SOLICITATION NOTICE
R -- SAMHSA Tribal Assistance and Consultation Project
- Notice Date
- 2/25/2010
- 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
- SAM27071
- Archive Date
- 3/24/2010
- 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 Service Administration (SAMHSA), through the Program Support Center, Division of Acquisitions Managements, intends to award a sole source contract using simplified acquisition procedures to the National Congress of American Indians (NCAI), 1516 P Street, N.W., Washington, D.C. 20005. Consistent with the Federal government’s policy of self-determination, the goal of the consultation sessions is to identify how the federal government can best support Tribal efforts to create safe and healthy communities in the years to come. A primary goal of the consultation sessions will be to fulfill the federal government’s consultation obligation under Executive Order 13175. The sessions will provide an opportunity for Tribal leaders to have meaningful input into the development of Federal policies that will impact Tribal communities. Historically, consultation by the Federal Government has been done independently by single agencies or Departments. Although this approach is often the most effective way to consult on discrete or technical policy issues, experience has demonstrated that it has its limitations when dealing with broader, cross-cutting issues such as public health and public safety. Bringing the key Federal stakeholders together in a single session to meet with Tribal leadership facilitates the development of comprehensive, systemic solutions to some of Indian country’s most intransigent problems. It also, however, complicates the planning process and can result in an overwhelming array of issues without careful planning and preparation. In order to achieve maximum utility from each Consultation, NCAI expertise in Tribal policy and operations is needed to help coordinate each consultation session to ensure tracking, reporting and action, if needed, on the items identified. Description/Scope of Work: The contractor shall provide its unique expertise, logistics management, and network with Tribal Leaders and key Tribal Members to improve the Government-to-Government relationship using Consultation to insure that the Government–to-Government relationship is respected and is the standard way that the Federal Government relates/operates with Tribes. It is expected that Tribal Consultation will lead to collaborative efforts and relationships, intergovernmental coordination and support of Tribal self-determination that support local ingenuity and local solutions and results in tangible benefits in Tribal communities that come from the Government-to-Government consultation. In specific, NCAI will provide consultation expertise for up to five meetings; review and conduct an analysis update of the Matrix completed in 2008 and prioritize proposed recommendations and solutions; and host a Consultation session at either the NCAI winter session or Annual NCAI Conference. Tasks: Task 1: The Contractor shall conduct/host a Consultation Session in partnership with the Interagency Work Group for Tribal Affairs to facilitate multiple Consultation opportunities between Tribes and Federal agencies in compliance with Executive Order 13175. This event will be held in conjunction with the mid-winter NCAI Executive Session and/or the Annual NCAI Conference. Task 2: The Contractor shall develop a Report from Task 1 that 1) identifies Tribal Consultation successes; 2) Identifies the strengths and weaknesses of the Tribal Consultation process; and 3) develops recommendations for next steps based on the past, present and future options. Task 3: The Contractor shall provide consultation expertise for up to five meetings to include an Evaluation Session on the 2010 Tribal, Justice, Safety and Wellness sessions. Task 4: The Contractor shall update the Matrix to reflect the actions taken by Federal Agencies on Tribal issues based on recommendations from Tribes. Task 5: The Contractor shall coordinate with Federal partners to develop materials relevant to the Tasks in this contract to be distributed at Consultation and/or Training and Technical Assistance attendees. NCAI will make recommendations before each meeting in the planning process to facilitate and improve the quality of Tribal input during each subsequent consultation. Task 6: The Contractor shall contact American Indian and Alaska Native (AI/AN) Tribal representatives to inform them of the Consultation sessions and encourage them to participate and assist the Federal partners in contacting Tribal representatives to provide training and technical assistance. Reporting Responsibilities: The Contractor will report to the SAMHSA Project Officer and coordinate with the Senior Advisor for Tribal Affairs at SAMHSA and with the Office of Justice Programs, U.S. Department of Justice The proposed inter-agency consultation, training and technical assistance sessions are an unprecedented effort to bring together federal policymakers and Tribal leaders around key public health and safety issues. Because of its close relationship with Indian Tribal governments and experience working with Federal policy-makers, the National Congress of American Indians (NCAI) is uniquely positioned to execute the above referenced Tasks. 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/SAM27071/listing.html)
- Place of Performance
- Address: Contractor's place of business, Washington, District of Columbia, 20005, United States
- Zip Code: 20005
- Zip Code: 20005
- Record
- SN02076440-W 20100227/100226094539-5416d6e095bc92f949a1254d27554c26 (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 |