SOURCES SOUGHT
99 -- Request for Information (RFI) Sources Sought Notice for Indian Health Service (IHS) Trauma-Induced Leadership Training (TIL)
- Notice Date
- 11/16/2020 6:30:42 AM
- Notice Type
- Sources Sought
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- DIVISION OF ACQUISITIONS POLICY HQ ROCKVILLE MD 20857 USA
- ZIP Code
- 20857
- Solicitation Number
- IHS-DCCS-1192020
- Response Due
- 11/18/2020 2:00:00 PM
- Archive Date
- 12/03/2020
- Point of Contact
- Glenda Smith, Paul Premoe
- E-Mail Address
-
glenda.smith@ihs.gov, paul.premoe@ihs.gov
(glenda.smith@ihs.gov, paul.premoe@ihs.gov)
- Small Business Set-Aside
- BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
- Description
- AMENDED on 11/16/2020 to correct the submission due date from 11/16/2020 to 11/18/2020. INTRODUCTION This is a Sources Sought Notice. This is NOT a solicitation for proposals, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified firms that can participate in the upcoming requirement. Your responses to the information requested will assist the Government in determining the appropriate acquisition strategy. Potential North American Industry Classification System (NAICS) codes for this requirement are/is as follows: � 611430 - Professional and Management Development Training �541990 - All Other Professional, Scientific and Technical Services BACKGROUND The Indian Health Service (IHS) provides ambulatory health services to Tribal nations across the United States. The user population is approximately 2.56 million American Indians and Alaska Natives.� These primary, specialty, oral health, and inpatient behavioral health services occur in 24 hospitals,� 51 ambulatory care health centers, and 6 Youth Regional Treatment Centers (YRTCs provide behavioral health inpatient services).� IHS health care facilities are accredited and/or certified as means to incentivize delivery of high quality, safe, and evidence-based care and supporting third party billing for eligible patients.� Indian Health Service�s mission is �to raise the physical, mental, social, and spiritual health of American Indians and Alaska Natives to the highest level.�� Complicating IHS�s operations is the current COVID-19 pandemic.� Providing health care is challenging at the best of times, with a recent report citing as many as 25% of nurses experienced PTSD at some point in their career.� Providing health care in a COVID-19 environment has exacerbated this, with health care providers suffering while they provide care.� A study of medical and nursing staff operating in a COVID environment found that of a sample of 1,257 respondents, nearly 50% reported symptoms of depression, 45% reported symptoms of anxiety, and 71.5% said they experienced psychological distress. To meet the mission of the IHS during the COVID-19 pandemic, IHS managers and leaders are required to understand the impact of trauma on staff and how reactions may present in staff, to understand successful intervention strategies, and to gear the agency to be resilient and be able to grow, even in this difficult operating environment. RESPONSE INFORMATION IHS is seeking contract sources who have demonstrated experience in relevant scope in terms of its size, complexity and magnitude to the activities to be performed under this scope, particularly, as it pertains to technical knowledge and experience training health care management and leadership in operating health care facilities with an understanding of trauma, strategies to deal with the impact on staff and health care programs, developing capacity within the agency to promulgate these concepts internally and providing coaching and consulting to support these activities; conducted remotely, through an appropriate contractor provided technological platform; in accordance with the attached, Performance Work Statement (PWS). The capability statement shall sufficiently address how the responder�s support services will be delivered for the proposed project. The qualifying response for this notice must ensure that the offeror has the experience and capacity to take part in this specific type of requirement. In particular, the responders SHALL provide a Technical Capability, addressing each of the following information in addition to the questions within the attached, Attachment 1 - Market Research Survey and Technical Questionnaire attached to this Notice. �Contractor�s capability to provide health and wellness coaching and training services at an entity/enterprise level; �Contractor�s technical experience and knowledge and any past performance information that is relevant to this requirement; and �Contractor and contractor staff qualifications/certifications. Optional Capabilities Statement: Request for Information (RFI) Sources Sought Notice No. IHS-DCCS-1192020 1. Please provide three (3) references for any similar requirements your organization has worked - include agency/customer, project name, contract number, period of performance and a brief description. 2. In terms of evaluation approaches, beyond the required evaluation factors e.g. Past Performance, Technical and Price/Cost, what specific aspects within the Technical Factor do you recommend the Government evaluate that are �discriminators� to help distinguish differences in a Contractor�s approach? Optional Feedback: Please provide any feedback or questions you may have related to this requirement and the draft PWS. INSTRUCTIONS TO INDUSTRY All capable parties are encouraged to respond to this RFI and to the attached, Attachment 1 � Market Research Survey/Technical Questionnaire. Responses must directly demonstrate the company�s capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above. Generic capability statements are not sufficient and will not be considered compliant with the requirements of this notice. The Government requests interested parties submit a written response to this notice which includes: A. Company point of contact, mailing address, and telephone number(s), and website address B. Applicable company GSA Schedule number or other available procurement vehicle. C. Company�s System for Award Management (SAM) registration status. Only one (1), single document can be uploaded. Please be sure to combine all documents or convert to PDF prior to uploading and submitting via email. Please do not provide general capabilities statements. Only provide relevant information related to this requirement. This is optional All Optional feedback and questions must be submitted legibly on an Excel, Word, or PDF document to the furnished email addresses. Disclaimer and Important Notes. This notice shall not obligate the Government to award contract. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information or otherwise pay for the information provided in 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 received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on a government GPE. Furthermore, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Responses must be submitted via email, no later than 5:00pm ET on Wednesday, November 18, 2020. All Questions are due no later than 2:00pm ET on Wednesday, November 11, 2020. Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for this submission is ten (10) pages and is inclusive of feedback and responses to the attached, Market Research Survey and Technical Questionnaire. Interested parties shall submit their responses to this notice to the both individuals listed below in order to be considered compliant.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/93a85382e5c74b5aa6bc7149ea90a6ff/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05854183-F 20201118/201116230142 (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 |