THIS IS A REQUEST FOR INFORMATION (RFI) ONLY; it is not a Solicitation (i.e., Request for Proposal, Request for Quotation, or Invitation for Bids) or an indication that the Health Readiness Contracting Office (HRCO) will contract for the services contained in the RFI. This RFI is part of a government market research effort to determine the scope of industry capabilities and interest of eligible 8(a) firms and will be treated as information only. In accordance with FAR 15.201(e), responses to this notice are not offers and will not be accepted by the government to form a binding contract. Responses to this RFI are strictly voluntary and the government will not pay respondents for information provided in response to this RFI. Responses to this RFI will not be returned and respondents will not be notified of the result of the review. If a competitive solicitation is issued, it will be announced thru the SAM.Gov website at a later date, and all interested parties must respond to that solicitation announcement separately from any response to this announcement. This RFI does not restrict the governments acquisition approach on a future solicitation. RESPONSES: Respondents to this RFI are to describe their interest and ability to perform the requirements summarized below in the description of the requirement. Provide a capability statement that includes, as a minimum, with the following information:
1. Brief description of your Behavioral Health Support Services
2. Experience providing licensed psychological consults (clinical or behavioral)
3. Familiarity with DoD medical waiver or behavioral health review processes
4. Ability to recruit/retain licensed psychologists with unrestricted credentials
5. Experience with the Military Health System GENESIS, Recruiter Zone, and Army 365 systems, if any
6. The capacity to perform services remotely (from the contractors secure location, i.e. home, office, etc.).
7. Ability to meet volume expectations (e.g., minimum 4 consults per day per provider).
8. Timeline to onboard staff and meet clearance/suitability requirements
9. Contractors Information:
a. Companys name and address
b. Point of contact
c. Cage Code and Unique Entity Identification Number
d. Contact Information (i.e., phone number, e-mail address, and address)
e. Business size
Responses should be formatted as either MS Word (.doc) or Adobe Portable Document Format (.pdf) and should be limited to a maximum of ten pages. Proprietary/Competition Sensitive information (appropriately marked) will be protected from disclosure to the greatest extent practical, however, it is preferred that respondents do not provide proprietary or otherwise restricted responses. No faxes, courier delivered, or telephone inquiries/submissions will be accepted. Responses should be submitted to the following two email: deric.k.harris.civ@health.mil and delbert.d.spriggs2.civ@health.mil by the deadline listed for this action.
DESCRIPTION OF REQUIREMENT: The contractor shall provide personal services for Behavioral Health Consultant Services support for military locations throughout the Continental United States, please see DRAFT Performance Work Statement . The contractor shall provide the qualified medical support personnel required to support the Behavioral Health Support Services routinely provided to the public. The goals of this RFI is to seek contractor information to determine the most suitable approach to procure dedicated Behavioral Health Consultant Services (remotely) throughout the Continental United States for a possible 5-year ordering period.
QUESTIONS FOR INDUSTRY: The Government desires that respondents offer their experience and recommendations on the following questions as they relate to Behavioral Health Consultant Services:
1. What is the makeup of your Behavioral Health Consultant Services crew? What is your recommended staffing approach (e.g., type of positions and number of personnel) for the attached PWS?
2. Are there any industry standards/practices that could enhance this requirement?
3. Do your Behavioral Health Consultants have experience with DoD medical waiver or behavioral health review processes?
4. In consideration of North American Industry Classification System (NAICS) code 561990 , All Other Support Services, with a small business size standard in dollars of $16.5 Million, which of the following small business categories is your business classified under, if any? Small Business, Veteran-Owned Small Business, Service- Disabled Veteran- Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUB Zone Small Business, or 8(a) Business.
5. Does your company recommend a different NAICS code to meet the Governments objective? If so, what is your recommendation?
6. Does your firm have past experience performing this service for the DoD? If so, please provide the following information for each relevant contract:
(a) name of your customer.
(b) contract number.
(c) contract start date.
(d) contract length.
(e) total dollar value for all periods.
(f) place of performance; and
(g) a brief description of services?