Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2010 FBO #3044
SOLICITATION NOTICE

R -- Promoting Recovery and Social Inclusion

Notice Date
3/24/2010
 
Notice Type
Presolicitation
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
SAM30979
 
Archive Date
4/22/2010
 
Point of Contact
Nora V Tyson, Phone: 301-443-5229
 
E-Mail Address
ntyson@psc.gov
(ntyson@psc.gov)
 
Small Business Set-Aside
N/A
 
Description
The Office of Substance Abuse and Mental Health Service Administration (SAMHSA),Center for Substance Abuse Treatment (CSAT), through the Program Support Center, Division of Acquisitions Managements, intends to award a sole source contract using simplified acquisition procedures to Faces and Voices of Recovery, 1010 Vermont Avenue, NW, Suite 708, Washington, DC 20005. The purpose of this contract will help SAMHSA/CSAT gather information pertaining to negative attitudes and misconceptions such as stigma and discrimination towards those in addiction treatment and recovery. The information will be collected at open forum dialogues from various publics: experts in the field of substance abuse treatment and co-occurring disorders; treatment services providers; the business sector; the criminal justice sector; and from those in the social service arena among others. Once collected, this information will be presented in a white paper format which will be used by SAMHSA/CSAT to seek for future funding to develop educational materials based on the same data. The proposed materials will explain the science of addiction as a treatable and manageable disease while educating about the negative attitudes and misconceptions associated with addiction treatment and recovery. The developed resources will also aim to increase the understanding about the causes and remedies related to substance abuse disorders in order to reduce the stigma and discrimination associated with this disease. This purchase order will also take into account any recommendations made by CSAT's Resiliency, Self Directed Recovery and Social Inclusion Workgroup whose mission is to influence public policy and practices that support resiliency and social inclusion of individuals and families seeking treatment services or who are in recovery from addiction and co-occurring disorders. This contract addresses both programs and principles within the SAMHSA Matrix including substance abuse treatment capacity, co-occurring disorders, seclusion and restraint. The activity collaborates with public and private partners in the crosscutting Matrix domains by broadening public education and the perception that negative attitudes and misconceptions about addiction and/or co-occurring disorders treatment are barriers that can and must be overcome in order to fully achieve recovery. The contractor shall be responsible for but not limited to the following tasks: The awarded contractor will host four (4) two-hour community based open forum dialogues on negative attitudes and misconception issues pursuant to each community which involves both mental health and recovery addiction treatment. Task 1: Submit contract plan within 30 days of award of contract. The contract plan will list four (4) proposed cities/communities across diverse geographic and ethnic/cultural populations. It will also provide potential dates as well as possible venues for each public forum dialogue. The final four (4) sites and dates selections will be approved by the SAMHSA/CSAT project officer. The contract plan must also identify potential experts in the field of substance abuse treatment and co-occurring disorders; treatment services providers; individuals in the business sector; in the criminal justice sector; and in the social service arena among others for each of the four proposed cities/communities. The plan will also identify how people in recovery will be part of the project in terms of planning and also being part of the discussion. Once the contract is awarded, vendor must meet with the project officer and other SAMHSA officials to brainstorm on ways to get the desired participation. Task 2: After approval, the contractor will secure venues for each forum. Selected facilities must comply with all safety and security requirements imposed by local authorities. Each location must be big enough to hold desired number of participants or more; desired number of participants is no less than 50. It is recommended that the contractor approaches public buildings such as churches and/or universities where the cost for utilizing the space will be minimal. Contractor will be responsible for all logistical fees and monetary commitments needed to cover cost of each public forum dialogue and other incidental costs such as permits, licenses, insurance and/or any other local requirements needed. The contractor agrees that they will be solely liable for any and all legal action which may result from the conduct of this program, and they and all participants waive any rights they might otherwise have to hold the federal government responsible for any liabilities related to the conduct of this event. Task 3: Contractor will contact and engage the above mentioned potential publics to secure the attendance of no less than 50 participants through various means to include direct telephone calls, official invitation letters and mass media advertising/coverage. A list of no less than 50 confirmed participants will be submitted to the project officer. Task 4: Contractor will contact and engage local newspapers, radio, and local cable (PEG) channels in order to advertise and extend and invitation to each media entity to cover each public forum dialogue. HHS/SAMHSA/CSAT must be identified as the main sponsor for each forum in all invitations and advertising materials. All materials must be reviewed and approved by the project officer before printed or aired. In addition, a list of local media entities advertising and/or covering the forum dialogues will be submitted along with all materials produced. Task 5: Develop tentative agendas for each of the four (4) public forum dialogues. Each agenda must demonstrate how attendees will be engaged to freely participate and express their thoughts on the subject matter during the two-hour program. It should also include a list of support materials used at each meeting, if any, i.e. videos, case studies, recorded testimonials, etc. Agendas will be submitted to the project officer for review and approval. A general agenda for all four events might be submitted. However, since the public forum dialogues will take place in four different regions of the country, it is recommended that the contractor tailors each agenda to any related issues specific to each community. Task 6: This task pertains to the execution of each of the four (4) public forum dialogues. Contractor will travel to and host each forum. The contractor will be fully responsible for capturing the information generated at each meeting; tape recorders and/or video cameras might be used for this purpose. All participants must give their prior consent that the information they will provide will be used by the federal government to develop initiatives that address the subject matter. A quantitative report for each forum along with any observations and/or suggestions on how to improve future forums will be submitted to the project officer. The report must contain the final number of attendees. Task 7: Contractor will compile all information gathered from each forum and draft an authoritative report, or "white paper." This document must address, but is not limited to: (a) a literature review, (b) issues encountered, (c) major findings, (d) trends as well as (e) observations and recommendations for reducing misconceptions and negative attitudes towards those in recovery. Observations and recommendation should be highlighted using the most appropriate categories, i.e. division of environments, age groups, genders, etc. The drafted white paper will be submitted to the project officer for final editing and approval. The proposed simplified acquisition is for services for which the Government intends to solicit and negotiate with only one source. Interested persons may identify their interest by responding to the requirement within 10 days after the date of publication of this notice. A determination by the government not to compete this proposed simplified acquisition based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. For further information, please contact Nora Tyson in Rm. 5C-03, Parklawn Building, 5600 Fishers Lane, Rockville, Md. 20857 or Email: ntyson@psc.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/SAM30979/listing.html)
 
Place of Performance
Address: Contractor's place of business, Washington, District of Columbia, 20005, United States
Zip Code: 20005
 
Record
SN02101896-W 20100326/100325012050-a563edb467f15e99daad76f69d5dff35 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.