Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2009 FBO #2725
SOURCES SOUGHT

Q -- Indian Children Program

Notice Date
5/11/2009
 
Notice Type
Synopsis
 
NAICS
621498 — All Other Outpatient Care Centers
 
Contracting Office
Parklawn Building Room 5-101 5600 Fishers Lane Rockville MD 20857
 
ZIP Code
20857
 
Solicitation Number
2010IHS0511
 
Response Due
5/25/2009
 
Point of Contact
Allison C Ford, Contracting Officer, Phone 301-443-0101, Fax 301-443-1004
 
E-Mail Address
aford@psc.gov
 
Small Business Set-Aside
N/A
 
Description
This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.” Background Historically, the Indian Children’s Program (ICP) was implemented in the mid 1980s to provide multidisciplinary clinical team or teams of health professionals via mobile clinics to Indian Children (0-18 years of age) with special needs residing in remote communities of the southwest region of the United States. However, in the 1990s as other services and programs were developed and the focus became more on the child’s individual needs, the model changed. Currently, multidisciplinary health and education teams exist in many service areas and communities and the ICP is addressing the gaps in services by providing supplemental services as requested and/or needed. In areas where no coordinated multidisciplinary teams exist, then the ICP meets the children’s needs. Purpose and Objectives The purpose of this contract is to provide services to meet the needs of American Indian children, 0-18 years of age, with special needs residing or attending school in a southwest region of the United States [New Mexico, northeastern Arizona, southern Colorado (i.e. Navajo, Hopi, and Pueblo reservations)]. The Indian Children’s Program builds on the home based medical model (i.e. services shall be delivered primarily in the homes of clients) and/or the child-centered model. The Contractor will provide assessment and diagnostic services, recommendations and referrals for therapeutic services, treatment and follow-up services, and related training activities to strengthen and build the capacity of children, their families, and communities. Services will also include providing community based organizations, which are responsible for direct service delivery to Indian children with special needs, with services and activities, such as technical assistance, training, planning and development, educational information and materials, and assistive follow-up services in order for them to meet the needs of American Indian children with special needs. Project requirements A highly qualified contractor with knowledge and expertise in the area of American Indian children with special needs and the IHS organization is needed. The technical assistance required is unique, demanding knowledge, skills, and abilities to support agencies and programs serving Indian children with special needs. The service delivery and technical assistance requires professional and technical expertise to ensure best practices in implementing services to this specialized population. The children and youth being served run the gamut of typical, at risk, high-risk, children with special health care and educational needs. Deliverables that will be required during the contract performance: (1) Monthly community visits and activity reports. (2) A Program Community Advisory Board shall be established with representation from the Maternal Child Health Program, Area Offices (Phoenix, Albuquerque and Navajo), affected family representatives reflective of the tribal affiliation of the clients served, clinicians, student trainees, community leaders including tribal leadership, and other local and regional leadership as appropriate. The Community Advisory Board shall meet twice per year. (3) A semi-annual and annual report, inclusive of an executive summary (i.e. October 1 through March 31 and October 1 through September 30) shall be prepared and submitted within six weeks of the end of the time period summarizing all of the activities of the Indian Children’s Program. Anticipated period of performance IHS plans to award this contract for a twelve-month base period and four twelve-month option years. The anticipated start date is October 1, 2009. Capability statement/information sought. In responding to this sources sought notice, small business concerns must: 1. Have knowledge working with American Indian Children with special needs and tribal communities. Have knowledge and an understanding of both risk and protective factors for American Indian Children and youth and the impact on the health and well-being of the child and their communities including cultural beliefs and practices. 2. Have knowledge of the IHS Federal, tribal and urban Indian healthcare delivery system. 3. Have knowledge and experience of program evaluation as it pertains to American Indian child and youth populations being served. 4. Demonstrated knowledge and understanding of both risk and protective factors for American Indian children and youth with disabilities and their families. 5. Demonstrated collaborations with Federal, state and local health and educational institutions providing services to American Indian children with disabilities and their families. 6. Knowledge and experience of program evaluations as it pertains to American Indian child and youth populations being served. 7. Please provide information regarding the expertise of your staff including their availability and experience, formal and other training. Submit information regarding your current in-house capabilities and capacity to perform the work. The projects completed of a similar nature; examples of prior completed Government contracts, references, and other related information. Please address your organizations corporate experience and management capability. Information submission instructions Capability statements shall demonstrate the knowledge of and experience with items 1-7. Please address each in the order listed above. Interested organizations shall submit their capability statement electronically to pscacquisitions@psc.gov. The subject header of the e-mail shall include the reference number of this Sources Sought Notice. The capability statement shall not exceed 10 pages. References are not included in the page count and should be included as an addendum. A submission in response to this notice must be received by 3:00 p.m. eastern standard time on May 25, 2009. Capability statements received after the date and time for receipt of a submission in response to this notice shall be considered late and will not be reviewed. Any questions must be submitted electronically to the e-mail address listed. Capability statements shall include the following information: company name, address, point of contact, phone/fax/e-mail, and business size and status (e.g. small business, 8(a), veteran-owned small business, service disabled veteran owned small business, HUBZone small business, small disadvantaged business, and woman owned small business). This notice does not obligate the Government to award a contract 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 qualification 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 presolicitation synopsis and solicitation may be published in the Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. 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). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/HHS/PSC/DAM/2010IHS0511/listing.html)
 
Place of Performance
Address: Navajo, Hopi and Pueblo Reservations
Country: US
 
Record
SN01813897-F 20090513/090511233022 (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.