RFP 693JF725R000005 Virtual Mental Health App support services
ID: 693JF725R000005Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFMARITIME ADMINISTRATION693JF7 DOT MARITIME ADMINISTRATIONWASHINGTON, DC, 20590, USA

NAICS

Offices of Mental Health Practitioners (except Physicians) (621330)

PSC

MEDICAL- PSYCHIATRY (Q519)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Transportation, specifically the Maritime Administration, is seeking proposals for the provision of virtual mental health app support services aimed at Midshipmen at the United States Merchant Marine Academy (USMMA). The procurement focuses on a mental health application that provides 24/7 access to licensed counseling services, ensuring that approximately 1,000 Midshipmen can receive support globally, including while at sea. This initiative underscores the government's commitment to enhancing mental health resources within military training environments, addressing the critical need for accessible care. Interested small business contractors must submit their proposals by the established deadline, with further inquiries directed to Durba Ray at durba.ray@dot.gov or Stacy Copeland at Stacy.copeland.ctr@dot.gov.

    Point(s) of Contact
    Durba Ray
    (202) 366-9551
    (202) 366-3237
    durba.ray@dot.gov
    Stacy Copeland, Contract Specialist
    Stacy.copeland.ctr@dot.gov
    Files
    Title
    Posted
    The document outlines RFP 693JF725R00005, including a pricing sheet for a proposed mental health app and support services. It specifies the costs associated with three years of service: the base year and two option years, each at a unit price of $1,000 for each clinical line item number (CLIN). The pricing structure indicates that the total amounts for the base and option years are to be filled in and summed for a grand total. The RFP is designed to solicit proposals from vendors for mental health support solutions, reflecting the federal government's interest in addressing mental health needs through digital applications. This structured pricing presentation is typical for government procurements, providing clarity on expected costs and enabling evaluation of bids based on budgetary considerations. The document emphasizes the commitment to enhancing accessible mental health services through community partnerships.
    The file RFQ 693JF725R000005 outlines the Maritime Administration's Request for Qualifications for Virtual Mental Health App support services and includes a Past Performance Evaluation Questionnaire for contractors. It requests detailed contractor information, including contact details, contract specifics, and services provided, to assess their past performance. The evaluation uses a standardized grading system ranging from "Highly Satisfactory" to "Unsatisfactory" based on various performance metrics, including service quality, adherence to schedules, financial stability, and responsiveness. Respondents are instructed to provide ratings and explanations for each metric and to comment on the contractor's strengths, weaknesses, and any history of recurring issues. The ultimate goal is to evaluate the contractor's overall performance and determine reliability and suitability for future contracts. The completed questionnaires must be submitted by March 5, 2025, to designated government contacts, ensuring a thorough assessment of past performance for ongoing government contracts.
    The RFP 693JF725R000005 focuses on securing virtual mental health app support services for the U.S. Department of Transportation and the United States Merchant Marine Academy (USMMA). It addresses several key questions regarding eligibility for participation, including the requirement for providers to be U.S.-licensed and the clarity on insurance obligations. The document outlines the expectations for contractors, emphasizing the need for relevant past performance documentation from only prime contractors, with a cap of two pages for submission. It also clarifies the training needs for approximately 270-300 new Midshipmen users annually and the role of the app as a primary resource for mental health support, particularly during non-business hours. Additionally, there are specifications for the qualifications of mental health providers, highlighting the importance of experienced and licensed professionals. The solicitation is a new requirement with no incumbent, and the requested services aim to enhance mental health care access for Midshipmen, emphasizing its relevance in addressing gaps in care, particularly for those at sea. The responses provided by the government highlight the strict adherence to licensing and operational expectations, ensuring liability protection, and the strategic framework for mental health counseling services.
