EMDR Clinical Supervision / Consultation
This is a combined synopsis/solicitation for commercial items (services) prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional in... This is a combined synopsis/solicitation for commercial items (services) prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will NOT be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. The solicitation number is 0011329412. This requirement is being solicited as a 100% Small Business Set-Aside competition. The North American Industry Classification System (NAICS) code is 624190 and the business size standard is $11.0 Million. The Product Service Code is R499 for Other Professional Services. The Government will award a Firm-Fixed-Price (FFP) contract resulting from this Request for Quote (RFQ) to the responsible offeror whose quote conforms to the solicitation. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any preparation costs. DESCRIPTION OF REQUIREMENT The purpose of this contract is to provide on-site clinical group supervision of Eye Movement Desensitization and Reprocessing (EMDR) therapy to student chaplains providing competent care to military soldiers, family members, etc. at the Watters Family Life Training Center located at Fort Bragg, NC 28310. The offeror must meet the qualification requirements in order to be eligible for award. In order to be eligible for the award, the Contractor and/or subcontractor performing the work must have relevant experience, affiliation and certification in EMDR clinical supervision as defined in the Performance Work Statement (PWS) and be registered in System of Award Management (SAM). The Contract Line Item (CLIN) Structure is as follows: CLIN 0001 - EMDR Consultant - Base Year CLIN 0002 - Contractor Manpower Reporting CLIN 1001 - EMDR Consultant - Option Year 1 CLIN 1002 - Contractor Manpower Reporting CLIN 2001 - EMDR Consultant - Option Year 2 CLIN 2002 - Contractor Manpower Reporting Period of Performance: Base Year: 30 September 2019 to 29 September 2020 Option 1: 30 September 2020 to 29 September 2021 Option 2: 30 September 2021 to 29 September 2022 SUBMISSION REQUIREMENTS All interested firms shall submit a quote in accordance FAR provision 52.212.-1 and shall include the information as stated below. The following shall be submitted in response to this solicitation: 1. Offered Price Submission: * Offered price shall be submitted on the Pricing Matrix at Attachment 02. * Offerors shall complete all yellow-highlighted sections on the Pricing Matrix, Attachment 02. Failure to complete the Price Matrix in its entirety may result in the Offeror being ineligible for award. * Proposed prices must be submitted for ALL lines listed. * All proposed prices will be binding. Proposed prices shall be limited to two decimal places and shall be stated in current U.S. dollars. * No other information is to be added to the Pricing Matrix, nor shall any changes be made to the Pricing Matrix. 2. Technical Capability Submission: * Capability Statement/Literature/Brochure which clearly defines the offeror's / representative skills and competence areas as defined in PWS. * Resume(s) of key personnel who will be directly involved with the EMDR consultation and clinical supervision. Resume must reflect relevant experience, demonstrate knowledge, skills, and abilities similar to those which will be required for the proposed personnel under this contract. Resumes shall be limited to two pages each. * Copy of key personnel's active state license (LPC, LMFT, or LCSW). * Copy of EMDRIA certification as an approved consultant. EVALUATION CRITERIA FOR TECHNICAL CAPABILITY Based on the information the offeror provides, a rating of "Acceptable" or "Unacceptable" will be assigned as follows: Acceptable: Proposal meets the requirements of the Solicitation Unacceptable: Proposal does not meet the requirements of the Solicitation EVALUATION CRITERIA FOR PRICE Price Matrix, Attachment 02, Total Evaluated Price is calculated as follows: The Total Evaluated Price is the sum of the proposed prices of all Contract Line Items (CLINs) listed on the Price Matrix. Proposals will be evaluated for price reasonableness in accordance with FAR 13.106-3(a). BASIS FOR AWARD The basis for award is Low Price Technically Acceptable. Award will be made to the offeror whose offer is determined to be Technically Acceptable, who provides the lowest Total Evaluated Price, who is deemed responsible, and whose proposal conforms to the solicitation requirements. Only those offers determined to be Technically Acceptable (by receiving an "Acceptable" Technical Capability rating), either initially or as a result of discussions, will be considered for award. In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. LISTING OF ATTACHMENTS Attachment 01, Performance Work Statement Attachment 02, Pricing Matrix DEADLINE FOR SUBMISSION Offers are due August 09, 2019 no later than 12:00 p.m. Eastern Time. Offers shall be submitted in the following way: Electronically via email to the Contracting Officer james.c.brown228.civ@mail.mil. Offerors should include "Response to EMDR0011329412" within the Subject line. PROVISIONS AND CLAUSES The following Federal Acquisition Regulation (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) commercial clauses, apply to this solicitation and are incorporated by reference (clauses may be obtained via the internet at http://farsite.hill.af.mil): 52.203-3 Gratuities (APR 1984) 52.204-7 System for Award Management (OCT 2018) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (JUN 2016) 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.209-7 Information Regarding Responsibility Matters (OCT 2018) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) 52.212-1 Instructions to Offerors--Commercial Items (OCT 2018) 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (OCT 2018); Alternate I (OCT 2014) 52.212-4 Contract Terms and Conditions--Commercial Items (OCT 2018) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications (AUG 2018) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.205-7000 Provision of Information to Cooperative Agreement Holders DEC 1991 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7006 Wide Area WorkFlow Payment Instructions DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.232-7998 Supplier Self-Service Pilot (Deviation 2018-A0001) (DEC 2017) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.244-7000 Subcontracts for Commercial Items JUN 2013
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »