SOURCES SOUGHT
R -- Sources Sought - Previdence Behavioral Risk Management System - Previdence Risk Evaluation
- Notice Date
- 9/18/2007
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- ACA, Fort Sam Houston , Directorate of Contracting, 2107 17th Street, Bldg. 4197 , Fort Sam Houston, TX 78234-5015
- ZIP Code
- 78234-5015
- Solicitation Number
- W45RBK7274N852
- Response Due
- 9/20/2007
- Archive Date
- 11/19/2007
- Point of Contact
- Clifton Wells, 210-221-3250
- E-Mail Address
-
ACA, Fort Sam Houston
(clifton.wells@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Southern Region Contracting Center - West (SRCC-W), Fort Sam Houston, TX 78234 is issuing this sources sought synopsis on behalf of their customer, the United States Army, HQ MEDCOM, Health Policy and Services, Fort Sam Houston TX 78234. SRCC-W anticipates award to Previdence Corportation on a sole source basis. The contractor will support the applications with functionality specific to Behavioral Health Social Work Care Managers (BHSW CM) and Re-Engineering Systems of Primary Care Treatment for Depression and PTSD in the Military (RESPECT-MIL) programs. The Con tractor will develop customized applications for both programs and provide support, licensing (including maintenance), modifications, and training as well as space for storage of data on secure servers. Previdence will complete the Information Assurance s ecurity requirements, including Department of Defense Information Assurance Certification and Accreditation Process (DIACAP). Users will have access to the application by approval of the BHSW CM and RESPECT-MIL Programs Managers. The BHSW CM and RESPECT- MIL Program Managers will have oversight of users of the applications and consult with the Contractor, when needed. The RESPECT-MIL needs the contractor to make minor modifications in their system in order to collect clinical and administrative data for use in real-time monitoring of patient care and program implementation. The RESPECT-MIL program is The Surgeon Gener als evidence-based program to improve primary care-based screening, assessment, treatment and referral of active duty personnel with depression and post-traumatic stress disorder (PTSD). As of Jan 07, it is being implemented over 12 months at 15 sites inc luding 40+ clinics at high deployment posts. The Allied Health Long-Term Application (AHLTA) does not currently have the functionality required for risk assessment and behavioral health case management or the functionality required for RESPECT-MIL. The PB RMS application is the interim solution, until AHLTA is able to integrate the needs of this program. Upon approval, the PBRMS applications will support the BHSW CM program including 47 BHSW CMs (12 CBHCO and 35 WTU) and 3 Program Management staff. Furthe r, the PBRMS will be developed to meet the needs of RESPECT-MILs 115 users. The Government envisions a firm fixed price contract contract with a basic year and one option year. The contract will include line items priced on a firm fixed price. All interested sources are requested to provide capabilities and information about exi sting/developed expertise and experience. Each Capabilities Statement shall note the companys full name, address, CAGE Code, and size/socioeconomic status (large or small, 8(a), SDB, and whether it is in a HUBZone). The North American Industry Classific ation Systems (NAICS) code is 541511 ($23M). Include any relevant contracts (commercial or government), contract numbers, dollar value, dates of performance, number and type of personnel involved, and the government program managers contact information. The Capabilities Statement for this sources sought synopsis are not expected to be proposals, but rather they are expected to be short statements regarding the companys ability to demonstrate existing/developed expertise and experience in relation to the areas above. The Capabilities Statements are anticipated to be five (5) pages long, and are limited to five (5) pages with no prescribed format. Any commercial brochures or currently existing marketing material may be submitted with the Capabilities Sta tement. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Air Force in tailoring requirements consistent with industry capabilities. The Capability Statements are due by clos e of business on 20 Sep 07 and should be submitted to the following email address: Clifton.wells@us.army.mil All Federal Contractors must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) database. The contracting Point of Contact is Charles Fortune, SRCC-W, 2107 17th Street, Bldg, 4197, Suite 15, Fort Sam Houston, TX 78234, charles.fortune@us.army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/DABK/DABK33/W45RBK7274N852/listing.html)
- Place of Performance
- Address: ACA, Fort Sam Houston Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX
- Zip Code: 78234-5015
- Country: US
- Zip Code: 78234-5015
- Record
- SN01410931-F 20070920/070919144610 (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 |