Primary Care Behavioral Health Expert Trainers
ID: HT001125R0011Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

Outpatient Mental Health and Substance Abuse Centers (621420)

PSC

MEDICAL- PSYCHIATRY (Q519)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency (DHA), is seeking qualified contractors to provide Primary Care Behavioral Health Expert Trainer services. The primary objective of this procurement is to deliver mentoring and training support for Behavioral Health Consultants (BHCs) and Behavioral Health Care Facilitators (BHCFs) to enhance the integration of behavioral health into primary care settings across approximately 350 Military Treatment Facilities worldwide. This contract, set aside for 8(a) certified businesses, will be awarded as a single Firm Fixed-Price contract for a period of 60 months, including a 12-month base period and four 12-month option periods, with a potential extension of up to 6 months. Interested parties must submit their proposals by April 10, 2025, and can direct inquiries to John J. Kelley at john.j.kelley36.ctr@health.mil or Cherish Young at cherish.d.young2.civ@health.mil.

    Files
    Title
    Posted
    This document is an amendment to a government solicitation, addressing clarifications, administrative corrections, and changes to evaluation criteria. It revises the Points of Contact, evaluation comments, and removes references to travel within the RFP. The amendment, issued by the DHA Contracting Office, modifies the contract to include a new attachment with responses to questions submitted by prospective offerors. Key changes include instructions for offer submission, content requirements for proposals, evaluation factors, and necessary documentation to comply with the solicitation. Notably, it emphasizes a structured format for the proposals, detailing the required five volumes covering corporate capabilities, experience, past performance, pricing, and additional certifications. The document stresses the importance of complying with provided formatting rules to avoid rejection and provides guidelines on how offers will be evaluated based on technical merit and price. The overarching goal of this amendment is to ensure clarity and fairness in the procurement process, facilitating effective competition among contractors while meeting government objectives for quality and compliance.
    The document is a solicitation for the procurement of Primary Care Behavioral Health (PCBH) Expert Trainer Services by the Defense Health Agency (DHA). The solicitation number is HT001125R0011, with proposals due by April 10, 2025. It outlines the contractor's responsibilities to provide expert training support services over a period of 12 months, extendable through several options. The selected contractor must adhere to various federal acquisition regulations, including requirements specific to small businesses and compliance with Service Contract Labor Standards. Key clauses incorporated reference standards for organizational conflicts of interest, contract modification procedures, and electronic invoicing processes. The contract emphasizes the importance of maintaining partnerships with socioeconomically disadvantaged businesses, like those owned by veterans and women, under various federal programs. The document underscores the agency's commitment to safety, compliance, and effective service delivery in support of government objectives.
    The document is a solicitation (number HT001125R0011) issued by the DHA Contracting Office for Primary Care Behavioral Health (PCBH) Expert Trainer Services. The primary objective is to procure support services over a 12-month period, with options for four additional 12-month terms, confirming a focus on behavioral health training in primary care settings. The solicitation emphasizes small business participation, specifically targeting service-disabled veteran-owned, women-owned, and HUBZone small businesses, with a stated size standard of $19,000,000. Key deliverables include expert training services, with a requirement for services to be provided at a destination specified by the government. The contract incorporates various regulatory clauses, including terms pertaining to electronic invoicing, labor standards, and organizational conflict of interest requirements. Additionally, the section outlines payment and performance expectations, inspection, and acceptance terms for the services rendered. The deadline for offer submission is set for April 10, 2025, reflecting standard procedural timelines for federal procurements. Overall, this solicitation represents a commitment to enhancing primary care behavioral health through targeted training while adhering to federal contracting guidelines and emphasizing small business involvement.
    The document outlines a Performance Work Statement (PWS) for a non-personal services contract with the Department of Defense’s Defense Health Agency (DHA). The contract focuses on providing training and implementation support for the Primary Care Behavioral Health (PCBH) program. Key objectives include training Behavioral Health Consultants (BHCs) and Behavioral Health Care Facilitators (BHCFs), optimizing program implementation, and ensuring compliance with established PCBH standards. The contractor is responsible for delivering various services, including program visibility reports, training and mentoring, and producing educational materials. They must maintain a communication relationship with program staff and identify areas for improvement to enhance service delivery. The work is to be performed remotely with a transition plan for contract commencement and completion. Important reporting and documentation requirements, including quality control measures and monthly progress reports, are also specified. Overall, the PWS emphasizes the importance of integrating behavioral health services into primary care settings, adhering to regulatory frameworks, and ensuring the effective functioning of the PCBH program within the Military Health System.
    The Department of Defense's Defense Health Agency (DHA) seeks contractors to provide training and implementation support for its Primary Care Behavioral Health (PCBH) program. This non-personal services contract involves the training of Behavioral Health Consultants (BHCs) and Behavioral Health Care Facilitators (BHCFs), ensuring they effectively integrate behavioral health into primary care settings. The contract spans multiple years, with specific objectives focused on optimizing service delivery, maintaining fidelity to established care models, and producing educational materials. Key personnel will facilitate training, mentoring, and administrative support, as well as develop documentation and reports for program leaders. The contractor will primarily work remotely, ensuring consistent communication and collaboration with DHA representatives. Systematic tracking of training outcomes and program improvements is essential, along with adherence to quality control measures. The contractor must comply with all governmental regulations regarding personnel qualifications and security protocols while safeguarding government-provided materials and data. This initiative underscores the DHA's commitment to enhancing mental health services within military healthcare systems.
    The document outlines the Contract Data Requirements List (CDRL) for Expert Trainer Services, detailing specific data items required from contractors. The main topic is the necessity for contractors to submit various plans and reports to ensure effective service delivery and compliance with contract specifications. The key items include a Quality Control Plan, Transition-Out Plan, Non-Disclosure Agreement, Program Management Plan, Monthly Progress Report, Subcontractor Expenditures Plan, Monthly Trainer Productivity Metrics, Contingency Operations Plan, and Implementation Support Activity Report. Each item specifies deadlines, submission methods, and necessary content, emphasizing the contractor's obligation to maintain service quality, manage transitions, safeguard sensitive information, and report progress regularly. The document serves as a comprehensive guideline within the context of federal grants and contracting requirements, ensuring that essential operations align with government standards. The structured approach aids in accountability, compliance, and performance monitoring in the execution of services, reflecting best practices in contract management and project oversight.
    The DHA Contractor Non-Disclosure Agreement (NDA), dated March 22, 2019, outlines the obligations of individuals working with the Defense Health Agency (DHA) regarding the protection of sensitive and proprietary information. Signatories, who may be employees or subcontractors, agree to safeguard various forms of confidential data, including cost estimates, trade secrets, and contractor evaluations, as well as private health information. Unauthorized disclosure could cause significant harm, hence the NDA establishes the need for strict adherence to safeguarding practices. The document stipulates that the binding obligations persist indefinitely, regardless of employment status or the passage of time, with exceptions noted for public domain information or disclosures approved by the DHA. It also mandates the necessity for signatories to inform future employers of their ongoing confidentiality responsibilities. Violations can result in legal repercussions, including court costs and possible claims by affected business entities. This agreement is essential for maintaining the integrity of government contracts and protecting national interests within the framework of federal RFPs and grants, emphasizing the critical nature of confidentiality in government operations and acquisitions.
    The document outlines the Contractor Common Access Card (CAC) Request Process for the Defense Health Agency (DHA), detailing the use of the High-Volume Data Feed (HVDF) Batch Processing Tool. This web-based tool streamlines the application process for various categories of applicants, including DoD contractors and affiliated volunteers, allowing batch submissions to expedite the approval of Trusted Associate Sponsorship System (TASS) applications. The process includes specific guidelines for filling out a Microsoft Excel spreadsheet outlining applicant information, ensuring accuracy and adherence to designated formats. Critical steps involve verifying the applicant's investigation status with the DHA e-QIP Point of Contact and securely submitting the completed spreadsheet via the Safe Access File Exchange to the DHA TASS Mailbox. Each applicant's data must meet strict validation rules, including ID numbers, personal information, and employment details, with clearly defined compliance requirements for Facility Security Officers. The document emphasizes timely notification of applicants post-approval, noting additional instructions for those needing to reinitiate their TASS application process should they fail to secure their CAC within the stipulated timeframe. This systematic approach enhances operational efficiency and ensures secure management of sensitive personnel data.
    This document is a registration file for a government contractor, detailing the personal and professional information of an individual named Jane E. Doe, who is associated with the Department of Defense and serves as a contractor. It outlines specific identifiers, including the Social Security Number (SSN) and contact details such as her email address and phone numbers. The file also includes her residential address in Chantilly, Virginia, alongside her contract information with the Defense Health Agency, indicating a contract number (N0003915D0044) that is set to end in August 2018. Key details about her citizenship status, birthdate, and personnel vetting status are also provided, signifying her compliance with federal requirements for government contractors. The file illustrates the essential administrative processes for tracking personnel associated with federal contracts, including aspects relevant to security and eligibility for working with defense agencies.
