract (03/2000). These & all other FAR clauses referenced in this combined CBD/RFQ notice are accessible via the INTERNET at http://www.arnet.gov/far. PRICING-GENERAL: This will be a fixed-rate, indefinite delivery/indefinite quantity task order contract. ITEMS BEING ACQUIRED: The Contractor shall furnish, in accordance with issued Task Orders, all management, supervision, personnel and services (except as may be expressly set forth in this contract as furnished by the Government) necessary to perform and provide the items of work for the period of performance, in accordance with Section III of the contract. The following fixed hrly rates, inclusive of all direct and indirect costs (salaries; fringe benefits; overhead and general & administrative expenses) and profit, are applicable for the entire contract period, inclusive of the base period and any option(s) exercised at the discretion of the Government. The MAXIMUM ESTIMATED QUANTITY represents the Government's reasonable expectation of need during the contract period(s). It is provided for the purposes of calculating the maximum estimated contract value and is not to be considered a ceiling for the Contractor. This amount does not include sick leave, vacation, holidays, jury duty, military leave, or any other type of administrative leave. CLIN 0001: Debriefing and counseling for Critical Incident Stress Situations (estimated maximum -- 250 hrs per contract period). CLIN 0002: Undercover Agent Orientation (estimated maximum -- 3 classes per contract period). The Offeror shall propose an hourly rate for CLIN 0001 and CLIN 0002 for each contract period. CLIN 0003: Travel (in support of CLINs 0001 and 0002) in accordance with Federal Travel Regulations (FTR) NTE $8,000 per contract period. TRAVEL: Any travel, associated with and in support of any issued task order(s) will be reimbursed on the following basis: Cost of public transportation and parking fees will be reimbursed on an 'actual-cost' basis. Mileage incurred with the use of a privately owned vehicle will be reimbursed at the mileage rate current in the FTR in effect at the time of travel was performed. Airline travel will be limited to thecost of full-fare coach class. Cost of subsistence and lodging will be reimbursed on an actual cost basis subject to the limitations set forth in the FTR. PERIODS OF PERFORMANCE: The base period will be for 12 mos. from the date of contract award with 4 one-yr option periods. STATEMENT OF WORK REQUIREMENT: IRS-Criminal Investigation (IRS-CI) requires the services of a licensed, certified clinical psychologist with experience in Federal law enforcement and undercover work to provide critical incident stress debriefings as well as yearly and semi-annual debriefings IRS-CI undercover agents. PURPOSE AND SCOPE: The IRS currently employs approximately 120 agents who serve the entire US in performing undercover work in addition to their other law enforcement duties. The Contractor shall provide critical incident stress debriefing; stress assessments; stress management; stress management training for agents directly involved in the undercover program and agents involved in critical incidents as the result of sensitive enforcement actions. The services provided are needed to reduce the risk of undercover operatives suffering harm to their emotional health. TASKS TO BE PERFORMED: The Contractor shall provide nation-wide coverage and be available provide critical incident stress debriefing/counseling services on a 24-hr/7 day per wk basis for the contract period. In the event the Contractor is unable/unavailable to provide the required services, the Contractor shall ensure that service coverage is provided by an 'On-Call' (Alternate) psychologist who shall handle all incoming cases until the Contractor is able to return to full performance. Psychological tests and evaluation services shall be provided at the Contractor's office. However, in emergency situations, the Contractor shall be required to travel to the location of the agent to respond to the needs of the agent involved. Travel is subject to the guidelines of the FTR. The Contractor's office(s) shall be located within the contiguous US. APPOINTMENTS: Appointments (semi-annual/annual) and the critical stress debriefing counseling sessions shall be scheduled in advance by the agents. It is the responsibility of the Government to get the agent to the Contractor for regularly scheduled visits. Cancellations should be made 24 hours before the appointment. If an individual does not show up for a scheduled appointment, the Government will be assessed a charge equivalent to 1-hr. PROGRAM MANAGEMENT AND CONTROL REQUIREMENTS: Management of the program is the sole responsibility of the Office of Special Investigative Techniques, Operations Policy and Support, Criminal Investigation, (CI:OPS:SIT). REPORTING REQUIREMENTS AND DELIVERABLES: Reporting the results of each individual tested/evaluated will be done telephonically to the COTR/Alternate 2-workdays from the date of the testing/evaluation. At the end of contract performance, all written documentation on any agent/patient shall be provided to the successor contractor to provide Doctor/patient information continuity. ORIENTATION: The Government conducts undercover orientation classes. It is generally a 2-wk class that gives an overview of what is expected of those individuals selected. The Government furnishes all course material. The COTR will provide the Contractor with the orientation class schedule for each contract period at least one-month prior to the start date(s). The COTR will also advise the Contractor on the estimated number of class participants for each class session; historically, the classes have been limited to 25 agents. The Contractor shall attend the first week of orientation, only. For that week, the role and responsibility of the Contractor shall be of an observer, advisor, and instructor. The Contractor shall perform the following tasks as scheduled during the first week of orientation: Provide psychological baseline interviews for each trainee; Administer and evaluate psychological test; Provide a 4-hour stress management training class and Perform informal observations of trainees during orientation and critique. EVALUATION CRITERIA: (a) This requirement will be processed under FAR 13.5, Test Program for Certain Commercial Items, simplified acquisition procedures. When acquiring commercial items using the procedures in FAR 13.5, the requirements of FAR 12 apply, subject to the order of precedence provided at FAR 12.102(c). Offers will be evaluated in accordance with FAR 13.106-2, Evaluation of Quotations or Offers. 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 will be used to evaluate initial offers: CRITERIA 1: Past Performance/Education/Experience: The Offeror will be evaluated on information that describes their past performance and experience in treating undercover agents. The offeror shall provide project descriptions; references (names, telephone numbers) of similar work scope and effort as this statement of work (current/past work experiences within the last 5 yrs). The IRS will evaluate the information that describes the Offeror's experience with law enforcement in general and with Federal law enforcement specifically and in dealing with undercover situations. The Offeror will be evaluated on the information/certification of their level of security clearances, particularly in dealing with sensitive data. The offeror will be evaluated on its resume that details the level of education (minimum -- Master's degree in psychology); professional affiliations and memberships in the areas of psychology and law enforcement; details about medical licenses and credentials. The IRS will evaluate information provided, via reference checks, that describes the Offeror's ability to develop, attain and maintain rapport and credibility with patients (undercover agents), law enforcement professionals and management. CRITERIA 2: Capacity: IRS will evaluate information provided to determine the Offeror's availability/capacity to provide the required services on a 24-hr/7-day per wk basis for the entire contract period. The Offeror's proposed plan to provide the required services on the 'as-needed' basis will be evaluated. The proposed contingency plan to provide a qualified replacement in the case of the unforeseen unavailability of the Offeror will be evaluated. The plan will be evaluated to determine the plan will provide a "seamless transfer", allowing the required services to proceed with no apparent delays or breaks in clinical psychologist support. (b) Options. Offers will be evaluated 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 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. Offerors shall submit their offer using a combination, if desired, of standardized and customized materials not exceeding 25 pages. Posted 08/02/00 (D-SN481148). (0215)

Loren Data Corp. http://www.ld.com (SYN# 0107 20000804\Q-0001.SOL)

Q - Medical Services Index  |  Issue Index |


Created on August 2, 2000 by Loren Data Corp. -- info@ld.com