    The document outlines responses to inquiries regarding RFP 693JF725R000005 for Virtual Mental Health App support services. Key topics include eligibility for foreign companies, proposal submission logistics, past performance evaluation, insurance requirements for service providers, and app user training for midshipmen. Notably, all providers must be U.S.-licensed, and only one past performance example from the prime contractor is permitted within a five-page limit. The app's primary role is to offer mental health resources for midshipmen, especially while at sea, supplemented by licensed counseling services. The anticipated daily call volume to counselors and internet accessibility for midshipmen at sea are addressed, highlighting the expectation that connectivity is generally reliable but not guaranteed. The submission date remains fixed, and supporting documentation will not count towards the 10-page limit. Overall, the responses clarify specific requirements and constraints for potential bidders, emphasizing both regulatory compliance and the operational goals of the program.
    The document outlines a Request for Proposal (RFP) for mental health app and counseling support services intended for Midshipmen at the United States Merchant Marine Academy (USMMA). Issued on February 5, 2025, the RFP is designed as a total small business set-aside, seeking bids for an app that facilitates access to licensed mental health counseling available 24/7 globally. Key requirements include the app being downloadable on Android and iOS, offering user-friendly features for logging in, submitting queries, and connecting with counseling providers via text or video chat. The contract consists of a base year and two option years, with a total user capacity of approximately 1,000 Midshipmen. Contractors must ensure that their providers hold the appropriate licenses and experience, particularly with youth populations. Deliverables include monthly usage reports and adherence to federal privacy standards (HIPAA/FERPA). Additionally, the RFP emphasizes the importance of creating a stigma-free environment for seeking mental health support, highlighting the critical need for accessible mental health resources in the maritime context where Midshipmen may be stationed worldwide. Ultimately, the document reflects the government's commitment to supporting the mental well-being of those serving in maritime capacities.
    The document outlines a Request for Proposal (RFP) for the provision of a virtual mental health app and counseling support services for the United States Merchant Marine Academy (USMMA). Issued on February 5, 2025, the RFP emphasizes the need for a qualified contractor to deliver a pre-existing mental health application capable of serving approximately 1,000 Midshipmen globally, including those aboard vessels. The contract spans a base year from May 1, 2025, to April 30, 2026, with two optional renewal years. Key tasks include making the app accessible on Android and iOS, facilitating connections to licensed mental health counselors, and providing 24/7 support. Contractors must ensure compliance with data privacy standards including HIPAA, and demonstrate experience with young adults. The evaluation will focus on the app's performance, usage reports, and user feedback, while ensuring that all services remain confidential and manageable. The intention of this solicitation is to improve Midshipmen's access to mental health resources, aiming to foster a supportive environment while removing barriers to seeking care. The RFP affirms the government’s goal of enhancing mental health services within military training environments, ensuring qualified and timely support.
    The document outlines Amendment Two to Request for Proposal (RFP) 693JF725R000005, effective February 26, 2025. Key changes include the removal of two specific clauses: 52.222-21 "Prohibition of Segregated Facilities" and 52.222-26 "Equal Opportunity," and the incorporation of clause 52.204-8 pertaining to "Annual Representations and Certifications" with a deviation noted. Additionally, new Questions and Answers have been uploaded and integrated into the RFP, with revisions highlighted in orange. Importantly, the RFP's closing date remains unchanged, and all other terms and conditions of the solicitation are retained in full force. The document clarifies the acknowledgment process for offers in response to the amendment and outlines that the contractor is not required to sign and return the document for it to be valid. This amendment reflects the government’s ongoing adjustments to the solicitation process, maintaining alignment with regulatory requirements and the integrity of the procurement process.
    The document serves as an amendment to Request for Proposal (RFP) 693JF725R000005, primarily aimed at updating and clarifying requirements for prospective contractors. Key changes include the addition of NAICS code 621399 and PSC code Q519 to the RFP, necessitating that all offerors qualify as small businesses under this code. The amendment also incorporates questions and answers related to the RFP into the documentation, ensuring that potential bidders are fully informed. Importantly, the closing date for the RFP remains unchanged, and all existing terms and conditions continue without modification. The amendment underscores the necessity for offerors to acknowledge receipt of the amendment by specific methods, with failure to do so potentially leading to rejection of their offers. This document illustrates the structured process of federal procurements and the importance of compliance for eligible contractors.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Crew Vessel Transportation Services
    Buyer not available
