Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2008 FBO #2327
SOLICITATION NOTICE

G -- Spiritual Care Research (Documentation) for Post Traumatic Stress Disorder and Traumatic Brain Injury patients.

Notice Date
4/8/2008
 
Notice Type
Presolicitation
 
Contracting Office
N00189 FISC NORFOLK, PHILADELPHIA OFFICE 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018908TZ061
 
Response Due
4/30/2008
 
Archive Date
5/15/2008
 
Point of Contact
Allison Maddock 215-697-9721
 
Description
In a new effort, the Fleet and Industrial Supply Center (FISC) Norfolk Contracting Department, Philadelphia Office intends to procure to furnish a comprehensive document of publishable quality that establishes clinical best practices guidelines (CBPG) for the spiritual care of patients with Post Traumatic Stress Disorder (PTSD)and CBPG for patients with Traumatic Brain Injury (TBI)within 12 months of this contract being finalized. Some standards the CBPG must meet, but is not limited to, are (1) Produce a CBPG for patients with PTSD and a second CBPG for patients with TBI, (2) Using the best diagnostic standards determine, list and discuss the full array of symptoms of patients with PTSD and TBI, (3) Using the best evidence available, determine additional psycho/social/spiritual issues that PTSD and TBI patients and their families may face, (4) After determining the symptoms and the psycho/social/spiritual related issues, produce a list of clinically sound spiritual i! nterventions that pastoral care providers should use to mitigate or alleviated the symptoms, or to build life skills to cope with the symptoms and related psycho/social/spiritual issues, (5) The methodology in VA/DoD Clinical Practice Guideline For Management of Post-Traumatic Stress, 2004, that was used to describe the recommendations, sources, quality of evidence, overall quality of the recommendation, the final grade of the recommendation and other qualitative aspects is appropriate for the CBPG (pp. AA-4 to 5); however, the consultant is free to use a methodology different from the example, provided it is demonstrated to be of equal or better value to the CBPG, and (6) The contractor should also format the CBPG in a way that is appropriately organized. FISCs intent is to process this procurement on a sole source basis to HealthCare Chaplaincy Consulting Services, New York, NY. FISCs intent is to issue a firm fixed price contract in accordance with FAR 12 (Commercial! Items) and FAR 13.5 (Test Program for Certain Commercial Items) procedures. The Period of Performance is April 2008 through 31 March 2009 with four one-year option years. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit a capability statement. This notice of intent is not a request for competitive proposals. However, all capability statements received by 15 April 2008 will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The applicable NAICS code is 541611.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1093bcc33406e2c9193e578c784015d2&tab=core&_cview=1)
 
Record
SN01549817-W 20080410/080408222928-1093bcc33406e2c9193e578c784015d2 (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.