Skip to main content

An official website of the United States government

You have 2 new alerts

EMPLOYEE ASSISTANCE PROGRAM (EAP) 5 Year IDIQ

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Feb 20, 2024 06:46 am MST
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 23, 2024
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Updated Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Draper , UT 84020
    USA

Description

SOLICITATION:  W911YP24R0006

AGENCY/OFFICE:  Utah Army National Guard / USPFO

PLACE OF PERFORMANCE:  Utah Army National Guard / JFHQ Facility

12953 S Minuteman Drive, Draper, UT 84020

SUBJECT:  Employee Assistance Program (EAP) Multi-Year IDIQ

RESPONSE DUE DATE:  10:00 AM MST 8 MAR 2024

CONTRACTING POC:  William (Billy) T. Brown III; Email:  William.t.brown68.civ@army.mil; Phone:  801-432-4273

DESCRIPTION:

*****THIS REQUIREMENT IS BEING SOLICITED AS A WOMEN-OWNED SMALL BUSINESS (WOSB) SET-ASIDE.  ONLY QUOTES FROM REGISTERED WOSBs in SAM.GOV WITH THE APPROPRIATE NAICS WILL BE ACCEPTED*****

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart  12.6, as 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 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-006.  This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings.

The Utah Army National Guard has a requirement for Employee Assistance Program (EAP) multi-year IDIQ service contract under Combined Synopsis/Solicitation number W911YP24R0006 and is being issued for Request for Proposals (RFPs).  This requirement is being solicited as WOMEN-OWNED SMALL BUSINESS (WOSB) SET-ASIDE under NAICS code 624190 - “Other Individual and Family Services” which has a Small Business Size Standard of $14 million

(https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf).  FOR VENDOR’S PROPOSALS TO BE

CONSIDERED, YOU MUST BE REGISTERED IN SAM.GOV.  Furthermore, your company must also demonstrate you have performed work on similar projects that shows you have the knowledge and expertise to provide support for the Employee Assistance Program (EAP).  THIS REQUIREMENT IS SUBJECT TO AVAILABILITY OF FUNDS, pursuant to FAR 52.232-18.

PLEASE SEE ATTACHED PERFORMANCE WORK STATEMENT (PWS) FOR G1 EMPLOYEE ASSISTANCE PROGRAM (EAP) DETAILS.

SET-ASIDE / FAR REGULATION:

Any award resulting from this solicitation will be made using a WOMEN-OWNED SMALL BUSINESS (WOSB) SET-ASIDE with order of precedence as follows:

In accordance with FAR 19.1505 (c) A contracting officer may restrict competition to WOSB concerns eligible under the WOSB Program (including EDWOSB concerns), for requirements in NAICS codes designated by SBA as substantially underrepresented if there is a reasonable expectation based on market research that-

(1) Two or more WOSB concerns eligible under the WOSB Program (including EDWOSB concerns), will submit offers and;

(2) Contract award may be made at a fair and reasonable price.

CONTRACT TYPE / MULTI-YEAR IDIQ / EVALUATION CRITERIA

This RFP is subject to availability of funds per FAR 52.232-18.  The contract type for this procurement will be Firm-Fixed price Indefinite Delivery, Indefinite Quantity (IDIQ) for five (5) 1-year Ordering Periods.  Award will include pricing for all FIVE (5) Ordering Periods.  All Ordering Periods will be considered as a total base award contract.  Award will be based on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria.  For proposals to be technically acceptable, it must meet all the specifications outlined in the PWS and specific examples of past performance experience relating to providing support to an Employee Assistance Program (EAP) or similar program.  Relevancy and currency will be used for past performance criteria and only a rating of ACCEPTABLE, NOT ACCEPTABLE, OR NEUTRAL will be given on past performance.  If a Contractor has no relevant past performance, the Contractor will not be rated Favorably or Unfavorably but will be rated Neutral and not have that count against them.  An LPTA quote is one that meets all the technical aspects outlined in this solicitation and statement of work while being the lowest price quote, IAW FAR 15.101-2. 

SAM REGISTRATION: 

All offerors must have an active registration in System for Award Management (SAM) at time of award in order to be eligible for contract award.  All offerors responding to this solicitation must meet all standards required to conduct business with the Government, including active registration in SAM and WAWF/iRAPT, and be in good standing.  All qualified responses will be considered by the Government.  In addition to providing pricing each quote must include vendor's CAGE/DUNS number, Federal Tax Number, and must include point of contact information. 

IAW FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing.  Prospective offerors may obtain information on registration at WWW.SAM.GOV. 

IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award.  Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov.

PROPOSALS: 

All proposals are due to the United States Property and Fiscal Office for Utah Purchasing and Contracting Division no later than 10:00 am (Mountain) 8 MAR 2024.  All submissions should be sent via email to:  william.t.brown68.civ@army.mil.  Facsimiles will not be accepted.  Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting.  Responses received after the stated deadline will be considered non-responsive and will not be considered, UNLESS the Contracting Officer determines it is in the best interest of the government to accept a late proposal.

