New York Bids > Bid Detail

Employee Assistant Program (EAP) Services - Fort Hamilton, NY

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • G - Social Services
Opps ID: NBD00159814068873957
Posted Date: Feb 28, 2023
Due Date: Mar 3, 2023
Solicitation No: W15QKN-23-Q-5052
Source: https://sam.gov/opp/aa9db1226f...
Follow
Employee Assistant Program (EAP) Services - Fort Hamilton, NY
Active
Contract Opportunity
Notice ID
W15QKN-23-Q-5052
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-NJ
Office
W6QK ACC-PICA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 28, 2023 01:44 pm EST
  • Original Response Date: Mar 03, 2023 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: G004 - SOCIAL- SOCIAL REHABILITATION
  • NAICS Code:
    • 624190 - Other Individual and Family Services
  • Place of Performance:
    Brooklyn , NY 11252
    USA
Description

SOURCES SOUGHT





INTRODUCTION





The United States Army Contracting Command – New Jersey, Fort Dix is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Employee Assistance Program (EAP) services. The intention is to procure these services on a competitive basis.





BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.





PLACE OF PERFORMANCE





Performance will be primarily at the contractor’s facilities, however services may be required at a facility on Fort Hamilton, New York.





DISCLAIMER





“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.”





PROGRAM / BACKGROUND





The purpose of the Employee Assistance Program (EAP) services is to provide training and individual counseling regarding personal and job related matters to the civilian employees and their immediate family members assigned to Fort Hamilton, New York.





REQUIRED CAPABILITIES





The contractor shall be responsible for providing the following duties that include, but are not limited to alcohol/drug abuse, trauma, mental illness, relationship/family conflicts, financial, stress, job problems, and teaching classes.





If your organization has the potential capacity to provide these contract supplies, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.



[Note: In accordance with FAR 10.001(b), agencies should not request potential sources to submit more than the minimum information necessary.]





The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.





ELIGIBILITY





The applicable NAICS code for this requirement is 624190: Other Individual & Family Services Size Standard of $14,000,000.00. The Product Service Code is G004 – Social-Social Rehabilitation. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.





ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)





A draft Performance Work Statement is attached for review. (Attachment 1)





Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 12 PM, EST, 3 March 2023. All responses under this Sources Sought Notice shall be e-mailed to the contract specialist, Mitchell Douglas, at mitchell.e.douglas.civ@army.mil .





This documentation must address at a minimum the following items:





1.) What type of work has your company performed in the past in support of the same or similar requirement?





2.) Can or has your company managed a task of this nature? If so, please provide details.





3.) Can or has your company managed a team of subcontractors before? If so, provide details.





4.) What specific technical skills does your company possess which ensure capability to perform the tasks?





5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods.





6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.





7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.





8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.





The estimated period of performance is 12-Month Base with Four (4) Option Years, with anticipated performance commencing in March 2023. Specifics regarding the expected time of completion will be provided in the solicitation.





The contract type is anticipated to be Firm Fixed Price Contract.





The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.





Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.





Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Mitchell Douglas, in either Microsoft Word or Portable Document Format (PDF), via email at mitchell.e.douglas.civ@army.mil .





All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.





No phone calls will be accepted.





All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE BUILDING 10 PHIPPS RD
  • PICATINNY ARSENAL , NJ 07806-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 28, 2023 01:44 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >