The RFP Database
New business relationships start here

Youth Mental Health First Aid Instructor Certification Training(s)


Maryland, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Amendment 0002:

Questions and Answers to this Sources Sought Notice received have been added to this Sources Sought Notice. This information is located in the attachment titled "Questions and Responses #2, Sources Sought Notice # 75H70419R00029".
_____________________________________________________________________

Amendment 0001:

Questions and Answers to this Sources Sought Notice received have been added to this Sources Sought Notice. This information is located in the attachment titled "Questions and Responses, Sources Sought Notice # 75H70419R00029".

______________________________________________________________________

This is a sources sought notice prepared in accordance with the solicitation format in Subpart 12.6, as supplemented with additional information included in this notice.


The Division of Acquisition Policy (DAP) at the Department of Health and Human Services (HHS), Indian Health Service (IHS) wants to identify businesses that can provide the IHS Division of Clinical and Community Services (DCCS) with services outlined in section (vi) below.


(ii) The solicitation number 75H70419R00029 is being issued as a sources sought notice.


(iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02TM.


(iv) Pending receipt of responses from qualified vendors, the Government intends to issue a combined synopsis/solicitation RFP following the closure of this sources sought notice. The NAICS code for the requirement is 611699, with a small business size standard of $11.0 Million.


(vi) This requirement is to provide training resulting in the Youth Mental Health First Aid Instructor certification. The Contractor shall train a maximum of 16 participants per training, running two trainings concurrently. Remote delivery of training is not acceptable.


*See Scope of Work attached for additional requirement information.


(vii) The period of performance will start from the Date of Award through September, 2019. A more definitive Period of Performance will be established with the resulting award. The work is to be performed at the upcoming 2019 National Clinical & Community-Based Conference in August, 2019. Location of the conference is TBD, but will not be located in Maryland or Missouri. The acceptance term for the services and deliverables to be provided is FOB Destination.


(viii) N/A


(ix) N/A


(x) N/A


(xi) N/A


(xii) N/A


(xiii) N/A


(xiv) N/A


(xv) Responses must be submitted by May 28, 2019, 5 P.M. (EST). Questions are due May 24, 2019, 12 P.M. (EST).


All responsible sources that are capable of performing the work outlined in section vi and the Statement of Work may submit a written response to this notice, which shall be considered by the Agency. General capability statements will be considered non-responsive and will not be accepted. Please submit these responses by e-mail using pdf or MSWord to Brendon Moran, Contract Specialist, Division of Acquisition Policy, at Brendon.Moran@ihs.gov. SUBMISSIONS WILL ONLY BE ACCEPTED VIA ELECTRONIC MAIL. Written responses will not be returned and will not be accepted after the due date. TELEPHONE CALLS WILL NOT BE ACCEPTED.


The Government requests interested parties submit a written response to this notice which includes:


1. Company name and a brief description of their company's business size (i.e. annual revenues and employee size);
2. Company point of contact, mailing address, telephone and fax numbers, DUNS number, and website address;
3. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with Government representatives;
4. Business status (i.e., Small Business, SDB, 8(a), HUBZone, SDVOSB, WOB, American Indian/Alaska Native owned business, etc.). Type of company is validated via the System for Award Management (SAM). All respondents must be registered on SAM located at https://www.sam.gov;
5. The firm's capability and experience in providing training resulting in the Youth Mental Health First Aid Instructor certification;
6. The firm's capability and experience in working with Federal Government Healthcare Agencies;
7. Description of same/similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners;
8. Anticipated teaming arrangements (i.e. prime contractor/subcontractor, joint venture, mentor-protege relationship, etc.), including documentation of acceptance of teaming arrangement by applicable partner(s) etc.;
9. Applicable GSA Schedule number or other available procurement vehicle, if applicable;
10. Date Submitted.


Disclaimer and Important Notes:
This notice does not obligate the Government to award a contract. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information 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 qualifications 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 pre-solicitation synopsis and solicitation may be published on a government GPE. However, responses to this notice will not be considered adequate responses to a solicitation.
Confidentiality:
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).


(xvi) The Indian Health Service Point of Contact for the solicitation is Brendon Moran, Contract Specialist, Division of Acquisition Policy. All questions regarding the solicitation must be emailed to Brendon.Moran@ihs.gov.


Brendon C. Moran, Contract Specialist , Email brendon.moran@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP