SPECIAL NOTICE
Q -- Operational Psychologist
- Notice Date
- 8/23/2011
- Notice Type
- Special Notice
- NAICS
- 621330
— Offices of Mental Health Practitioners (except Physicians)
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Lackland AFB - 802D Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
- ZIP Code
- 78236-5253
- Solicitation Number
- 11TC543
- Archive Date
- 8/30/2011
- Point of Contact
- Mary E Castillo, Phone: 210-925-9122, Audra L. Novatnak, Phone: 210-925-9125
- E-Mail Address
-
mary.castillo@us.af.mil, audra.novatnak.1@us.af.mil
(mary.castillo@us.af.mil, audra.novatnak.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Notice Type: Sources Sought The purpose of this Sources Sought notice is to conduct market research in order to identify qualified, experienced, and interested companies capable of providing the services described in this notice. THIS SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL. The Government is not obligated to and shall not pay for any information received from any company responding to this Sources Sought notice. In turn, the Government will treat information provided in response to this Sources Sought notice as proprietary information. The contract specialist and contracting officer will not provide any feedback or carry on discussions with non-federal government activities regarding the information provided in response to this SOURCES SOUGHT. Response to this notice shall include the following: (a) company name (b) address, (c ) Commercial and Government Entity Code (CAGE), (d) point of contact, (e) North American Industry Classification System (NAICS), (f) "number of employees" as defined by the Federal Acquisition Regulation (FAR) part 19.101 and (g) the amount of "annual receipts" as defined by the Federal Acquisition Regulation (FAR) part 19. Synopsis: The 802nd Contracting Squadron on behalf of the Headquarters Air Force Security Forces Center (HQ AFSFC) at Lackland AFB, TX, hereafter referred to as the Government, is seeking companies that can provide a licensed operational psychologist with experience and knowledge of Air Force Security Forces (AFSF) organization, culture and missions sets, and experience in developing resilience curriculum to support a Security Forces (SF) field resilience program. Additionally, the operational psychologist must have knowledge of Post Traumatic Stress Disorder (PTSD) etiology and Traumatic Brain Injury (TBI) to serve as the subject matter expert (SME) in support of the AFSF resilience program. The service described herein is for a non-personal services requirement. The Government shall not exercise any supervision or control over the contract service providers performing the services. Such contract service providers shall be accountable solely to the Contractor who, in turn, is responsible to the Government. Description: The Contractor shall provide an operational psychologist who must have a minimum of secret security clearance or the ability to obtain one within 30 days after contract award and seven years experience of providing clinical counseling, intervention therapy, crisis debriefing, trauma counseling, alcohol abuse prevention programs, suicidology, and a minimum of five years experience in conducting psycho-educational training, developing and implementing psycho-educational training curriculum. The psychologist must have basic knowledge of resiliency concepts and possess the ability to develop and implement resilience training curricula. The Contractor's service provider will act as the resilience subject matter expert for the Security Forces career field supporting all efforts relating to resilience curriculum and pre-deployment training at eight Regional Training Centers. The estimated number of trips is 10 during the first 12 months of contract performance. This requirement is for a base year with two option years. The number of trips may decrease for the option years, if exercised. The resilience formal course curriculum will be required within the first three and four months after contract award. All levels of training shall include support for trainer and train-the-trainer courses to active duty personnel and/or civilian employees. Services shall include SF schoolhouse training support and consultation and psycho-educational command consultations via telephone or video teleconferencing for critical incidents on an as needed basis. Travel will be required to Major Commands (MAJCOM), Regional Training Centers and SF units within the contiguous United States (CONUS) and outside contiguous United States (OCONUS). The contractor will be expected to liaise with other services and organizations inside and outside of Department of Defense (DoD) (e.g. Army Resilience Program, Defense Centers of Excellence, foreign military services resiliency programs). Services shall include all facets of resilience training, management, and oversight to include the development of resilience curriculum and maintenance and training courses for all commissioned officer and enlisted SF personnel for the SF Apprentice, Basic Officer Resilience Course and enlisted Career Development Courses (CDC). Training support shall include assisting with writing the Plan of Instruction (POI) to support lesson plans (LP) developed in accordance with Air Education and Training Command (AETC) course development policy. Services shall also include reintegration efforts not supported by the AF Deployment Transition Center (DTC). In addition to company information, the respondent must provide a capability statement addressing the organization's qualifications that will include identification of prior or ongoing contracts for similar requirements with the United States Air Force, Department of Defense agencies or the Veteran's Administration and the ability to provide training personnel with Expeditionary Security Forces experience gained within the last five years. The respondent may submit a rough order of magnitude estimate to include personnel (labor rates or salary ranges for personnel), training material, travel to perform as a prime contractor for the requirement. Response to this notice must be e-mailed to the addressees named below or faxed to 210-671-1199, attention Mary Esther Castillo. E-mail is the preferred method. Contract specialist: Mary Esther Castillo Contracting officer: Audra L. Novatnak Email: mary.castillo@us.af.mil Email: audra.novatnak.1@us.af.mil Fax #210-671-1199 Address: 802 Contracting Squadron, 1655 Selfridge Avenue, Building 5450 Lackland AFB, TX 78236-5253
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/11TC543/listing.html)
- Place of Performance
- Address: 1517 Billy Mitchell, Lackland AFB, Texas, 78236, United States
- Zip Code: 78236
- Zip Code: 78236
- Record
- SN02545177-W 20110825/110823235146-df0f37c8cca4ab763da854e8df72f7d5 (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 |