    The document outlines the requirements for contractors regarding the handling of Personally Identifiable Information (PII), Protected Health Information (PHI), and compliance with federal laws including the Privacy Act, FOIA, and HIPAA. It establishes expectations for contractors to adhere to records management regulations, respond to FOIA requests, and maintain systems of records. Moreover, it emphasizes the necessity for Privacy Impact Assessments when DHA data is involved, and mandates data sharing agreements when accessing, using, or disclosing DHA data. Contractors must also ensure staff training on privacy laws and compliance, as they act as Business Associates under HIPAA, requiring a Business Associate Agreement with DHA. Breach response procedures are outlined, categorizing breaches and stipulating immediate reporting to the DHA Privacy Office and US-CERT depending on breach classification. Individual notifications to affected beneficiaries following a breach must occur within specified timeframes. Overall, this document underscores the critical nature of privacy and security measures to protect sensitive information within government contracting, ensuring adherence to legal standards while facilitating the handling of health-related data.
    The file details a solicitation for government procurement related to custodial services, focusing on the provision of government-furnished property. Key information includes the contact details of the contracting officer, Vicki Whiteman, and specifics on item requisition, particularly for the HP ProBook 640 G8 laptop. The document specifies the need for traceability of each item, requiring essential fields to be completed for effective processing. Items are categorized into serially and non-serially managed, with procurement details about quantity, unit acquisition cost, and delivery requirements outlined. The structured approach to item management illustrates compliance with federal procurement regulations and emphasizes the importance of accurate documentation for successful contract fulfillment. The solicitation aims to facilitate the acquisition of necessary supplies while adhering to financial and operational guidelines, ensuring readiness in operational needs. Overall, the document exemplifies the procedural requirements for government entities in handling procurement requests efficiently.
    The document outlines the Request for Proposals (RFP) for Primary Care Behavioral Health Expert Trainer Support with multiple Contract Line Item Numbers (CLIN). It details supplies and services required over various options, including a base year and four options, each consisting of 12 months of support, as well as a potential 6-month extension. Each CLIN includes sections for proposed hours, fully burdened hourly rates, and associated costs. The document emphasizes completing services according to the Performance Work Statement (PWS) and requires offerors to provide detailed information regarding labor categories, subcontractor NAICS codes, and compliance with set-aside criteria. The objective of this RFP is to solicit expert trainer support for enhancing primary care behavioral health services, facilitating the effective delivery of care. The structure is intentionally organized to assess offers based on specified criteria, ensuring vendors meet performance and regulatory standards necessary for government contracts. This RFP underscores the federal government’s commitment to improving health service delivery through specialized training.
    The document is a "Present and Performance Questionnaire" used for evaluating contractors in the federal government contracting process. It includes a reference information table to be filled out by the offeror or bidder, detailing essential contract specifics such as the business name, point of contact, contract number, value, period of performance, and a description of the effort. The key component is a rating system to assess the contractor’s performance across six categories, including compliance with delivery schedules, business practices, adherence to contract requirements, overall compliance with terms and conditions, cooperative behavior, and overall performance. Each aspect is scored on a scale from 'Poor' to 'Excellent,' alongside space for additional comments. Lastly, evaluators are prompted to comment on whether they would consider contracting with the service provider again. This document serves a critical role in government procurement by ensuring that providers are evaluated comprehensively based on their past performance, ultimately influencing future contract decisions and accountability in government spending.
    The government file outlines critical details regarding a contract, including its name, contract number, principal customer, contractor role (whether prime or subcontractor), period of performance, and total contract value. Furthermore, it addresses the nature of the contract requirements and includes assessments concerning Organizational Conflict of Interest (OCI) and any limitations on future contracting. The document succinctly poses inquiries about the presence of OCI and existing limitations, categorizing the OCI implications as biased ground rules, impaired objectivity, or unequal access. Overall, this file serves as a guiding document for potential contractors in understanding the obligations, constraints, and regulatory landscapes associated with government contracts, thus aiding in compliance and strategic planning. It provides a foundational overview for stakeholders involved in federal and state contracting processes by delineating important aspects necessary for decision-making and contract execution.
