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 procurement aims to deliver mentoring and training support to ensure compliance with established standards and service delivery models within the DHA's Primary Care Behavioral Health (PCBH) program. This initiative is crucial for enhancing the integration of behavioral health services into primary care settings, ultimately improving patient care within Military Treatment Facilities (MTFs) worldwide. 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. The contract is set aside for 8(a) concerns and will be awarded as a Firm Fixed-Price contract for a period of 60 months, including options for extension.

    Files
    Title
    Posted
    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 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 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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Primary Care Behavioral Health Expert Trainers
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking qualified trainers to provide expertise in Primary Care Behavioral Health. The objective of this procurement is to enhance the training capabilities within the DHA by engaging experts who can deliver specialized training in behavioral health practices, particularly in outpatient mental health and substance abuse services. This initiative is crucial for improving the quality of care provided to service members and their families, ensuring they receive comprehensive mental health support. Interested parties should contact John J. Kelley at john.j.kelley36.ctr@health.mil or 703-681-7226, or Cherish Young at cherish.d.young2.civ@health.mil or 703-681-7270 for further details, as this opportunity is set aside for 8(a) participants under NAICS code 621420, with performance expected in Falls Church, Virginia.
    Remote Health Readiness Program 4 (RHRP-4)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Remote Health Readiness Program 4 (RHRP-4), which aims to provide comprehensive medical and dental readiness services to military personnel, including both active duty and reserve components. The contract, valued at up to $1.61 billion, will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) contract over a ten-year period, encompassing a transition phase followed by a base period and nine optional years of performance. This initiative is crucial for maintaining the health and operational readiness of service members, ensuring they receive necessary assessments and treatments across various modalities, including in-clinic and virtual care. Interested contractors should contact Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or call 703-681-5821 for further details regarding the solicitation process.
    Remote Health Readiness Program 4 (RHRP-4)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the Remote Health Readiness Program 4 (RHRP-4), aimed at enhancing the health readiness of military personnel. This procurement focuses on medical evaluation and screening services, specifically within the realm of mental health, as indicated by the NAICS code 621112. The services are critical for ensuring the well-being of service members and maintaining operational readiness. Interested vendors can reach out to Nakaura C Yusuf at nakaura.c.yusuf.civ@health.mil or call 703-681-5821 for further details regarding the presolicitation notice.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting quotations for a Blanket Purchase Agreement (BPA) related to the Pharmacy Uniform Formulary and the Uniform Formulary Additional Discount Program. This procurement aims to secure pharmaceutical agents for inclusion in the DoD's integrated pharmacy benefits program, focusing on enhancing medication management for service members while ensuring cost-effectiveness and compliance with established pricing protocols. The initiative is particularly significant for managing high-value medications, such as those used in breast cancer treatment, and emphasizes the importance of accurate data representation and adherence to procedural changes within the Military Health System. Interested vendors must submit their quotes by March 20, 2025, and can direct inquiries to Tracy Banks at tracy.e.banks2.civ@health.mil or Julianne Canaley at julianne.m.canaley.ctr@health.mil.
    Psychological Health and Research Support for the Naval Health Research Center
    Buyer not available
    The Department of Defense, through the Naval Health Research Center, is seeking proposals for psychological health and research support services. The objective of this procurement is to enhance research capabilities in the field of psychological health, which is critical for the well-being of military personnel and their families. The services will focus on applied research and development in health-related areas, contributing to the overall mission of improving mental health outcomes within the Navy. Interested parties can reach out to Helen Tyson at 215-697-9653 or via email at helen.tyson@navy.mil for further details regarding the solicitation process.
    Systems, Engineering, and Integration Support
    Buyer not available
    The Defense Health Agency (DHA) is seeking information regarding Systems Engineering and Integration (SE&I) Support Services through a Request for Information (RFI) identified as HT0011-25-RFI-0226. The primary objective of this procurement is to identify potential contractors capable of enhancing DHA's IT systems, particularly focusing on the Electronic Health Record (EHR) for military health services, while ensuring compliance with cybersecurity requirements and supporting strategic IT initiatives. This opportunity is crucial for modernizing and maintaining military health IT systems, with the contract expected to span a 12-month base period and potentially include additional optional periods. Interested vendors must submit their responses by April 7, 2025, and can direct inquiries to Saera Khan at saera.khan.civ@health.mil or Marcus Riley at marcus.j.riley3.civ@health.mil.
    Drug and Pharmacology Database
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking market research input for a Comprehensive Clinical and Dental Drug and Pharmacology Database. This database is crucial for the Department of Defense Medicine and Military Health System, serving as a primary source of drug information for clinical and dental applications. The RFI (HT001125RFI0225) aims to assess the capabilities of potential service providers, including their organizational structure and project management skills, with a focus on enhancing healthcare delivery within military frameworks. Interested organizations must submit their capability statements and contact information by 12:00 PM on March 25, 2025, and inquiries should be directed to Jeanna Butler or Theophilus Agyare via their provided emails.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is issuing a Request for Quotation (RFQ) for pharmaceutical agents to be included in the Uniform Formulary under the TRICARE pharmacy benefit. This procurement aims to evaluate the clinical and cost-effectiveness of medications, allowing manufacturers to submit quotes for both the Uniform Formulary Blanket Purchase Agreement (UF BPA) and the Uniform Formulary Additional Discount Program (UF ADP). The selected pharmaceutical agents will be utilized in Military Treatment Facilities (MTFs) and the TRICARE retail network, emphasizing the importance of providing effective healthcare solutions while managing costs. Interested manufacturers must submit their quotes by March 20, 2025, and can direct inquiries to Stephanie Erpelding at stephanie.j.erpelding.civ@health.mil or Tracy Banks at tracy.e.banks2.civ@health.mil.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Buyer not available
    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.
    Digital Imaging Network Picture Archive and Communication System (DINPACS) Workflow Analysis and Training at Naval Medical Center Portsmouth
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is soliciting proposals for a firm fixed-price contract to provide non-personal services related to the Digital Imaging Network Picture Archive and Communication System (DINPACS) workflow analysis and training at the Naval Medical Center Portsmouth, Virginia. The contractor will be responsible for ensuring quality control of radiographic images, administering PACS, and providing training and technical support to medical staff, with a focus on maintaining a minimum of 98% system uptime. This procurement is critical for enhancing imaging technology services and improving patient care within the Radiology Department. Interested 8(a) participants must submit their proposals by April 14, 2025, and can direct inquiries to Benjamin Reichlin or Jacqueline M. Mendoza via their provided email addresses.