Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2006 FBO #1760
SOLICITATION NOTICE

99 -- HEAD START OFFICE CONSULTANT

Notice Date
9/19/2006
 
Notice Type
Solicitation Notice
 
NAICS
923120 — Administration of Public Health Programs
 
Contracting Office
Department of Health and Human Services, Indian Health Service, DHHS/IHS/ Division of Engineering Services, 2201 6th Avenue Mail Stop RX-24,, Seattle, WA, 98121
 
ZIP Code
98121
 
Solicitation Number
2362006Q0003
 
Response Due
9/27/2006
 
Archive Date
10/12/2006
 
Description
ALL INQUIRIES REGARDING THIS SOLICITATION SHOULD BE DIRECTED TO YOLANDA REYNA, 301-443-4872, Division of Acquisition Policy, Indian Health Service, 12300 Twinbrook Parkway #605, Rockville, MD 20852. __________________________________ See the attached Statement of Work. ___________________________ This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. ___________________________ This solicitation is issued as a request for quote (RFQ). The RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. This solicitation is conducted with full and open competition. The contracting office anticipates award of a firm fixed price contract resulting from this solicitation for the services and deliverables described herein. ___________________________ PRICE SCHEDULE: Potential offerors shall propose an all inclusive quarterly rate for consulting services and deliverables for a one-year performance period from the date of contract award. EACH QUARTER: $_____________. TOTAL FOR ONE YEAR (FOUR QUARTERS): $______________. PURPOSE OF THE CONTRACT: The purpose of this project is to attain consulting services and materials that will enable the IHS/HS Program to establish a mental health advisory panel, evaluate the home visitation curriculum and improve as necessary, develop and coordinate a cultural pool for specific training topics, identify existing barriers to mental health services, and promote partnerships with other resources. ___________________________ BACKGROUND: The IHS Head Start Program is funded through an Intra-Agency Agreement between the Office of Head Start and the Indian Health Service. The IHS Head Start Program provides preventive health services for 194 American Indian and Alaska Native Early Head Start and Head Start grantee programs nationally to support their efforts in providing health services to EHS and HS children and families. The program priorities include assisting the grantees in meeting the Head Start federal regulations Performance Standards and supporting their efforts to obtain comprehensive health services for the children and families served. Mental health services have been identified as a priority health area. The lack of mental health services has been identified as one of the leading health issues impacting the grantees ability to address health disparities and program needs. Mental health and behavioral health are critical health components in the prevention of chronic disease. ___________________________ CONTRACT MONITORING: The contract will be monitored by the IHS Head Start Director and Project Officer. The contractor works independently, referring unusual problems or situations to the IHS Head Start Director and Project Officer. ___________________________ PERIOD OF PERFORMANCE: One year from date of Award. ___________________________ CLAUSES: The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 352.270-2. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-9 and 52.232-34. FAR 52.212-4 also applies. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at http://www.acquisition.gov and at http://www.hhs.gov/oamp/dap/hhsar.html. ___________________________ CONTRACTORS INTENDING TO CONDUCT BUSINESS WITH THE FEDERAL GOVERNMENT MUST REGISTER WITH THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE. THE CCR IS THE PRIMARY GOVERNMENT REPOSITORY, WHICH RETAINS INFORMATION ON GOVERNMENT CONTRACTORS. YOU MAY REGISTER VIA THE INTERNET AT HTTP://WWW.CCR.GOV OR BY CALLING (888) 227-2423. ___________________________ PROPOSAL SUBMISSION INSTRUCTIONS: Contractor shall provide a Proposal in accordance 52.212-1 and provide evidence of the following required minimum qualifications: ___________________________ 1. Have specialized knowledge and ability to provide technical assistance on child abuse prevention, parenting strategies for positive social emotional development and mental health preventive services for children and families. 2. Have academic experience at a university level to conduct focus groups and develop curriculums. 3. The contractor shall have knowledge working with multi-disciplinary staff including hospital and clinic administrators, physicians, nurses, behavioral health staff, dentistry, and allied health professionals. 4. The contractor shall have national reach to health care providers and experts in the field who work on mental health care reform. ___________________________ 52.212-2 applies to this acquisition. The following Technical Evaluation factors shall be used to evaluate offers. Factors are listed in descending order of importance: 1. Past performance ? the contractor shall have a satisfactory record of integrity, business ethics and provide a list of prior contracts for the past five (5) years related to the mental health field. 2. Experience, knowledge and skills on the implementation of the Head Start Bureau Performance Standards as they pertain to the development and implementation of programs on young children?s mental health in American Indian and Alaska Native communities and AI-AN Head Start programs. 3. Understanding and working relationship with American Indian and Alaska Native Head Start tribal grantees and members. 4. Working knowledge of federal government processes as they pertain to the IHS Head Start Program, Behavioral Health, IHS and the Office of Head Start (e.g. timelines, procedures, federal mandates or requirements, Administration and Department health priorities and initiatives, etc.). 5. Experience in providing technical assistance services for Indian Health Service and American Indian and Alaska Native Head Start grantees on child abuse prevention and children?s mental health services. Offers will also be evaluated based on price. Technical factors, when combined, are approximately equal to cost or price. ___________________________ In addition, the Contractor shall submit a completed copy of FAR 52.212-3 with its offer. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Division of Acquisition Policy, IHS, Attn: Yolanda Reyna, 12300 Twinbrook Pkwy #605, Rockville, MD 20852, no later than 2:00 p.m., on September 28th, 2006. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your name and address. Offers will also be accepted by fax at (301) 443-5774. ___________________________ ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 30 days from the date of receipt by the Government.
 
Place of Performance
Address: IHS Head Start Program, 801 Vassar, NE, Albuquerque, NM, (505) 248-7771
Zip Code: 87106
Country: UNITED STATES
 
Record
SN01147837-W 20060921/060919220200 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.