    The document outlines the funding activity codes associated with the Defense Health Agency (DHA). These codes, ranging from HT0002 to HT9507, serve as a classification system for various activities and expenditures within the DHA's financial management framework. Each code represents specific funding streams or categories relevant to health defense initiatives, grant allocations, and federal project proposals. This extensive list reflects the DHA's diverse operational scope, addressing a wide array of healthcare-related projects aimed at military and public health. Furthermore, it emphasizes the structured approach the agency employs to categorize and allocate resources effectively, underscoring its commitment to transparency and accountability in financial operations. The detailed enumeration of these codes facilitates both internal and external stakeholders in understanding the financial underpinnings of defense health operations. Overall, the document serves as a crucial reference for agencies and organizations involved in federal and state RFPs, ensuring adherence to funding requirements and regulations.
    The document is a Subcontractor Past Performance Consent Form related to Request for Proposal (RFP) HT001125R0011, seeking Primary Care Behavioral Health Expert Trainer Support for the Defense Health Agency (DHA). It establishes a formal agreement where one party consents to allow exchanges of information regarding their past performance references submitted with the proposal. This includes clarification on relevance and communication concerning any adverse performance information. The form requires signatures from both the subcontractor and the prime offeror, indicating mutual consent to share and evaluate past performance details as part of the proposal assessment process. This consent is critical for maintaining transparency and accountability during the evaluation phase of the RFP process.
    The document is an agency response file related to the Request for Proposals (RFP) HT001125R0011 for Primary Care Behavioral Health Expert Trainers. It clarifies various inquiries regarding the solicitation process and requirements. The incumbent contract is HT942524C0048, awarded to SSI-Venesco JV, LLC, and the agency will consider proposals from all compliant 8(a) certified businesses. Performance issues with the current contractor are not disclosed, nor does the agency require the retention of existing personnel, only the meeting of minimum qualifications outlined in the Performance Work Statement (PWS). The agency anticipates training approximately 80 to 100 facilitators at around 350 Military Treatment Facilities worldwide, with the solicitation open until April 10, 2025. Significant clarifications include the confirmation that travel costs evaluation is unnecessary as no travel is required, and contractors may propose other labor categories beyond those specified. The contract's performance begins on or after June 5, 2025, with flexibility for extensions. The agency emphasizes the importance of adhering to proposal organization requirements and the necessity of specific past performance evaluations using prescribed questionnaires. Overall, the document details procedural expectations and clarifications for potential contractors seeking to participate in this federal initiative.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Office of Small Business Programs Support Services - Amend 7
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for the Office of Small Business Programs Support Services. The contract aims to provide comprehensive operational and management support, including business execution, strategic communication, and mentor-protégé program support, with a total award amount of up to $24,500,000. The performance period is set to begin in January 2026, lasting for one base year with four additional option years extending through January 2031. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil or Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    Workforce 3.0 - Managed Solution, Defense Healthcare Management Systems (WF3)
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a noncompetitive task order under the Workforce 3.0 contract to the Boston Consulting Group, Federal, as part of the follow-on to the successful completion of the Design-to-Outcome Task Order. This procurement aims to provide managed solutions in support of defense healthcare management systems, emphasizing the importance of professional support services in enhancing healthcare delivery for military personnel. Interested parties can reach out to primary contact Sonya Edom at sonya.m.edom.civ@health.mil or secondary contact JR Oliver at j.r.oliver.civ@health.mil for further details regarding this opportunity.
    Defense Health Agency Data Governance Transforming the Data Landscape: A Strategic Imperative for Modern Healthcare in Support of Military Readiness
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking proposals from qualified small businesses to provide contractor support for advancing enterprise data readiness and governance within the Military Health System. The primary objectives include developing a comprehensive baseline data inventory, establishing a centralized metadata repository, conducting an Analysis of Alternatives for an enterprise data catalog, and implementing automated metadata harvesting tools to enhance data accessibility and usability. This initiative is crucial for improving decision-making and operational efficiency in military healthcare, with a total contract value of $34 million and a performance period from January 30, 2026, to January 29, 2027, with options for additional 12-month periods. Interested parties should direct inquiries to Linda M. Walker or Andrea V. Rivas via email, and proposals must be submitted electronically by January 9, 2026.
    Q201 - Behavioral Health Services for Clinicians
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Great Lakes Acquisition Center (GLAC), is preparing to issue Solicitation 36C25226Q0080 for Behavioral Health Services for Clinicians, aimed at supporting approximately 20,415 employees across all VISN 12 facilities. This procurement will involve a firm fixed price contract with a base period and four option years, focusing on delivering essential behavioral healthcare services. The solicitation is expected to be released around December 3, 2025, with a response deadline set for December 15, 2025. Interested parties can direct inquiries to Richard Ruffin at richard.ruffin@va.gov, noting that no telephone inquiries will be accepted.
