SOURCES SOUGHT
R -- Disaster Case Management
- Notice Date
- 11/26/2013
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue, Suite 400, Rockville, Maryland, 20857, United States
- ZIP Code
- 20857
- Solicitation Number
- OHSEPR
- Archive Date
- 1/4/2014
- Point of Contact
- Linda Jules-Oneil, Phone: 3014432655
- E-Mail Address
-
linda.jules-o'neil@psc.hhs.gov
(linda.jules-o'neil@psc.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Description The Department of Health and Human Services (DHHS), the Office of Human Services Emergency Preparedness and Response (OHSEPR) and the Program Support Center (PSC) is seeking qualified sources to perform the following requirement. Background The Office of Human Services Emergency Preparedness and Response (OHSEPR) within the Administration for Children and Families (ACF) exists to strengthen our nation's emergency response and recovery system through the integration and delivery of human services to persons affected by disasters. ACF, in partnership with the Federal Emergency Management Agency (FEMA), provide Immediate Disaster Case Management (IDCM) services to states affected by both natural and man-made disasters utilizing a National contractor to provide case management services. This Request for Information is designed to solicit highly qualified organizations capable of conducting DCM operations to support both federal and state agencies in the recovery of disasters. Purpose The purpose of this Request for Information is to identify sources that can provide Immediate Disaster Case Management services to individuals impacted by a disaster at the request of an affected State or Tribal government. This infrastructure is intended to provide the federal government and its selected contractor the capacity to rapidly deploy resources and scalable teams of trained, screened and credentialed disaster case managers, case management supervisors and support staff to any affected State or U.S. territory within seventy-two (72) hours following notification by ACF. Project Requirements The contactor shall provide all labor, supervision, and materials to support all recruiting, screening, credentialing, training, and data tracking systems to establish and maintain a cadre of disaster case management assets to ensure the rapid availability of scalable staff assets based on local capacity and need for IDCM services. Based on the size and nature of the disaster, the ICDM services team(s) will surge to meet the needs of disaster survivors. The contractor shall have a minimum of ninety (90) trained and qualified disaster case management assets available to deploy throughout the CONUS and OCONUS as directed by ACF. The contractor is expected to maintain 90 total assets available for immediate response at any given time. Accordingly the contractor will be assessed penalties every month in which the contractor fails to identify 90 assets available for deployment during that month. The contractor is responsible for obtaining a cadre of trained personnel that includes, but is not limited to a DCM National Contract Team Leaders, Deputy DCM National Contract Team Leaders, Disaster Case Management Supervisors, Disaster Case Managers, Community Coordination Specialists, Logistics/Administration Specialist, Financial Coordinators, Database Specialists, and Training Specialists. Qualified disaster case managers shall provide the initial triage and disaster case management services for a specified period ordinarily up to 135 days following program activation, allowing time for the local cadres or State IDCM program to be implemented. Period of Performance July 19, 2014 to July 18, 2019 Capability Statement / Information Sought This infrastructure is intended to provide the federal government and its selected contractor the capacity to rapidly deploy resources and scalable teams of trained, screened and credentialed disaster case managers, case management supervisors and support staff to any affected State or U.S. territory within seventy-two (72) hours following notification by ACF. The following questions are put forward to interested parties: • 1. Please specify the type of organization responding to the questions (i.e. small business, large business, industry association, etc.) If a small business, please specify all Small Business Administration socioeconomic programs under which your organization qualifies. •2. Does your organization have experience providing Disaster Case Management to disaster survivors ? And can your organization provide examples of these services. •3. Can your organization demonstrate an understanding of the National Incident management System (NIMS), National Response Framework (NRF), National Disaster Recovery Framework and the Incident Command Systems (ICS), as well as the ability to operate in a challenging and complex environment? •4. Does your organization have an infrastructure and scalable staffing in place that can operate in a disaster response and recovery environment? If not, does your organization have the ability to hire additional resources to support disaster recovery operations? •5. Does your organization have the capacity to rapidly deploy resources and scalable teams of trained, screened and credentialed disaster case managers, case management supervisors and support staff to any affected State or U.S. territory within seventy-two (72) hours of activation? •6. Can your organization deploy disaster case managers, case management supervisors, and other support personnel for a period of 90-135 days? •7. Does your organization have the capacity to deploy and support up to three (3) separate and concurrent missions, with up to 39 case managers and required case management supervisors with up to 16 support staff, in three teams comprised of 55 assets each. (Total assets are 165)? •8. Can your organization deploy teams to support recovery missions in any U.S. State, City and/or Territory? •9. Please provide an implementation plan for an IDCM deployment? •10. What states do you already have contracts established in which to provide Disaster Case Management or other emergency services to disaster survivors? •11. Does your organization have the capability for pre-event as well as just-in-time training of assets for emergency response roles (i.e., case manager, logistics personnel, admin/finance, and other responder role-specific training)? Please demonstrate evidence of capabilities for training field deployable personnel. •12. Does your organization have the ability to work with other disaster response organizations during recovery missions to include: the Federal Emergency Management Agency (FEMA), Health and Human Services (HHS)/Assistant Secretary for Preparedness and Response (ASPR), The American Red Cross, and Other Voluntary Agencies? Information Submission Instructions All inquiries to this "Sources Sought must be in writing to linda.jules-o'neil@psc.hhs.gov. Telephone inquiries will not be accepted. All inquiries must be typed in 12 Font. All inquiries submitted electronically should be in Microsoft Word all other formats PDF, Power point, etc will not be considered. Response should be limited to 20 pages to include references. Responses should be sent electronically to linda.jules-o'neil@psc.hhs.gov. All responses are due by December 20, 2013 replies will not be accepted after this date. All interested sources are encouraged to respond in writing no later than December 20, 2013. All response should provide at a minimum: •1. Cover Letter/Capabilities Statement illustrating organizations technical capabilities and expertise, as it relates to the requirement presented in this notice to include addressing the relevant questions under the Capability Statement/Information Sought. Interested parties may also provide brochures, web links, or other literature about their cost associated with managing a similar program. Responses to this RFI are not considered offers and cannot be accepted by the Government to form a binding contract. Points of contact: Please provide respondent's technical and administrative points of contact, including names, address, titles, addresses, telephone numbers, and e-mail addresses. Contractors are encouraged to ask the Government questions regarding this potential requirement. Questions must be submitted in writing to Linda Jules-O'Neil at linda.jules-o'neil@psc.hhs.gov no later than 2:00PM, 13 December 2013 to be answered. Responses to questions will be provided within 24 business hours. Sources Sought/Request for Information closing date is December 20 th, 2014. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information submitted. After a review of the responses, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/OHSEPR/listing.html)
- Record
- SN03241793-W 20131128/131126234519-a0ac2a9c68ce484102c3e4925d59de18 (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 |