PROVISIONS & CLAUSES: 

The following provisions and clauses are applicable to this solicitation:

FAR 52.202-1 – Definitions
FAR 52.203-3 – Gratuities
FAR 52.204-7 – System for Award Management

FAR 52.204-9 – Personal Identity Verification of Contractor Personnel

FAR 52.204-16 – Commercial and Government Entity Code Reporting

FAR 52.204-18 – Commercial and Government Entity Code Maintenance

FAR 52.204-19 – Incorporation by Reference of Representations and Certifications

FAR 52.204-24 – Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.204-25 – Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.204-26 – Covered Telecommunications Equipment or Services-Representation

FAR 52.204-27 – Prohibition on a ByteDance Covered Application

FAR 52.204-29 – Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosure

FAR 52.204-30 - Federal Acquisition Supply Chain Security Act Orders-Prohibition
FAR 52.209-6 – Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

FAR 52.209-10 – Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.212-1 – Instructions to Offerors

FAR 52.212-3 – Offeror Representations and Certifications-Commercial Items
FAR 52.212-3 – Alternate 1
FAR 52.212-4 – Terms and Conditions - Commercial
FAR 52.212-5 – Dev - Statutes/Exec Orders

FAR 52.217-5 – Evaluation of Options

FAR 52.217-8 – Option to Extend Services

FAR 52.217-9 – Option to Extend the Term of the Contract
FAR 52.219-1 (Alt I) – Small Business Program Representation
FAR 52.219-6 – Notice of Total Small Business Set-Aside
FAR 52.219-8 – Utilization of Small Business Concerns
FAR 52.219-14 – Limitations on Subcontracting
FAR 52.219-28 – Post-award Small Business Program Representations
FAR 52.222-3 – Convict Labor
FAR 52.222-21 – Prohibit Segregated Facilities
FAR 52.222-22 – Previous Contract and Compliance Reports
FAR 52.222-25 – Affirmative Action
FAR 52.222-26 – Equal Opportunity
FAR 52.222-36 – Affirmative Action for Workers With Disabilities
FAR 52.222-40 – Notification of Employees Rights Under the National Labor Relations Act
FAR 52.222-50 – Combating trafficking in Persons
FAR 52.222-54 – Employment Eligibility Verification
FAR 52.223-18 – Encouraging Contractor Policy to Ban Text Messaging While Driving
FAR 52.225-23 – Restrictions on Certain Foreign Purchases
FAR 52.225-25 – Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications
FAR 52.232-1 – Payments

FAR 52.232-18 – Availability of Funds

FAR 52.232-19 – Availability of Funds for the Next Fiscal Year
FAR 52.232-33 – Payment by Electronic Funds Transfer-Central Contractor Registration

FAR 52.232-39 – Unenforceability of Unauthorized Obligations

FAR 52.232-40 – Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-1 – Disputes

FAR 52.233-2 – Service of Protest
FAR 52.233-3 – Protest After Award
FAR 52.233-4 – Applicable Law for Breach of Contract Claim
FAR 52.243-1 Alt.1 – Changes-Fixed Price (Services)

FAR 52.249-4 – Termination for Convenience of the Government (Services)(Short Form)
FAR 52.252-1 – Provisions Incorporated by Reference
FAR 52.252-2 – Clauses Incorporated by Reference
FAR 52.252-5 – Authorized Deviations in Provisions
FAR 52.252-6 – Authorized Deviation in Clauses
DFARS 252.203-7000 – Requirement Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 – Requirements to Inform Employees of Whistleblower Rights
DFARS 252.204-7003 – Control of Government Personnel Work Product

DFARS 252.204-7004 – Antiterrorism Awareness Training for Contractors

DFARS 252.204-7009 – Limitation on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information

DFARS 252.204-7015 – Notice of Authorized Disclosure of Information for Litigation Support

DFARS 252.204-7017 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation

DFARS 252.204-7018 – Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

DFARS 252.204-7019 – Notice of NISTSP 800-171 DoD Assessment Requirements

DFARS 252.204-7020 – NIST SP 800-171 DoD Assessment Requirements

DFARS 252.204-7024 – Notice on the Use of the Supplier Performance Risk System (SPRS)
DFARS 252.209-7995 – Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law
DFARS 252.212-7000 – Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items
DFARS 252.212-7001 – Dev Terms and Conditions
DFARS 252.225-7001 – Buy America Act and Balance of Payments Program
DFARS 252.225-7002 – Qualifying Country as Subcontractors
DFARS 252.225-7012 – Preference for Certain Domestic Commodities

DFARS 252.225-7048 – Export-controlled Items

DFARS 252.225-7055 – Representation Regarding Business Operations with the Maduro Regime

DFARS 252.225-7056 – Prohibition Regarding Business Operations with the Maduro Regime

DFARS 252.225-7059 – Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation

DFARS 252.225-7060 – Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region
DFARS 252.232-7003 – Electronic Submission of Payment Requests

DFARS 252.232-7006 – Wide Area WorkFlow Payment Instructions
DFARS 252.232-7010 – Levies on Contract Payments
DFARS 252.237-7010 – Prohibition of Interrogation of Detainees by Contract Personnel

DFARS 252.239-7017 – Notice of Supply Chain Risk

DFARS 252.239-7018 – Supply Chain Risk
DFARS 252.243-7001 – Pricing of Contract Modifications
DFARS 252.243-7002 – Requests for Equitable Adjustment.

FAR 52.252-2 – Clauses Incorporated by Reference.  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 full text available. Also, the full text of a clause may be accessed electronically at:  HTTPS://WWW.ACQUISITION.GOV.

Contact Information

Primary Point of Contact

Secondary Point of Contact





History