Mindfulness Coaching Services Amended 07/30/24
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: Jul 30, 2024 01:49 pm EDT
- Original Published Date: Jul 03, 2024 03:22 pm EDT
- Updated Date Offers Due: Aug 02, 2024 09:00 am EDT
- Original Date Offers Due: Jul 19, 2024 10:00 am EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Aug 17, 2024
- Original Inactive Date: Aug 01, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: U008 - EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT
- NAICS Code:
- 611430 - Professional and Management Development Training
- Place of Performance: Silver Spring , MD 20903USA
Description
The Food and Drug Adminstration is revising the combined synopsis/solicitation due to the nature of the questions that were submitted and FDA’s inability to respond to the questions in a timely manner., The due date for proposals is being extended to August 2nd @ 9:00am EDT. The responses to the questions will be provided on or before July 30th. In addition, FDA is including a pricing spreadsheet (Attachment 6) for all the prices that must be submitted in Volume V - Price/Business Quote.
All previously submiited pricing must be resubmitted using Attachment 6 – Pricing spreadsheet on or before the due date for proposals ( August 2 @ 9 am) via email to Michele.Jackson@fda.hhs.gov.
The Food and Drug Administration is revising the combined synopsis/solicitation to update and include attachments, allow the contractors to submit questions, and extend the due date for quotes.
- Attachment Four is being revised to highlight information.
- Attachment Five – Questions template shall be used to submit all questions and previously submitted questions. All questions are due on or before July 19 at 11:00am ET via email to Michele.Jackson@fda.hhs.gov . Any questions submitted after the due date may not be answered.
- The due date for all quotes has been extended to August 2 at 9:00am ET.
All other terms and conditions of this solicitation remain the same.
The Food and Drug Administration is seeking evidence-based mindfulness training and coaching services designed to enhance personal psychological health and performance for FDA employees.
(i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 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.
(ii) This acquisition is issued as a Request for Quote (RFQ) 75F40124Q00402.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05 dated May 22, 2024.
(iv) For purposes of this acquisition, the associated NAICS code is 611430. This requirement is set aside for small businesses and the small business size standard is $15 million.
(v) Line-Item Structure: The following is the line-item that must be reflected in the Offeror’s quote:
0001: Task One: 12-week mindfulness coaching cohorts
0002: Task Two: Mindfulness Workshops
0003: Task Three: Introduction to Mindfulness Seminars
0004: Task Four: 21-Day Meditation Challenges
.
(vi) Specifications/Requirement: Refer to Attachment One – Statement of Work
(vii) Delivery: All deliverables of customized training must be provided via email to the Contracting Officer Representative and the technical point of contract via email. All training must be performed via an FDA Hosted Zoom meeting for all participants
(viii) The provision at 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services applies to this acquisition. The following addenda have been attached to this clause. (Attachment 4)
(ix) The provision of 52.212-2 Evaluation – Commercial products and Commercial Services apples to this acquisition.
The Government will award a purchase order 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 shall be used to evaluate offers:
The following phases shall be used to evaluate offers:
Phase 1 – Technical Approach
Sub factor 1: The contractor’s ability to demonstrate how to incorporate evidence-based (empirically backed) mindfulness principles that support performance and resilience into their training and coaching.
Sub Factor 2: The contractor’s ability to provide measures to assess behavioral change for participants in cohort tasks (Task 4:1 and Task 4.4 in the SOW).
Phase 2 – Key Personnel
The key personnel will be evaluated to determine the degree to which they possess the qualifications to perform their proposed duties in the SOW. :
- The contractor must have obtained a training certification in Mindfulness Based Stress Reduction (MBSR) and have obtained andoctoral degree in Psychology.
Phase 3 - Relevant Experience/Key Personnel
The contractor's background,key personnel, experience, and qualifications will be assessed to determine the likelihood that that contractor can successfully perform the contract requirements and the degree of the risk of non-performance.
Phase 4 – Past Performance
The contractor's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, effective management of subcontractors, level of communication between the contracting parties, proactive management and customer satisfaction.
Phase 5 – Price
The contractor’s price must be determined to be fair and reasonable.
The contractor must obtain an acceptable rating to proceed to the next phase of the evaluation process. Failure to provide a pass rating in phase one or two will deem your quote as unacceptable and the contractor will not be considered for award. The basis of the award is a best value for the government. Technical approach, key personnel, relevant experience, past performance is more important than price.
(x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (Attachment 2)
(xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause.
(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable:
52.222-3, CONVICT LABOR (JUN 2003)
52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015)
52.222-26, EQUAL OPPORTUNITY (SEP 2016)
52.222-36, EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)
52.222-50, COMBATING TRAFFICKING IN PERSONS (NOV 2021)
52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (JUN 2020)
52.225-3, BUY AMERICAN-FREE TRADE AGREEMENTS-ISRAELI TRADE ACT (DEC 2022)
52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (FEB 2021)
52.232.33, PAYMENT BY ELECTRONIC FUNDS TRANSFER – SYSTEM FOR AWARD MANAGEMENT (OCT 2018)
52.222-41 SERVICE CONTRACT LABOR STANDARDS (AUG 2018)
52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014)
(xiii) The following additional contract requirement(s) or terms and conditions apply:
CLAUSES
52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)
52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016)
PROVISIONS
52.204-6 UNIQUE ENTITY IDENTIFIER (OCT 2016)
52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)
52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016
52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2019)
AGENCY CLAUSES
352.222-70 CONTRACTOR COOPERATION IN EQUAL EMPLOYMENT OPPORTUNITY INVESTIGATIONS (DEC 2015)
352.232-71 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS
352.239-73 ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY NOTICE (DEC 2015)
(xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as not applicable (N/A).
(xv) Date, Time, and Place offers are due: 9:00am EDT on 8/2/2024 due via email to Michele Jackson at Michele.Jackson@fda.hhs.gov
(xvi) Date, Time, and Place questions are due: 11:00am ET on 7/19/2024 due via email to Michele Jackson at Michele.Jackson@fda.hhs.gov utilizing Attachment five - Questions template
(xvi) Name and Telephone Number of the Individual to Contact for Information Regarding the Solicitation: Michele Jackson, 301-796-6686 (Emails are preferred) (No Phone calls will be accepted)
Attachments/Links
Contact Information
Contracting Office Address
- 5630 FISHERS LANE HFA-500
- ROCKVILLE , MD 20857
- USA
Primary Point of Contact
- Michele Jackson
- Michele.Jackson@fda.hhs.gov
- Phone Number 3017966686
Secondary Point of Contact
History
- Aug 17, 2024 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Jul 22, 2024 10:41 pm EDTCombined Synopsis/Solicitation (Updated)
- Jul 16, 2024 04:08 pm EDTCombined Synopsis/Solicitation (Updated)
- Jul 03, 2024 04:26 pm EDTCombined Synopsis/Solicitation (Updated)
- Jul 03, 2024 03:22 pm EDTCombined Synopsis/Solicitation (Original)