Opportunity History
|
:
PSA-08-RFP-00002
:
Modification/Amendment
:
Added: Jun 27, 2008 11:30 am
Modified: Jul 16, 2008 1:37 pmTrack Changes
PSA-08-RFP-00002 / PSYCHOLOGY SERVICES Introduction: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information contained herein. This announcement constitutes the entire and only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation PSA-08-RFP-00002 is issued as a Request for Proposals (RFP). The complete statement of work is available in this solicitation. This solicitation is a 100%set aside for small business concerns. The District of Columbia Pretrial Services Agency (PSA) in Washington, D.C., requires the services of a Psychologist. This is a non-personal services contract and not a personnel appointment. The PSA intends to award a Firm Fixed Price contract with a fixed hourly rate. The contract period of performance will be from date of award up to 12 months of date of award, inclusive of the Government's unilateral right to exercise four (4), one year option periods. The contractor shall provide services in accordance with the Statement of Work (SOW) and the solicitation/contract. The North American Industry Classification System (NAICS) code is 621112 and the applicable size standard is $8.5M. This procurement is being conducted under Simplified Acquisition Procedures and according to Parts 12 and 13 of the Federal Acquisition regulation (FAR). The Pretrial Services Agency (PSA) is an independent entity in the Court Services and Offender Supervision Agency in the federal executive branch of the United States government. PSA is responsible for the investigation and supervision of persons arrested and released into the community pending disposition of their cases in the D.C. Superior Court and U.S. District Court for the District of Columbia. PSA is committed to honoring the constitutional presumption of innocence and enhancing public safety. Its mission is to 1) formulate recommendations that promote the use of least restrictive nonfinancial pretrial release and 2) provide effective community supervision for defendants to ensure court appearance, promote public safety, and address social issues that contribute to crime. 1. Personnel: 1.1 The Contractor shall be a qualified and experienced professional who holds a doctorate degree in the field of psychology from an accredited institution and possessing a current District of Columbia license to practice clinical psychology. The Contractor must posses experience in administering and scoring psychological tests, a minimum of four years experience in conducting psychological and psychiatric assessments of individuals with diverse cultural backgrounds in the criminal justice system; and experience facilitating and/or overseeing the facilitation of group therapy with individuals living with mental illness, substance dependence, and co-occurring substance use and mental health disorders. Candidates for this contract should have excellent interpersonal, communication, and writing skills, as well as thorough grounding in the use of standardized psychological testing and the provision of direct clinical services. 2. Description of Services: 2.1 The Contractor shall provide hourly psychological services as described below to clients with or suspecting of having mental disorders to include mental illness, personality disorders, mental retardation, and/or substance-related disorders. These clients may also present with a variety of psychosocial and environmental problems including, but not limited to occupational problems, housing problems, economic problems, and/or educational problems including adult illiteracy. Each of these clients will have pending felony or misdemeanor cases and many may have extensive criminal histories. 3. Service Requirements: 3.1 The Contractor shall be available to provide exclusive services to the Government not to exceed 16 hours per week. • Millon Clinical Multiaxial Inventory-II (MCMI) 3.2.2 The Contractor shall ensure that any other testing/diagnostic tools used are within the realms of accepted psychological practice standards and have been validated as safe, appropriate and effective with the target population as described in 2.1. Any such tools shall be used at no additional cost to the Government. 4. Client Records: 4.1 The Contractor shall establish and maintain complete and up-to-date client records. These records shall describe all client services performed and document the results of all assessments, testing, and other evaluations and shall be kept confidential and secure at a Government provided location. These records are property of the Government and shall be available for Government examination at all times. 5. Clauses and Provisions: Provisions 52.212-1 Instruction to Offerors - Commercial Items and 52.212-4 Contract Terms and Conditions - Commercial Items, apply to this acquisition. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer or certify that this documentation has been filed electronically. Full text of clauses and provisions are available at Federal Acquisition Regulations (FAR): http://www.arnet.gov/References/References.html 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http:/www.arnet.gov/far/ 52.212-5 Contract terms and Conditions Required to implement Statutes or Executive Orders-Commercial Items applies to this acquisition and the following FAR clauses cited in the clause are applicable to this acquisition: Special Contract Requirements: This shall be a firm Fixed Price contract with a fixed hourly rate. The term of the contract shall be a base year with four (4) one-year optional performance periods. The length of the contract shall not exceed 60 months. The exercise of any option period is subject to the availability of funds at the time of the exercise of the option. The contractor shall commence full performance of services under the resultant contract within 30 calendar days from the effective date of award of the contract. The contractor shall provide non-personal services in accordance with FAR Subpart 37.4 - Nonpersonal Health Care Services. Award of this contract will result in a contractual arrangement only and shall not be construed as a personnel appointment with PSA. Payments to the contractor shall be based on the provision of the requirements stated in the Statement of Work (SOW). The contractor will not be subject to direct Government supervision, except for security related matters, but contractor performance shall be closely monitored for quality assurance. The contractor shall maintain medical liability insurance as specified in the solicitation/contract. Security Requirements for Contractor Personnel: All Contractor personnel utilized under this contract shall submit to a Government background investigation prior to performing work on-site at any PSA/CSOSA facility. The intent and purpose of this investigation is to preclude the assignment of any individual who poses a threat to the Government or successful work completion due to past unlawful or inappropriate behavior. Contractor employees must be U.S. citizens, or be lawfully permitted to reside in the United States and possess a valid work permit. Background Investigations: The Contractor shall ensure that a Contractor employee does not begin work under the contract until the appropriate background checks are conducted and approved by the PSA/CSOSA Office of Security. When a preliminary background check on an individual has been determined to be favorable, the Office of Security will issue an interim employment security approval to the Office of Procurement, who in turn will notify the Contractor. Only at that time may the Contractor notify an individual to begin work at a PSA/CSOSA facility. Derogatory information, falsification of any forms or refuses to supply information and/or forms may be considered justification to reject the individual. When an individual is selected for contractual employment, the Contractor shall have the individual complete a background investigation package consisting of the items identified below. The individual is generally provided 10 days to complete and return the forms to the Office of Procurement. The following forms will be provided and must be completed: (1) CSOSA-SEC-0008, Agency Credit Release Form PSA reserves the right to determine suitability of any contractor or contractor employee to work on this contract prior to the employee gaining access to any PSA facility or system. Contractor's Responsibility: (1) The Contractor shall ensure that no Contractor employee commences performance prior to completion of the background investigation, unless the Office of Security grants approval. (2) Any individual who has been temporarily removed or resigned may be required to undergo another background investigation before resuming any position. At the discretion of the COTR, the Contractor shall forward the required forms for a reinvestigation to the COTR. Prior to forwarding the forms, the Contractor is responsible for reviewing the forms for completeness. The forms should be forwarded with a cover letter indicating that the forms are for reinvestigation of a current Contractor employee. Government's Responsibility: (1) The Government will conduct a background investigation on all individuals involved in the contract. Derogatory information developed from this investigation may be considered justification to reject the applicant. The Government also reserves the right to reinvestigate all Contractor personnel working on this contract for any reason. (2) Upon completion of the background investigation, the Office of Security will review the results to determine suitability for the individual. Primary concern in the review process is to decide if the individual's presence in Agency facilities poses a potential risk to CSOSA, the Government, or the general public. All potential offerors are advised that this solicitation includes the clause FAR 52.212-4 (Oct 2003) for Commercial Items, which at paragraph (t) Central Contractor Registration (CCR), requires all contractors doing business with the Federal Government after September 30, 2003, to be registered in the CCR database. Offerors should include their Data Universal Number System (DUNS) number in their offers. Registration in the CCR database shall be verified prior to award by entering the potential awardee's DUNS number into the CCR database. Failure to complete the registration procedures outlined in this clause may result in elimination from consideration for award. Contract Administration: Invoices shall contain applicable information required by FAR 52.232-25, Prompt Payment, and include the following: (a) Contractor Name, Tax ID Number and Dun & Bradstreet Number Payment for services rendered shall be made no more that twice per month upon receipt of an original and three copies of properly executed invoice. Invoices for the work performed under this contract shall be submitted weekly to the Government for payment for services provided. The government shall review and ensure that the information is correct and verify that the services have been received. The invoice will then be certified for payment. If an invoice is received with inaccurate information, that invoice shall be returned unpaid by the Government. Note: The Government will not hold the invoice or make corrections but rather return the improper invoice in dispute to Contractor. The Contractor shall make the required corrections and submitted a corrected invoice for payment. All follow-up invoices shall be clearly marked "Duplicate of Original". Instructions to Offerors: A streamlined source selection process shall be used for evaluation of proposals and award will be made based on the proposal conforming to the requirements of the solicitation and providing best value to the Government. The Government reserves the right to award without discussions. Evaluation factors will be based on past performance and price. Proposal submissions are limited to a total of two (2) written pages. Proposal pages shall be 8.5 x 11 inches, single spaced with at least one (1) inch margin on top, bottom, left and right, and printed head-to-foot. The font size shall be no less than Times New Roman 12 point. The offeror shall complete and submit Attachment 1 (Contract Pricing). The offeror shall submit copies of professional certifications solely applicable and relevant to the stated requirement. The offeror shall include a cover page for the copies of professional certifications, listing those certifications on the cover page numerically in ascending order. Attachment 1 (Contract Pricing) and copies of professional certifications with the cover page are excluded from the proposal submission page count. Offerors shall document three (3) of the most recent and relevant past and present contracts performed for Federal agencies and commercial customers within the last five years. The offeror shall include a cover page listing the three (3) Federal agencies and commercial customers by name only in a numerical ascending order. The cover page and past performance detail information are excluded from the proposal submission page count. Past performance detail information shall not exceed a total of three (3) written pages, excluding the cover page. The following detail information shall be provided for each reference relevant to past performance: Interviews shall be conducted with all responsive and responsible offerors, conforming to the requirements of the solicitation and applicable rules and regulations relevant to this procurement. Attachment 2 (Interview Questions) provides limited-scope questions which shall be asked of the offerors during the interview. Offerors shall be notified of the interview schedule as deemed by the Government after the closing date of the solicitation. The Government reserves the right to ask further questions to clarify responses to the attached questions, as needed. Pricing: Offerors are required to submit a completed copy of Attachment 1 (Contract Pricing) as part of their proposal. Pursuant to FAR 17.203(b), the Government's evaluation shall be inclusive of all options. Attachment 1 is not included in the proposal submission page count. Proposal Submission: Proposals shall be sent via mail or overnight carrier or may be hand delivered and must be received on or by the deadline of 5:00 p.m. local time on 07/21/2008. Late proposals shall not be considered under any circumstances. Proposals shall be sent or hand delivered to the following address and point of contact: Contract Specialist, Thomas Guziewicz, D.C. Pretrial Services Agency, 633 Indiana Avenue, NW, Suite 1153B, Washington, DC 20004.
:
633 Indiana Avenue, NW, Suite 1120
Washington, District of Columbia 20004
:
Washington, DC
Washington, District of Columbia 20004 United States
:
:
|
All Files
General Information
Notice Type:
Modification/Amendment
Original Posted Date:
June 27, 2008
Posted Date:
July 16, 2008
Response Date:
Jul 21, 2008 5:00 pm
Original Response Date:
Jul 21, 2008 5:00 pm Eastern
Archiving Policy:
Manual Archive
Original Archive Date:
-
Archive Date:
-
Original Set Aside:
Total Small Business
Set Aside:
Total Small Business
Classification Code:
G -- Social services
NAICS Code:
621 -- Ambulatory Health Care Services / 621112 -- Offices of Physicians, Mental Health Specialists
|