Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2007 FBO #2128
SOLICITATION NOTICE

Q -- Bend - Readjustment Counseling Services

Notice Date
9/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
621330 — Offices of Mental Health Practitioners (except Physicians)
 
Contracting Office
Department of Veterans Affairs;VISN20 Contracting BLdg-3, A305;Roseburg VA Health Care System;913 NW Garden Valley Blvd;Roseburg OR 97470-6523
 
ZIP Code
97470-6523
 
Solicitation Number
VA-260-07-RP-0283
 
Response Due
10/24/2007
 
Archive Date
12/23/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The Veterans Integrated Service Network #20 (VISN20) Logistics Office (653/Bldg. #3/ Rm. A305), located at 913 NW Garden Valley Blvd, Roseburg, OR 97470-6523 is soliciting for a total Small business Set-side contract for a for Readhustment Counseling in the Bend Oregon Services Area. The contractor shall furnish readjustment counseling services to eligible veterans referred by Vet Center staff members or professional staff members of VA Psychiatry, Social Work, Psychology or Nursing Services. Readjustment counseling, for purposes of this contract, is counseling provided by social workers, psychologists, psychiatrists, or other qualified counselors, individually or in groups, specifically directed at social, psychological or behavioral difficulties specifically related to the post-war readjustment to civilian life. Such difficulties may interfere with a veteran's job performance, educational pursuits, family and other interpersonal relations, or overall ability to cope with daily life. Modalities of readjustment counseling include individual, group, and family counseling; all of which must have as their central purpose the post-war readjustment of Vietnam and/or post-Vietnam war zone veterans. This service does not include general mental health services, but only provides readjustment counseling for psychosocial difficulties related to post-war readjustment form military duty for example: a. Exposure to combat-related war trauma, b. Exposure to other aspects of war zone stress, c. Post-traumatic stress disorder (as defined by DMS-IV) and/or other war-related social and psychological difficulties, d. Stressor unique to military duty for eligible veterans, e. Psychological concern over a possible service-connected condition, f. Substance abuse connected with military duty and/or post-war homecoming and readjustment, g. Difficult post-war experiences, including disrupted homecoming and unsuccessful re-entry into civilian roles, h. Concern over possible Agent Orange, biological or chemical agent exposure or ramifications thereof, i. Generalized alienation from society manifested by lack of expectable familial, educational and/or vocational activities, j. Psychosocial difficulties related to type of military discharge for other than a dishonorable discharge. The NAICS code for this project is 621330 Size Standard 6.5 million dollars with a Firm Fixed Price contract being anticipated. Questions regarding this solicitation must be in writing to the Contracting Officer, via fax at 541-440-1276 or email: michael.fisher3@va.gov. NO TELEPHONE REQUESTS WILL BE ACCEPTED. The solicitation will be issued on/about September 22, 2007, with a proposal response on or about October 24, 2007. The estimated project dollar amount is expected to be $100,000.00 to $250,000.00. Any amendments to this solicitation will be available at the URL address and offerors are advised that they are responsible for obtaining amendments at the FedBizOpp website. Please complete the solicitation mailing list available on the web site as requested with in the solicitation package. Offers will be accepted from only responsible and responsive small business contractors. Contract award is estimated to be November 2007 with contract base year completing September 30, 2008. There are included for consideration four(4) one(1) year options to renew and if all options are exercised the contract expiration will be September 30, 2012. Technical Evaluation Criteria for this solicitation are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror, whose offer conforming to the solicitation; will be most advantageous to the Government, price and other factors considered. Contractor shall submit two packages for evaluation by the response date of this solicitation request. The first submission shall be the Technical Package that will answer directly the Criteria listed above and below and the second package shall be the Pricing Package. Both packages will be evaluated and a total score will be given. The following factors shall be used to evaluate offers: The Government will determine the merits of each offer on the basis of (1) its acceptability, and (2) its price reasonableness. Items 1-8 (below) including the sub-criteria are listed in accordance to their importance and their respective sub-criteria are considered to be of equal value to each other. Items 9 13 are additional informational items that must be addressed however will not be scored as part of the Evaluation Criteria. Items 1-8 when combined, are significantly more than Price. Acceptability: An offer is acceptable when it clearly evidences the Offerors compliance, without exception, to meet the Evaluation Criteria: Price: Offerors must submit pricing separate from the technical proposal. The lowest evaluated price will be given the maximum points available for cost evaluation purposes. All others will receive a percentage of point's available based on the relationship of their cost to the lowest cost. The first eight items identified under this section detail the minimum needs of the Government. Therefore, offerors must assure that these requirements are adequately addressed in their offers. Failure to meet any one of these eight requirements will result in the rejection of the offer. Each offeror must submit with the offer evidence establishing the following: (1) Previous experience and present expertise in readjustment counseling with Vietnam and/or post-Vietnam war zone veterans. For each person who will be providing readjustment counseling services (not consultants or administrative staff), the offeror shall provide the following information about services furnished to Vietnam and/or post-Vietnam war zone veterans. (a) Number of Vietnam and/or post-Vietnam war zone veterans and significant others (ie., members