SOURCES SOUGHT
R -- PEER SUPPORT TRAINING SERVICES
- Notice Date
- 8/14/2018
- Notice Type
- Sources Sought
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of Homeland Security, Office of the Chief Procurement Officer, Office of Domestic Preparedness, 810 7th Street, NW, Washington, District of Columbia, 20531, United States
- ZIP Code
- 20531
- Solicitation Number
- RNIP-18-00031RFI
- Archive Date
- 9/1/2018
- Point of Contact
- Corneilus Stephens, Phone: 202-447-5028, Kerri B. Williams, Phone: 202-447-0653
- E-Mail Address
-
corneilus.stephens@hq.dhs.gov, Kerri.Williams@hq.dhs.gov
(corneilus.stephens@hq.dhs.gov, Kerri.Williams@hq.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice for the Department Of Homeland Security (DHS) National Protection and Programs Directorate (NPPD) This Sources Sought notice is issued for informational and planning purposes only. This is not a Request for Quote (RFQ) and it does not commit the Government to solicit or award an order now or in the future. No solicitation is available at this time. The purpose of this notice is to conduct market research to identify qualified and interested sources that could provide the services stated. All businesses, large and small, capable of performing the requirement indicated below are encouraged to respond to this notice. The information requested by this notice will be used within the Department of Homeland Security (DHS) to facilitate decision-making and will not be disclosed outside the agency. Any information provided to the Government is strictly voluntary and will be provided at no cost to the Government. CAPABILITIES NEEDED The DHS/NPPD/Office of Office of Infrastructure Protection (IP) is performing market research to access the current market place of vendors that can provide Peer Support Training Services that include teaching peer support classes to employees and teaching train-the-trainer classes to prepare future peer support trainers. Vendors shall provide a capability statement that demonstrates their ability to provide training on the following topics: (1) key peer support terms and basic concepts, (2) roles and functions of peer responders, (3) active listening (in-person & telephonic), (4) psychological First Aid, (5) stress reactions / stress response, (6) suicide assessment / referral, (7) death notification, (8) grief and loss, (9) and other crisis interventions. These services will not replace, but augment existing crisis response capabilities of the NPPD Employee Assistance Program (EAP). Should a future requirement evolve from this preliminary planning process, the place of performance will be at a government facility in the Washington DC metropolitan area; the anticipated period of performance will be a twelve month base period and one (12) month option; and the anticipated contract type will be Task Order will be Firm-Fixed Price (FFP). CAPABILITY STATEMENT REQUIREMENTS Sources that have the ability to provide the necessary support services are asked to respond to this notice with a corporate capability statement that includes general background information and technical capabilities describing your firm's experience with projects similar to the requirement. The capability statement shall be a maximum of three (3) page limit. It shall include a cover sheet that includes: 1. Company name and address; 2. Points of contact including phone numbers and e-mail addresses; 3. Company cage code and DUNS; 4. Business size, large or small business, and if small indicate what types of small business concern (e.g. hubzone, 8(a), woman-owned...); 5. Level of corporate facility clearance, if any; and 6. General Services Administration (GSA) schedules including Special Item Numbers (SIN) under which your company can provide the services described in this notice. 7. Identify the NAICS code(s) for the services described in this notice. 8. If applicable, identify any DHS Strategic Vehicles that you are currently an awardee under the services described in this notice. The remainder of the capability statement shall include the following: 1. A description of the applicable capabilities of your company and the nature of the services you provide. Include a description of your staff composition and management structure. 2. A description of your company's experience within the past three years on previous projects that are the same or similar to this requirement. Include contract and task order numbers, a brief description of the work performed, and the periods of performance. Provide no more than three examples. Submissions shall be made using Microsoft Office or Adobe Acrobat applications. The cover sheet and table of contents, if any, shall not be included in the three (3) page limit. Font shall not be smaller than 12-point Times New Roman. RESPONSES DUE Please provide a Capability Statement to Dr. Corneilus Stephens at Corneilus.Stephens@dhs.gov and Kerri B. Williams at kerri.williams@hq.dhs.gov by 5:00 p.m. on August 17, 2018. The subject line on your e-mail shall read "Sources Sought Capability Statement - National Infrastructure Coordinating Center. Please do not call the contracting office for information; email any questions to avoid any misunderstanding or confusion.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/ODP/RNIP-18-00031RFI/listing.html)
- Place of Performance
- Address: Washington DC metropolitan area, United States
- Record
- SN05035886-W 20180816/180814231148-170a0adc56a386fac301199cda656d74 (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 |