    Health Plan Innovation Support (HPIS) Task 1
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to issue a sole-source bridge contract to Mercer (US), LLC for Health Plan Innovation Support (HPIS) Task 1. This contract aims to provide ongoing Subject Matter Expertise (SME) for the TRICARE program, focusing on developing and implementing innovative strategies for program administration, contract structuring, and provider reimbursement, while enhancing military medical readiness and beneficiary choice. The contract, effective from January 15, 2026, to January 14, 2027, will cover 12 months of support, with performance primarily in Falls Church, Virginia, and will include travel requirements and compliance with cybersecurity standards. Interested parties can contact Jeanna Butler at jeanna.m.butler.civ@health.mil or Theophilus Agyare at theophilus.o.agyare.civ@health.mil for further information.
    Customer Care Prototyping - Commercial Solution Opening (Notice of Availability)
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking innovative solutions through its "Customer Care Prototyping 2025-2026" initiative, aimed at enhancing customer care within the Military Health System (MHS). This opportunity invites prototype projects under the authority of 10 U.S.C. § 4022, focusing on developing a foundational platform that prioritizes agile development, self-service support, and data-driven insights to improve mission effectiveness and customer sentiment while reducing costs. Interested vendors should monitor SAM for updates regarding submission instructions and evaluation criteria, with the first "Season Notice" expected in Q1 FY26. For inquiries, contact Gabriela Hurte at gabriela.y.hurte.civ@health.mil or Sonya Edom at sonya.m.edom.civ@health.mil.
    Health Care Delivery Solutions (HCDS) Electronic Health Record Follow-on (MHS GENESIS)
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking industry input for the Health Care Delivery Solutions (HCDS) Electronic Health Record (EHR) Follow-on (MHS GENESIS) procurement. This initiative aims to modernize the DoD's healthcare management system by enhancing interoperability, optimizing patient care, and leveraging commercial technology advancements while ensuring efficient integration with the Department of Veterans Affairs (VA). The procurement process is critical for maintaining a robust electronic health record system that serves approximately 9.6 million beneficiaries and 194,000 users. Interested parties are encouraged to submit their responses to the Request for Information (RFI) by November 17, 2025, and can direct inquiries to Sonya Edom at sonya.m.edom.civ@health.mil or Gabriela Hurte at gabriela.y.hurte.civ@health.mil. The anticipated timeline includes a draft RFP in Q1 FY26 and contract awards by Q4 FY26.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is soliciting quotes for the Pharmacy Uniform Formulary Blanket Purchase Agreement and the Uniform Formulary Additional Discount Program, aimed at establishing an effective pharmacy benefits program for the Military Health System. This procurement involves the evaluation and selection of pharmaceutical agents based on their clinical and cost-effectiveness, with a focus on newly approved drugs that will be reviewed by the Pharmacy and Therapeutics Committee in February 2025. Interested vendors must submit their pricing information, including National Drug Codes (NDCs), by December 19, 2024, and are encouraged to participate in a pre-quotation teleconference on December 4, 2024. For further inquiries, vendors can contact Tracy Banks at tracy.e.banks2.civ@mail.mil or Julia Trang at julia.n.trang.civ@health.mil.
    Class J&A Acquisition Contracting & Financial Support Services Bridge
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking acquisition and contracting advisory services under the Class J&A Acquisition Contracting & Financial Support Services Bridge opportunity. The objective is to provide innovative acquisition solutions and thought leadership, leveraging knowledge of recent Department of Defense acquisition reforms and associated legislation. These services are crucial for enhancing the efficiency and effectiveness of procurement processes within the DHA. Interested parties can reach out to Leslie Nelson at leslie.s.nelson7.civ@health.mil or call 703-681-4267 for further details regarding this opportunity.
    Program Executive Office, Defense Healthcare Management Systems (PEO DHMS), Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is issuing a Commercial Solutions Opening (CSO) to solicit proposals for prototype projects aimed at enhancing the effectiveness of healthcare delivery for military personnel. This initiative seeks innovative solutions that improve platforms, systems, components, or materials utilized by the Department of Defense, particularly in the realm of electronic health records and data management. The CSO will remain open until July 1, 2026, and interested parties are encouraged to submit their proposals, ensuring they adhere to the guidelines outlined in the associated documents. For inquiries, potential respondents can contact Lacey Lockard at lacey.n.lockard.civ@health.mil or Elizabeth Holten at elizabeth.l.holten.civ@health.mil.