of the veteran's immediate family, legal guardian, or individual with whom the veteran lives or certifies an intention to live with) of same seen previously for counseling, therapy, or Assessment regarding readjustment from military duty. (b) Type of service provided; e.g., individual, family or group counseling. (c) Approximate time period (by year) when cases were seen by type of services provided. (d) Average frequency of visits by type of service provided. (e) Approximate length of time for which such veteran and/or significant other cases were seen. (f) Percentages of veteran cases seen where war-related PTSD was the primary readjustment problem requiring services. (g) Agency or counseling setting in which such cases were seen. (h) Brief narrative regarding other relevant special information about this prior clinical experience. (i) Total number of sessions per week (specifying individual, family, or group counseling) that this particular staff member will be able to provide during the duration of the contract. (j) In addition, for each person who would be providing counseling services, provide a clear tabulation of prior experience in assisting Vietnam era and/or post-Vietnam war zone veterans with special aspects of readjustment problems; including problems relating to type of military discharge, concern over Agent Orange, chemical or biological agent exposure, psychological concern over other possible service-connected conditions, provisions of consultation about such cases to other community agencies, VA benefit problems, etc. (k) Provide the names of three references (including address, phone number, and professional credentials) familiar with previous professional experience of each counselor. The information in (1) above must be provided for each counselor in detail. The offeror must also indicate the number of group sessions and the number of all other types of sessions per week which can be provided under the terms of this contract by all implicated staff members, and the total number of group sessions and the number of all other types of sessions per week by all other non-listed staff members which can be provided under the terms of this contract (2) A commitment in principle to furnish readjustment services to Vietnam and post-Vietnam war zone veterans, as evidence from by-laws, mission statement, or established statement of goals and procedures. (3) An established program of services, described in writing, for furnishing Vietnam and post-Vietnam war zone veterans the following services: (a) Peer group counseling (b) Individual, couple, and family readjustment counseling (c) Substance abuse counseling and assistance (d) Job and career counseling as part of readjustment counseling (which does not include job placement services). (e) Social services for basic needs and referral procedures (ie., formal or informal linkages and referral procedures with social services providers in the community to meet other needs of the client which cannot be directly furnished by the service provider). (f) Referral procedures for medical examination and treatment to VA and/or private sector health care facilities. The prospective provider must be able to furnish the services described in item (a), (b),(c), and (d). If the provider cannot directly furnish the services described in any item (a) through (f), the following must be demonstrated: (a) The means to assure that those services, which the offeror is incapable of furnishing directly, will be delivered when needed; for example, through referral, agreement, affiliation, or consultant arrangements. The specific resources to be utilized in this manner must be identified and described and the mechanism for access specified. (b) The existence of systems to assure that such services as the offeror is incapable of furnishing directly are delivered and to demonstrate that the quality of such services is satisfactory. All consultants or other entities which the primary contractor arranges for providing services, identified in items (a) through (f) above, must meet the requirements of paragraphs (2),(4),(5), and (6) of this section as a prerequisite of contract award. (4) At least one Psychiatrist or doctoral level Psychologist or MSW level Psychiatric Social Worker must be on the offeror's core staff. In lieu of the latter, the offeror must have mental health-related masters level Counselor and have a Psychiatrist, doctoral Clinical Psychologist, Psychiatric Social Worker or Psychiatric Clinical Nurse Specialist serving as a consultant who is on call during regular working hours or is otherwise reasonably available to perform services under the contract. This will be at no additional cost to the Department of Veterans Affairs. (5) The offeror must demonstrate clinically appropriate individualized plans for making psychosocial assessments and providing counseling services to clients. Documentation could include a detailed understanding of war-related PTSD, and other post-war readjustment problems. Military history should be indicated as a core feature of the assessment process. (6) The offeror must demonstrate suitable procedures to safeguard records, to include detailed documentation for the physical security of records and prevention of disclosure of the records, reports, or other private information of clients, except with the client's informed written consent. (7) The offeror will have a written plan for continuing education specific to the enhancement of knowledge and skill in providing more effective readjustment counseling. This plan should include the source of the continuing education, how often continuing education will be provided, the number of hours of instruction, and what specific staff members will attend. (8) A written narrative describing the training and education of each counselor who would be providing readjustment counseling under this contract. This should specifically include a description of any specific formal training and education in the area of readjustment counseling for Vietnam and post-Vietnam war zone veterans. As part of this documentation, a detailed vitae for each counselor must be submitted as an appendix to the contractor proposal. Technical and Price proposals must be presented at the time of the proposal response date.
 
Record
SN01414560-W 20070924/070922223151 (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.