Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2015 FBO #5137
DOCUMENT

Q -- MENTAL HEALTH SERVICES - Attachment

Notice Date
12/15/2015
 
Notice Type
Attachment
 
NAICS
621420 — Outpatient Mental Health and Substance Abuse Centers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25916R0119
 
Response Due
1/5/2016
 
Archive Date
3/5/2016
 
Point of Contact
Gary Simpson (CS)
 
E-Mail Address
2-7077<br
 
Small Business Set-Aside
N/A
 
Description
Mental Health Synopsis Solicitation Number: Agency: Department of Veterans Affairs Office: Network Contracting Office 19 Location: Glendale, CO Notice Type: Pre-Solicitation Synopsis NAICS Code: 621420 - Outpatient Mental Health and Substance Abuse Center Services This notice is a pre-solicitation synopsis to provide all facets of mental health and substance abuse for the state of Montana. The government anticipates awarding 4 separate contracts broken out by quadrants of the state. The quadrants will be west, central, south central, and east. The contracts will be firm fixed priced completion contracts with multiple CLINS for the mental health services. The performance period is anticipated to be a twelve month base period with 4 one year option periods. Contract type and performance period may be adjusted based on the results of the market research, eventual negotiations, and/or contract award date. The anticipated award date for this contract is 15 February 2016. The current contractors are Eastern Montana Community Mental Health Center, South Central Montana Regional Mental Health Center, Western Montana Mental Health Center, and the Center for Mental Health. The Veterans Affairs Montana Healthcare System is performing a market survey to determine if there are other interested and qualified firms having the capabilities described below. The contract will provide mental health services and shall be licensed as a Mental Health Center in Montana and meet the minimum standard for Mental Health Centers as defined under Title 37 Public Health and Human Services, Chapter 106 Health Care Facilities, Subchapter Minimum Standards for Mental Health Centers and shall be experienced providing quality, recovery-based behavioral health services to Montana veterans. The contractor shall provide mental health services in accordance with the terms and conditions stated herein, to furnish to the VA Montana Healthcare System. All services shall be provided at the contractor's facility. The purpose of this contract is to provide access to behavioral health services for veterans located in the Montana counties of the following: Region I: Phillips, Valley, Daniels, Sheridan, Roosevelt, Garfield, McCone, Dawson, Richland, Prairie, Rosebud, Wibaux, Custer, Fallon, Carter, Powder River, Treasure (17 counties) Region II: Judith Basin, Wheatland, Petroleum, Fergus, Golden Valley, Musselshell, Yellowstone, Big Horn, Carbon, Stillwater, Sweetgrass, (11 counties) Region III: Glacier, Toole, Blaine, Pondera, Choteau, Cascade, Lewis and Clark, Broadwater, Meager, Jefferson, Hill, Teton, Liberty (13 counties) Region IV: Lincoln, Flathead, Sanders, Lake, Mineral, Missoula, Powell, Granite, Ravalli, Deer Lodge, Silver Bow, Beaverhead, Madison, Gallatin, Park (15 counties) Interested contractors are invited to submit a Statement of Capability (SOC) addressing the ability to satisfy the above requirements to Mr. Gary Simpson at gary.simpson2@va.gov and Ms. Colleen Todorovich at colleen.todorovich@va.gov. All responses are due no later than 4:00 pm (MST) on 10 December 2015 and must conform to 8.5 x 11-inch pages, font no smaller than 12-point, 1" margins and a maximum of 20 pages. The statement of capability must include the following information: 1) Company name, mailing address, points of contact, and telephone numbers; 2) Business size classification (large, small, or other); 3) Experience in the disciplines that make up mental health; 4) Experience in the fundamental components of recovery; 5) Experience with post-traumatic stress disorder (PTSD); 6) Care of substance abuse cases. All responsible sources may submit a SOC. Persons/entities debarred and/or suspended will not be considered, therefore are not requested to respond. Any information submitted in response to this sources sought is strictly voluntary, however, response to this sources sought will be used to determine if a competitive field exists. Response from small and small disadvantaged business is encouraged. The small business size standard for NAICS code 621420 is $15M. All SOCs will be evaluated fairly and with consistency. The Government will review SOCs to determine recency and relevancy. Recency is considered to be the same or similar work within the past 3 years; relevancy is considered to be work within the field described above or similar technologies. The Government may confirm quality of past performance. The Government does not intend to award a contract on the basis of this announcement. All data received in response to this sources sought that are marked as corporate or proprietary information will be fully protected from release outside the Government. Government contract employees may be utilized to review any documents submitted in response to this action, Non Disclosure Agreements have been filed with the Government. The Government will not reimburse any cost associated with submitting information in response to this Request for Information, nor shall any costs be allowed on any Government contract. Mr. Terry Whitfield, Contracting Officer, NCO 19, is the Ombudsman for this procurement and has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates Contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call him at (303) 372-7045.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25916R0119/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-16-R-0119 VA259-16-R-0119_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2466205&FileName=VA259-16-R-0119-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2466205&FileName=VA259-16-R-0119-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03969828-W 20151217/151215234337-b252c5ea6e5e5915efcbd41b035dda65 (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.