Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2022 SAM #7540
SOURCES SOUGHT

Q -- AOHCP; Substance Abuse Training to support USCG Medical Personnel

Notice Date
7/21/2022 11:25:49 AM
 
Notice Type
Sources Sought
 
NAICS
621420 — Outpatient Mental Health and Substance Abuse Centers
 
Contracting Office
HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
 
ZIP Code
20593
 
Solicitation Number
70Z02322-USCG-AOHCP-MED-TRNG-RFI_2
 
Response Due
7/27/2022 10:00:00 AM
 
Point of Contact
Jamison Harned, Phone: 7574137492, Clenton Shanks, Phone: 7575274542
 
E-Mail Address
jamison.w.harned@uscg.mil, Clenton.A.Shanks@uscg.mil
(jamison.w.harned@uscg.mil, Clenton.A.Shanks@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The USCG seeks to gauge market interest, and capability, as well as to collect requests information from industry regarding services described below and in the attached PWS. Information will be used to further shape market research. Provided PSC code forms the USCG current intention, but alternative suggestions are welcomed. Please see disclaimer below. Purpose: �The purpose of this effort is to obtain contractor curriculum design, development, training delivery, and support services to assist the USCG in providing the fundamentals of substance abuse screening, assessment, diagnosis and treatment needed for care of USCG personnel. USCG implemented a tele-medicine substance abuse screening procedure necessitating the need for certified/recertified providers. This course should provide the required curriculum specifically designed for teaching USCG Medical Officers substance abuse screening, assessment, pharmacotherapy, referral to care, motivational interviewing and motivational enhancement techniques.� Additionally the course should also address substance misuse prevention techniques for active duty military members who are �at risk� and who have been identified because of an alcohol/drug incident, self or Command referrals who require screening. Contractor shall develop and deliver a 4.5 day on-site, experiential and didactic course. The Contractor shall teach and provide medical instructions based on the current state-of-the-science for the� screening, diagnosis, treatment planning, and psycho-educational services to Medical Officers who are required to diagnose and treat personnel with substance use disorders using the Diagnostic and Statistical Manual of Mental Disorders 5 (DSM V) & its guidelines. Separate courses will be made available for Medical Officers (MO) and Substance Abuse Prevention Specialists (SAPS). This course is entitled as Addiction Orientation for Health Care Providers (AOHCP). Additional detail are included in the attached draft Performance Work Statement (PWS). Contract type, and duration are still being determined, subject to market research. Disclaimer: There is no solicitation at this time. This RFI is not a request for proposals; submission of any information in response to this request is purely voluntary; the Government will not pay for any costs incurred nor is obligated to respond. All submissions become Government property and will not be returned.� After reviewing RFI responses to this RFI, and if the USCG still plans to proceed with the acquisition, a solicitation announcement may be published on the website https://sam.gov or distributed to contract holders if a strategically-sourced vehicle is deemed appropriate. It is the responsibility of the interested parties to monitor the sam.gov website. Failure to respond or submit sufficiently detailed information may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information submitted, the Government reserves the right to consider any arrangement as determined appropriate for this requirement. No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. The Government reserves the right to use any information provided by respondents for any purpose determined necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. � Request: If your organization has an ability to meet the USCG�s stated needs, please provide the following information: Organization name Address Website Point of contact name Point of contact email address Point of contact telephone number Socioeconomic status Unique Entity Identifier What information and/or resources would you typically need from the government to perform this effort? Does your company currently have existing government-wide acquisition contracts (GWAC) (e.g. GSA) or other strategically sourced contracts for these types of requirements that the USCG can order off? If yes, please provide contract number, what agency it is with, and agency point of contact information. Provide any general comments, thoughts, and feedback your company would like to share regarding this RFI. If subcontracting or teaming is anticipated, organizations should address the logistical, administrative, and management structure of such arrangements, or why those arrangements would be beneficial to the government. � Submission Instructions: Interested parties are invited to submit a response to the above questions by 27 July 2022 by 1300 EST. �All responses and questions regarding this RFI must be emailed to both Clenton.A.Shanks@uscg.mil (Contract Officer) and Jamison.W.Harned@uscg.mil (Contract Specialist). �Submissions are restricted to 10 pages.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/46d555dce57148f0baadefe541500808/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06398251-F 20220723/220721230126 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.