Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2009 FBO #2781
SOLICITATION NOTICE

R -- Innovation in Mgmt Leadership Awards & Leadership Award Track at the 2010 SAAS National Conference

Notice Date
7/6/2009
 
Notice Type
Presolicitation
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
SAM9951
 
Archive Date
8/4/2009
 
Point of Contact
Nora V Tyson, Phone: 301-443-5229
 
E-Mail Address
ntyson@psc.gov
(ntyson@psc.gov)
 
Small Business Set-Aside
N/A
 
Description
The Office of Substance Abuse and Mental Health Administration (SAMHSA), Center for Substance Abuse Treatment (CSAT), through the Program Support Center, Division of Acquisitions Managements, intends to award a sole source contract using simplified acquisition procedures to the State Associations of Addiction Services, 236 Massachusetts Avenue, NE, Suite 505, Washington, DC 20002. SAMHSA/CSAT is committed to improving client services in substance abuse treatment through improved business practices. CSAT has supported the SAAS National Conference for Executives and Senior Managers since its inception in 2006. Learning sessions have focused on best practices in business and management including administrative, policy, budget, workforce, and other leadership challenges. Attendance has grown every year topping 600 attendees in 2008 when SAAS partnered with NIATx for the annual summit. The purpose of this purchase order is to identify and publicly recognize community-based organizations that have achieved notable positive outcomes for improving client services in substance abuse treatment as part of the SAAS National Conference. Any community-based organization in the United States or Territories would be eligible to be nominated for this leadership award. Up to 12 best practices leadership awardees will be invited to attend the conference and present their best practices as part of a Conference Innovations in Management Practices track. The Contractor shall be responsible for but not limited to the following tasks: Initial and Subsequent Conference Calls with GPO Within 1 week of contract award, SAAS shall participate in a conference call meeting with the Government Project Officer (GPO) to discuss the requirements and deliverables of the contract. Within one month of the conference call, the contractor shall produce a brief (e.g., 3-5 pages) memorandum outlining activities and action steps that will result in a solicitation, review and award process for Innovations in Management (IM) Leadership Awards. The contractor shall also participate in monthly conference calls with the GPO to discuss the status of contract activities, and resolve any outstanding issues. Develop Solicitation and Review Materials Within two months of contract award, the contractor shall develop draft materials to solicit potential applicants for the IM Leadership Awards. At a minimum, materials shall include: 1) announcements – describing the award and the review criteria, and soliciting applicants - that can be sent electronically or in hard copy; 2) a brief nomination and/or application form that can be completed by interested candidates; 3) a list of potential vehicles for communicating this information (e.g., web sites, listservs, newsletters, etc.); and 4) a list of potential experts to serve on identified member review panels. These materials will be considered draft until approved by the GPO. Solicit Applicants Within three months of contract award, SAAS shall provide relevant information about the IM Leadership Awards through approved vehicles. SAAS shall provide a contact(s) to answer any questions that potential applicants may have about the awards or the application and review process. The deadline for submitted materials to be received for review shall be no later than three months after the initiation of the solicitation period. Review Applications and Recommend Award Recipients Within six months of contract award, SAAS shall conduct two review panels (one each in the two categories of award) to determine which applications shall be recommended for award. Within 22 weeks of contract award, SAAS shall transmit to the GPO a package containing the application and the review panel summary for each of up to twelve (12) organizations being recommended for an IM Leadership Award. Inform Applicants of their Awards Within 7 months of contract award, and upon approval by the GPO, SAAS shall inform the relevant organizations of their award status and invite them to present their evidence based practice as part of the IM track at the SAAS Conference in July 2010. SAAS shall provide registration, travel and per diem expenses to a designated representative from each of up to the twelve (12) selected organizations to attend the Conference. The submissions of the IM leadership awardees will be presented at the SAAS Conference, and may be shared within and outside of SAMHSA as models for the implementation of process improvement based services. As part of this task, SAAS shall also send a letter thanking all unsuccessful applicants for their interest and effort. Travel Leadership Awardees to the SAAS Conference The contractor shall provide registration, travel and per diem expenses to a designated representative from each of the 12 selected organizations to participate in the IM track at the SAAS Conference. The submissions of the IM leadership awardees will be disseminated at the SAAS Conference, and may be shared within and outside of SAMHSA as models for the implementation of process improvement based services. The proposed simplified acquisition is for services for which the Government intends to solicit and negotiate with only one source. Interested persons may identify their interest by responding to the requirement within 10 days after the date of publication of this notice. A determination by the government not to compete this proposed simplified acquisition 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. For further information, please contact Nora Tyson in Rm. 5C-03, Parklawn Building, 5600 Fishers Lane, Rockville, Md. 20857 or on 301-443-5229.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/SAM9951/listing.html)
 
Place of Performance
Address: Contractor's place of business`, Washington, District of Columbia, 20857, United States
Zip Code: 20857
 
Record
SN01865954-W 20090708/090706235535-dbf7730eb7aa061da5271ace8d85566c (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.