Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 23, 2024 SAM #8123
SOURCES SOUGHT

R -- Technical Support for Drug Free Workplace

Notice Date
2/21/2024 5:57:50 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
SAMHSA CENTER FOR SUBSTANCE ABUSE PREVENTION Rockville MD 20857 USA
 
ZIP Code
20857
 
Solicitation Number
277-24-0621
 
Response Due
3/1/2024 12:00:00 PM
 
Archive Date
03/16/2024
 
Point of Contact
Tracy Davidson, Phone: 240-276-1509, Ryan Pregot, Phone: 603-667-0924
 
E-Mail Address
Tracy.Davidson@samhsa.hhs.gov, Ryan.Pregot@samhsa.hhs.gov
(Tracy.Davidson@samhsa.hhs.gov, Ryan.Pregot@samhsa.hhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Sources Sought for Qualified Small Business This is NOT a solicitation announcement. This is a sources sought for a qualified small businesses. �The purpose of this sources sought synopsis is to gain knowledge of potential qualified sources and their size classifications (HUBZone 8(a), 8(a), HUBZone, Small Disadvantaged) relative to the NAICS Code 541611 (Administrative Management and General Management Consulting Services) Code of the North American Industry Classification System (NAICS) for the proposed acquisition. Responses to this sources sought synopsis will be used by the Government to make appropriate determinations about potential sources only. After review of the responses to this sources sought announcement, a solicitation announcement may be published in SAM.gov at a later time. � Responses to this notice shall include company name, address, point of contact, size of business pursuant to North American Industrial Classification Code (NAICS) and MUST respond to the following questions: 1) Does your firm qualify as a small or small disadvantaged business? 2) If disadvantaged specify under which disadvantaged group is your firm certified under Section 8(a) of the Small Business Act? 3) Are you considered a certified HUBZone firm? �In addition, the respondent must provide a capability statement which addresses the offeror�s qualifications to perform the work described below. Synopsis � The Center for Substance Abuse Prevention (CSAP), Substance Abuse and Mental Health Services Administration (SAMHSA), Department of Health and Human Services (HHS) contemplates awarding a one-year cost reimbursement contract with four option years, titled �Technical Support for Drug-Free Workplace.� �CSAP is interested in highly experienced organizations with appropriate corporate capability and labor resources expertise who can provide technical support for the federal Drug-Free Workplace Program (DFWP) in the following areas of expertise and task activities: ��� �Expertise in the DFWP � for task activities such as: o�� �DFWP Plans �� ?�� �Providing technical assistance and expert policy advice to federal agencies in developing federal agency DFWP plans for certification according to requirements, and updating plans according to program changes. � ?�� �Reviewing DFWP plans to ensure they are clearly written with all required components and are legally sufficient.� o�� �DFWP briefings and trainings � Technical assistance and expertise in developing and providing DFWP briefings and trainings to federal agencies. o�� �Notifications to Congress � Preparing Notifications to Congress for transmitting certified agency plans to Congress to meet program requirements. o�� �DFWP-related tools � Using expertise to review and revise DFWP-related tools for activities such as plan certification and plan updates, i.e., the Model Plan for a Comprehensive Federal Drug-Free Workplace Program. �DFWP expertise is needed to proactively provide recommendations and update DFWP tools to incorporate program revisions. ��� �Expertise in Science and Policy � in workplace drug testing and the DFWP o�� �Science Expertise �� ?�� �Scientific credentials (i.e., Forensic Toxicologist) ?�� �Current scientific knowledge of: �workplace drug testing; developing drug testing guidelines; drug testing matrices; and laboratory science, methodology and instrumentation.� o�� �Policy Expertise �� ?�� �Current knowledge and understanding of: �federal DFWP policy regulations, requirements, guidelines and political complexities. ?�� �Current knowledge of other drug-free workplace programs such as federally-regulated and private programs. Science and policy expertise listed above would be used in task activities such as: o�� �Special Projects � Providing high-level science and policy Subject Matter Expert (SME) support for approximately 5 special projects annually, such as: � ?�� �conducting special topic literature review/surveillance;� ?�� �program reviews of technical science and policy issues; and� ?�� �preparing and reviewing technical documents, i.e., scientific guidelines, white papers and research papers. o�� �Workgroup Technical Support � Providing technical SME support and logistical support for meetings and workgroups.� ?�� �Technical SME support includes: -�� �participating in meetings to address program issues;� -�� �leading workgroup discussions relating to DFWP policy and drug testing; and� -�� �preparing, presenting and reviewing presentations that may include in-depth topic research. � ?�� �Logistical support includes: � -�� �transcription services, and� -�� �online audio/video conferencing platforms. ��� �Expertise in IT � Knowledge in data system management, data management, IT data reporting, IT security requirements, and proficiency in IT platforms such as Microsoft SharePoint.� IT expertise would be used for task activities such as: o�� �operating, maintaining and updating the DFWP Annual Summary Report and Archive data system;� o�� �conducting data system reviews;� o�� �providing technical assistance to database users;� o�� �collecting and analyzing data; and� o�� �providing data reports on program status and compliance. � Response� Response to this notice shall include company name, address, company Unique Entity Identifier (UEI), point of contact, telephone number, size of business pursuant to North American Industrial Classification System (NAICS) Code, and MUST respond to the following:� 1.�� �Describe your organization�s expertise and capability in performing all the work described in the Synopsis above.� 2.�� �Please provide an example of related past experience, within the past three (3) years, demonstrating experience executing the work described in the Synopsis above. As stated above, this is a Sources Sought ONLY and all interested and capable offerors are encouraged to respond. �This is not a request for competitive proposals. It is issued solely for Information and Planning Purposes � It does not constitute a Solicitation, nor does it restrict the Government as to the ultimate Acquisition Approach. �Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The government requests that no proprietary or confidential business data be submitted in a response to this notice. �However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. �Responses to this small business sources sought that do not provide sufficient information for evaluation will be considered non-responsive. �Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. � Please respond by 5:00 PM ET on Friday, March 1, 2024, with your response to the areas of expertise listed above and your intent, if affirmative. No extensions will be granted.� Please note that an affirmative intent is not binding.� All Responses are to be submitted electronically, with Subject �Company Name, Sources Sought � Tech Support� to the following emails: Tracy.Davidson@SAMHSA.hhs.gov and Ryan.Pregot@samhsa.hhs.gov �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2e0fe68547f44c50beb004239e1183d0/view)
 
Place of Performance
Address: Rockville, MD 20857, USA
Zip Code: 20857
Country: USA
 
Record
SN06972975-F 20240223/240221230053 (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.