SOURCES SOUGHT
99 -- Non-Clinical Medical Case Management and Behavioral Health Services
- Notice Date
- 6/25/2020 9:32:56 AM
- Notice Type
- Sources Sought
- NAICS
- 621999
— All Other Miscellaneous Ambulatory Health Care Services
- Contracting Office
- W7M2 USPFO ACTIVITY FL ARNG ST AUGUSTINE FL 32085-1008 USA
- ZIP Code
- 32085-1008
- Solicitation Number
- W911YN-20-R-0005
- Response Due
- 7/2/2020 9:00:00 AM
- Archive Date
- 07/17/2020
- Point of Contact
- ERIKA JOHN, Phone: 9048230566, Matt Michael, Phone: 9048230555
- E-Mail Address
-
erika.l.john2.civ@mail.mil, matthew.j.michael2.civ@mail.mil
(erika.l.john2.civ@mail.mil, matthew.j.michael2.civ@mail.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- a.�This is a Sources Sought announcement for market research and planning purposes. This is not a Request for Proposals. It does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this announcement is strictly voluntary. Responses will not be returned to the responder. Not responding to this notice does not preclude participation in any future request for quote (RFQ), invitation for Bid (IFB) or Request for Proposal (RFP), if issued. If a solicitation is released it will be synopsized on the government-wide point of entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The Florida National Guard is conducting market research to garner interest and the capabilities of 8(a) small business firms. This requirement has been accepted into the 8(a) program by the SBA. b. Scope: The Florida Army National Guard (FLARNG) Surgeon's Office requires a highly responsive contractor to provide behavioral health professional services (including case management), medical, and dental non-clinical case management and administrative care coordination services to convert non-medically ready Soldiers to a Medical Readiness Classification (MRC) of 1 or 2. The performance work statement (PWS) reflects existing National Guard Bureau policies and regulations. The behavioral health and case management team is expected to track duty limiting behavioral, medical, and dental issues by Soldier. Duty limiting condition information is expected to be synchronized for Soldiers with multiple issues when clinically acceptable between behavioral and medical personnel to streamline contact with units and Soldiers to meet readiness requirements. The contractor shall ensure annual medical/dental requirements are being maintained to exceed standards set forth by National Guard Bureau (NGB). The FLARNG provides office space at Camp Blanding Joint Training Center (CBJTC), Starke, FL for use by the contractor, however it is not mandatory for the contractor's employees to work from this office space on a full time basis. The requirement does require contractor personnel to travel to events throughout the state, many of which are held on weekends. The Contractor shall furnish all labor and services required to provide a wide range of behavioral health, medical, and dental non-clinical case management services and administration, including Department of Defense Periodic Health Assessment (DoDPHA) support, Soldier Readiness Processing (SRP) support, Soldiers Readiness Certification (SRC) support, and non-clinical case management of Service Members with behavioral health, medical or dental needs requiring follow up appointments. Key personnel requirements include Clinical Psychologist, Registered Nurse, licensed individuals with Masters Degree in an applied field of the social and behavioral sciences (mental health counselling, social work, etc), individuals with Associates Degree in Human Services or related field. Special Requirements include but are not limited to Service Contract Act, HIPAA training, Privacy Act training, and insurance. c. Set asides and codes: The project is classified through the North American Industry Classification System (NAICS) under code 621999 All Other Miscellaneous Ambulatory Health Care Services with a size standard of $15,000,000. Wage Determination # 2015-4540 rev# 11 d. The Government anticipates awarding a firm fixed priced contract. e. The estimated period of performance is one base period and up to four (4) option periods, not to exceed five (5) years and six (6) months. The estimated start date is no later than September 30, 2020. Total contract valuing between 5-10 M. f. The Government is considering the use of full and open competition procedures after exclusion of sources for this contract. This acquisition will result in a single fixed price contract. g. Additional Information: This is a continuation of an existing requirement which has been accepted by the SBA under the 8(a) program. As such, the government anticipates this requirement to continue in the 8(a) program. The clause, FAR 52.222-17-Nondisplacement of Qualified Workers, will be inserted in any resulting solicitation, and the clause will be inserted in any resulting contract if a contractor other than the incumbent contractor is successful. h. A bidders list will not be generated from replies to this announcement. Contractors will not automatically receive the Solicitation package as a result of replying to this announcement. i. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Respondents must clearly identify their business size and 8(a) eligibility under the NAICS identified in paragraph (c). The Government is neither committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of response to this Sources Sought.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/71770f86f61147e99e1511a450959ba1/view)
- Place of Performance
- Address: Starke, FL, USA
- Country: USA
- Country: USA
- Record
- SN05703814-F 20200627/200625230156 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |