Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2009 FBO #2784
MODIFICATION

Q -- Medically Managed Treatment Services

Notice Date
7/9/2009
 
Notice Type
Modification/Amendment
 
NAICS
623220 — Residential Mental Health and Substance Abuse Facilities
 
Contracting Office
Court Services and Offender Supervision Agency, D. C. Pre-Trial Services Agency, Finance and Administration, 633 Indiana Avenue, NW, Suite 1120, Washington, District of Columbia, 20004
 
ZIP Code
20004
 
Solicitation Number
PSA-09-RFP-0004
 
Point of Contact
Thomas Guziewicz, , Pamela Durrett,
 
E-Mail Address
thomas.guziewicz@psa.gov, pamela.durrett@psa.gov
(thomas.guziewicz@psa.gov, pamela.durrett@psa.gov)
 
Small Business Set-Aside
N/A
 
Description
The District of Columbia Pretrial Services Agency (PSA) is a federally funded investigation and supervision agency for defendants who are released into the community while awaiting disposition of their case(s) in both the D.C. Superior Court and U.S. District Court. Pretrial Services is an independent entity under the umbrella of the Court Services and Offender Supervision Agency (CSOSA). CSOSA is responsible for providing community supervision to offenders who have been released on probation or parole for local offenses. PSA provides pretrial supervision of adult defendants to support their appearance at court hearings and promote community safety. PSA (hereafter referred to as the Government) is mandated to provide or facilitate comprehensive assessment and/or treatment services to persons ordered to undergo such services as part of either pretrial or post-sentence supervision. PSA is mandated to provide or facilitate such services to any defendant in need. These persons (hereafter referred to as clients) may be dually diagnosed with both mental illness and substance dependence and may include persons of varying cultural backgrounds who may be non-English speaking (i.e. Spanish). The Contractor shall provide all services in a manner that recognizes the cultural differences of the clients of this population, particularly in working to meet the specialized needs of those who are minorities, handicapped, medically unstable, mentally ill, and/or substance abusers/dependent. The Contractor shall provide all facilities, labor, material and equipment, except that listed as Government Furnished, to provide medically managed intensive inpatient detoxification and treatment for clients with co-occurring psychiatric and substance disorders in accordance with the requirements specified herein, on a firm-fixed price basis. All treatment services shall be provided in accordance with the applicable District of Columbia Department of Mental Health (DMH) Mental Health Rehabilitation Services (MHRS) Certification Standards and/or applicable District of Columbia Department of Health Certification Standards for Substance Abuse Treatment Facilities and Programs. (All of which hereafter referred to as the Certification Standards.) Although certification by the D.C. Departments of Health and Mental Health is not required for facilities outside of the District of Columbia, all treatment programs provided under this purchase order, must meet the applicable D.C. certification standard for treatment programs as a minimum. All treatment programs provided must be accredited by one of the following: Joint Commission on Accreditation of Healthcare Organizations (JCAHO), Commission on Accreditation of Rehabilitation Facilities (CARF), or a comparable accrediting body requiring at least the minimum standards as described by JCAHO or CARF. (All of which hereafter referred to as the Accreditation Standards.) The following treatment modalities are required: *Medically Managed Intensive Inpatient Detoxification Treatment Services *Medically Monitored intensive Inpatient Detoxification Treatment Services *Dual Diagnosis Enhanced Medically Monitored Intensive Inpatient Treatment Services. The Government anticipates the award of a firm-fixed unit price, indefinite delivery indefinite quantity contract and reserves the right to make multiple awards. The successful contractor(s) will be selected using a best value approach. The Government will award a contract resulting from the solicitation to the responsive and responsible offeror(s) whose offer confirming to the solicitation will be most advantageous to the Government. FAR Part 12 procedures will be used to the maximum extent as the Contracting Officer has determined this as a commercial service. The following factors shall be used to evaluate the proposals: Technical, Past Performance and Price. Technical and past performance, when combined, are more important than price. The anticipated contract period of performance is a base year with four one year option periods. This announcement is open to all businesses, regardless of size. The primary NAICS code is 623220, Residential Mental Health and Substance Abuse Facilities, with a small business size of $6.0 Million. If a large business is selected for this contract, the firm must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan, or the portion of the work, it intends to subcontract. Negotiations with large businesses will include goals for any planned subcontracting, expressed in percentages of total subcontracting dollars for the use of small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns as subcontractors. To be able to conduct business with the Government and be eligible for contract award, interested offerors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov. All responsible sources will be required to submit a timely received written proposal in response to the solicitation to an address specified in the solicitation package. All requests for the solicitation documents must be submitted electronically via email only to the following email address: Thomas.guziewicz@psa.gov. Requests for the solicitation package must be received via email only at the aforementioned email address no later than 5:00 P.M. on Thursday, July 16, 2009. The email request for the solicitation package must include the following clearly identified information: (1) company name, (2) business mailing address (3) point of contact (full name and position title), (4) email address (5) telephone number, (5) fax number. Requests for the solicitation via the telephone or facsimile will not be accepted. It is anticipated that the complete solicitation package will be issued electronically via email to the interested offerors by 5:00 P.M. on Thursday, July 23, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CSOSA/DCTSA/WashingtonDC/PSA-09-RFP-0004/listing.html)
 
Place of Performance
Address: 633 Indiana Avenue, NW, Suite 1120, Washington, District of Columbia, 20004, United States
Zip Code: 20004
 
Record
SN01870227-W 20090711/090709235923-75f1c4a7edb6ab740c5dd81e46073846 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.