SOLICITATION NOTICE
R -- Logistical and Administrative Support for the Child Mental Health Initiative and Technical Assistance to Grantees of the Child Mental Health Initiative Who Serve American Indian/Alaska Native Populations
- Notice Date
- 4/9/2010
- Notice Type
- Presolicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Health and Human Services, Substance Abuse and Mental Health Services Administration, Choke Cherry, 1 Choke Cherry Road, Room 7-1051, Rockville, Maryland, 20857
- ZIP Code
- 20857
- Solicitation Number
- 280-10-0361
- Point of Contact
- Mary J Farrell, Phone: 240-276-1506, James G Whitt, Phone: 240-276-1503
- E-Mail Address
-
mary.farrell@samhsa.hhs.gov, james.whitt@samhsa.hhs.gov
(mary.farrell@samhsa.hhs.gov, james.whitt@samhsa.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- The Substance Abuse and Mental Health Services Administration (SAMHSA), Center for Mental Health Services (CMHS), is soliciting proposals on a full and open competitive basis to provide logistical and administrative support to the CMHS Child, Adolescent and Family Branch (CAFB) and initiatives related to the Comprehensive Community Mental Health Services for Children and Their Families Program (short title: Child Mental Health Initiative (CMHI)), such as the Council for Collaboration and Coordination (CCC) and the Building Bridges Initiative. An additional focus is the implementation of a culturally competent technical assistance program for American Indian/Alaska Native (AI/AN) Tribes, tribal organizations and other CMHI grantees serving the AI/AN populations. Under the CMHI program, at any given time there are 60-70 communities (states, counties, cities, US Territories and Indian Tribes/Tribal organizations) that are funded through six-year cooperative agreements to: implement (in one or more communities) a broad array of community-based and family-driven and youth-guided services for children with serious emotional, behavioral, or mental challenges; and enable communities to develop comprehensive local systems of care which coordinate and integrate services across mental health, health, child welfare, education, juvenile justice, substance abuse treatment and other agencies, as appropriate. Of the 60-70 funded communities, there are an estimated 8-10 communities that are AI/AN Tribes, tribal organizations or cities subcontracting with Urban Indian Programs to serve AI/AN populations in an urban setting. The contractor will provide culturally appropriate technical assistance to the AI/AN grant communities during each year of the contract. IMPORTANT NOTE: Section 565(b)(2) of the Public Health Service Act (PHS Act) establishes the statutory authority for the provision of technical assistance for grants authorized under Section 561(a) of the PHS Act. Section 565(b) provides that the Secretary, DHHS, may provide technical assistance directly or through grants to, or contracts with, public and non-profit private entities. Accordingly, in order to be considered eligible to compete for this procurement, offerors must be either public or non-profit private entities. There are two goals of this contract. Part 1 is to provide logistical and administrative support to the CAFB. Tasks to support the CAFB include conducting meetings and initiatives related to the CMHI, such as the CCC and the Building Bridges Initiative. The contractor will be required to maintain a master list of attendees for these initiatives, and coordinate meetings and conference calls of the various workgroups and the groups as a whole. This contract will provide logistical support for mandated Federal site visits to grantee communities, and facilitate other travel as requested. The contract will also support speech writing, the development of PowerPoint slides and white papers for the CAFB. Up to four (4) policy papers (time-limited studies, literature reviews, and analysis of secondary data sets) which highlight special data and relevant topics concerning mental health may be commissioned over each year of the contract. The contractor will be required to secure consultants, as needed, to complement these efforts. Part 2 of the contract is to provide culturally competent, individual community-based and cross-site technical assistance to tribal CMHI grantees and others who serve American Indian/Alaska Native populations, including: at least one (1) technical assistance site visit per year for each AI/AN grant community, at least one (1) CMHI grantee meeting for AI/AN grantees per year, and developing collaborative relationships with national organizations and other contracted technical assistance providers for the CMHI Program. The contract will also require information dissemination to tribal CMHI grantees, facilitation of one (1) meeting with tribal leaders and tribal mental health directors on systems of care and quality improvement activities. The contract will require culturally competent technical assistance and community/organizational development strategies to: improve programs, policies and services to AI/AN children and youth with serious emotional challenges and their families so that they are appropriately served and treated in AI/AN communities; and promote the adoption/adaptation and implementation of the CMHI systems of care values and approaches which promote mental health for children and youth with mental health challenges and their families in American Indian/Alaska Native (AI/AN) communities. The anticipated period of performance for this contract is a base period of 12 months, plus four (4) 12-month option periods. This solicitation may be obtained in any of three (3) ways: by mail; picked up in person at 1 Choke Cherry Road, Room 7-1051, Rockville, MD 20857; or, through FedBizOpps. If you have a continuing interest in the RFP, notify the individual identified below that you wish to have copies of amendments to the RFP (if any) sent to you, or check FedBizOpps regularly for amendments. Note: If you rely on FedBizOpps for obtaining amendments, SAMHSA has no way to assure, and therefore assumes no responsibility for assuring, that you have downloaded these amendments. All requests for copies of the RFP must be made in writing. Fax requests will be accepted at (240) 276-1510, but please confirm by phone that your fax request has been received. Requests will be filled on a first-come, first-served basis until the supply is exhausted; however, there is no assurance that copies requested after the twentieth (20th) day will reach the requestor before the due date for receipt of proposals. Requests should be forwarded to the attention of:
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/SAMHSA/ChokeCherry/280-10-0361/listing.html)
- Record
- SN02117858-W 20100411/100409234859-da1b31b39913ac88f486f1b2045e5617 (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 |