Search Contract Opportunities

Psychological Health Outreach Program support services   3

ID: N0018919RZ001 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

A Firm, Fixed Price (FFP) non-personal services contract is anticipated that will consist of a one-year base period and four one-year option periods. The North American Industrial Classification System (NAICS) code for this acquisition is 541690 and the size standard is $15 million. The government intends to procure Psychological Health Outreach Program (PHOP) and Returning Warrior Workshop support in support of the Bureau of Medicine and Surgery. The Period of Performance of this requirement is 20 September 2019 - 19 September 2020, plus four one-year options ending 19 September 2024 if all options are exercised. The contractor shall provide Psychological Health (PH) Outreach Coordination support and PH Outreach Support within the Navy Reserve Commands and Marine Forces Reserve (MARFORRES or MFR) as part of BUMED TMs PH Reserve Program. The goals of the PHOP are: 1) to create a PH safety net for Reservists and their families, who are at risk for not having their stress injuries identified and treated in an expeditious manner; 2) to improve the overall PH of Reservists and their families; and 3) to identify long-term strategies to improve PH support services for Reservists and their families. The contractor will be required to assess Reservists who are referred and determine any PH issues that may require mental health care services or other psychosocial intervention; assist the Reservist with obtaining needed services; follow each referred Reservist through to the resolution of their case; support deployment cycle command activities for reservists and their families; maintain and publicize an after-hours telephone watch; support PH-related conferences and trainings; etc. The places of performance for the PHOP requirement are Everett, WA; Joint Base Lewis-McChord, WA; Spokane, WA; Portland, OR; Camp Pendleton, CA; Los Angeles, CA; Miramar, CA; Sacramento, CA; San Diego, CA; Phoenix, AZ; Buckley AFB, CO; Fort Worth, TX; Houston, TX; San Antonio, TX; Broken Arrow, OK; Kansas City, MO; Minneapolis, MN; Great Lakes, IL; New Orleans, LA; Marietta, GA; Jacksonville, FL; Charlotte, NC; Norfolk, VA; Washington, DC; Fort Dix, NJ; Fort Devens, MA. In addition, the contractor shall also provide facilitation support for each of approximately 15 annual Navy Returning Warrior Workshops (located CONUS and OCONUS) conducted across the continental United States and its territories. The workshop curriculum has been established by the Government. The 2-day weekend workshops are designed to support re-integration of deployed service members and their family using a program that: 1) assists members and their families to identify immediate and potential PH issues during post-deployment reintegration; 2) provides resources to assist with PH-related issue resolution; 3) encourages members to share common experiences in a non-threatening safe environment; 4) honors members and families for sacrifices endured; and 5) engages members and families in process improvement. Offerors possessing the requisite skills, resources and capabilities necessary to perform the stated requirement are invited to respond to this sources sought notice via the submission of an executive summary, no more than five (5) pages in length. Responses must use twelve point Times New Roman font. The submission should include the following information: 1) company name, address, and point of contact with corresponding phone number and e-mail address 2) DUNS number, business size and classification 3) relevant corporate experience information. Relevant corporate experience information is defined as experience (within the past five years) that is of the same or similar services to that which is described herein and a technical description of ability to meet the requirement (2 references). The corporate experience should include the applicable contract number, total number of FTE, contract period of performance, a brief description of the services provided AND the relevancy of the services to the proposed PHOP requirement. A customer point of contact with corresponding telephone number and e-mail address should also be included. A brief description of the capability and resources should accompany the references and address technical competencies, organizational experience relative to the key task areas, and provide a statement regarding the accounting system. Standard brochures and/or paraphrasing of the Source Sought Notice will not be considered sufficient to demonstrate the capabilities of an interested party. All submissions are required to be submitted via e-mail to jillian.staskin@navy.mil no later than 1400 EST on 28 September 2018. Please direct any questions concerning this Sources Sought Notice to Jillian Staskin at jillian.staskin@navy.mil

Overview

Response Deadline
Sept. 28, 2018, 1:00 a.m. EDT Past Due
Posted
Sept. 19, 2018, 7:04 a.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
84%
Signs of Shaping
The solicitation is open for 8 days, below average for the Naval Supply Systems Command.
On 9/19/18 Naval Supply Systems Command issued Sources Sought N0018919RZ001 for Psychological Health Outreach Program support services due 9/28/18. The opportunity was issued full & open with NAICS 541690 and PSC R.
Primary Contact
Name
Jillian Staskin, jillian.staskin@navy.mil jillian.staskin@navy.mil   Profile
Email
jillian.staskin@navy.mil
Phone
None

Secondary Contact

Name
None   Profile
Phone
None

Documents

Posted documents for Sources Sought N0018919RZ001

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought N0018919RZ001

Award Notifications

Agency published notification of awards for Sources Sought N0018919RZ001

Contract Awards

Prime contracts awarded through Sources Sought N0018919RZ001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N0018919RZ001

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N0018919RZ001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP Fleet Logistics Center Norfolk Philadelphia Office
Source Organization Code
76c4ce9fa72e7c700a3c2ba4e8a80aea
Last Updated
Sept. 28, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
Sept. 28, 2019