SOURCES SOUGHT
R -- Substance Use Disorder (SUD) Capacity Building Technical Assistance
- Notice Date
- 4/1/2016
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Health and Human Services, Health Resources and Services Administration, Office of Acquisitions Management and Policy, 5600 Fisher Ln., Room 13A-19, Rockville, Maryland, 20857, United States
- ZIP Code
- 20857
- Solicitation Number
- HRSA-2016-SUD_Initiative
- Point of Contact
- Philip B. Senerchia, Phone: 3014436065
- E-Mail Address
-
psenerchia@hrsa.gov
(psenerchia@hrsa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATIONFOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The Health Resources and Services Administration (HRSA), Bureau of Primary Health Care (BPHC), intends to solicit for and award a contract to provide technical assistance to at least 100 existing HRSA-funded health centers to expand substance abuse services with a focus on increasing access to treatment for Substance Use Disorders (SUD). Through the ECHO-like Model SUD Capacity Building Technical Assistance initiative, the contractor shall provide FY 2016 Substance Abuse Expansion Awardees with training and support for their primary care providers and teams through ongoing mentoring and feedback from specialists that directly relates to the care provided to patients in their health centers. Given the overwhelming complexity and challenges of providing effective, patient-centered care for SUD, specialized technical assistance is needed to help ensure grantee success in meeting the project goals. Proposed effort will be a Firm Fixed Price contract. The total length of the contract is two (2) years. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various contractors of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Firm Fixed Price Contract. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 541990, All Other Professional, Scientific, and Technical Services. The Small Business Size Standard for this acquisition is $15,000,000. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, Limitations on Subcontracting, the prime contractor must have the capability to perform at least 50% of the contract work with his/her own employees. Award will be based on overall "Best Value" to the Government. Anticipated solicitation issuance date is on or about April 2016, and the estimated proposal due date will be on or about May 2016. The official Synopsis citing the solicitation number, and inviting Offerors to register electronically to receive a copy of the solicitation will be available on https://www.fbo.gov/. Offeror's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1.Offeror's name, address, point of contact, phone number, and e-mail address. 2.Offeror's interest in bidding on the solicitation when it is issued. 3.Offeror's capability to meet the requirements. 4.Offeror's capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to perform the work, comparable work performed within the past 5 years - brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 5.Offeror's type of small business and Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a). 6.Offeror's Joint Venture information if applicable - existing and potential. Interested Offerors shall respond to this Sources Sought Synopsis no later than April 15, 2016. All interested contractors must be registered in the System for Award Management (SAM) to be eligible for award of Government contracts. Email your response to Philip Senerchia, Contract Specialist, at psenerchia@hrsa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/da9feb61fd5d1d1d68d178f84e0d2754)
- Record
- SN04070373-W 20160403/160401234412-da9feb61fd5d1d1d68d178f84e0d2754 (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 |