    The Department of Defense, specifically the NAVSUP Fleet Logistics Center in Pearl Harbor, is seeking proposals from small businesses for Crew Vessel Transportation Services to support Midshipmen training at Point Loma, San Diego, from May 15, 2025, to August 15, 2025. The contractor will be responsible for transporting Navy personnel via a crew transfer vessel (CTV) to designated locations near San Clemente Island, adhering to safety and operational regulations, and ensuring compliance with U.S. Coast Guard standards. This service is crucial for facilitating essential submarine operations and training missions, with proposals evaluated based on the Lowest Priced Technically Acceptable (LPTA) method. Interested parties must register in the System for Award Management (SAM) and submit their proposals, including pricing and qualifications, by the specified deadlines. For further inquiries, contact Kyle Quintal at kyle.p.quintal.civ@us.navy.mil.
    USMMA Mold Remediation Misc. Rooms
    Buyer not available
    The Department of Transportation, specifically the Maritime Administration, is seeking qualified contractors for mold remediation services at the United States Merchant Marine Academy (USMMA) in Kings Point, New York. The project involves addressing mold issues in specific areas, including the 2nd Floor Storage Room of Land Hall and the Mechanical Room of Jones Hall, requiring compliance with federal, state, and local regulations, including the New York State Mold Law. This initiative is crucial for ensuring the safety and habitability of historic properties while adhering to environmental protection standards. Interested small businesses must submit their proposals electronically by March 31, 2025, and are encouraged to contact Amit S. Narine at NarineA@usmma.edu or Carmen I. Feliz at felizc@usmma.edu for further details.
    Broad Agency Announcement for Qualified Vessel Operators to act as General Agent for Vessels Owned, Controlled or Time-Chartered by the Maritime Administration
    Buyer not available
    Special Notice: Transportation, Department of, Maritime Administration is seeking feedback on a draft application and agreement terms and conditions for becoming a General Agent. This opportunity is open to interested parties eligible to be awarded a General Agency Agreement as an agent of the United States of America. The purpose of this notice is to gather comments and feedback on the draft application and agreement terms and conditions. The General Agent will act on behalf of the Director, National Shipping Authority (NSA) of the Maritime Administration (MARAD), Department of Transportation. The draft application specifies that agent appointments will be restricted to U.S. citizens who are operators of vessels meeting specific criteria. Dry cargo vessels must have a length along the waterline (LWL) of 450 feet or greater and a cargo capacity of 7500 Dead Weight Tons (DWT) or greater. Tankers must have a cargo capacity of 25,000 DWT or greater. Interested vendors are invited to provide feedback/comments on the draft application and agreement terms and conditions by February 28, 2020, at 10:00 AM Eastern. The feedback/comments should be submitted via email to the Contracting Officer, Tina Gillespie-Lucas, at tina.gillespielucas@dot.gov. Please note that this draft is not a solicitation for government services and no awards will be made based on this draft. Interested vendors are advised to thoroughly read the draft and submit their comments by the designated date and time. Responses to feedback/comments are expected to be posted on beta.SAM.gov after the closure of this draft announcement.
    Defense Maritime Solutions (WARTSILA) Brand Equipment (Supply) and Maintenance Repair
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking potential sources for an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract focused on the maintenance and support of Defense Maritime Solutions (WÄRTSILÄ) brand equipment. The procurement aims to secure engineering support, general services, and hardware, with tasks including routine maintenance, corrective repairs, and training, all governed by individual Task Orders (TOs). This initiative is crucial for ensuring the operational readiness of the MSC fleet, adhering to stringent quality and safety standards set by the American Bureau of Shipping (ABS) and the United States Coast Guard (USCG). Interested vendors, particularly small businesses, are encouraged to submit capability statements and past performance data by March 12, 2025, to primary contact Deborah Brett at deborah.d.brett.civ@us.navy.mil or secondary contact Andrew MacDonald at andrew.p.macdonald2.civ@us.navy.mil.
    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.
    Layberthing for up to three (3) CAPE S class RRF vessels, CAPE SABLE, CAPE SAN JUAN, CAPE STARR on the U.S. East, Gulf, or West Coast. (Amendment 1)
    Buyer not available
    The Department of Transportation's Maritime Administration (MARAD) is soliciting proposals for layberthing services for three Reserve Fleet vessels: CAPE SABLE, CAPE SAN JUAN, and CAPE STARR, to be located on the U.S. East, Gulf, or West Coast. The procurement aims to secure long-term layberthing provisions, including per diem berthage, security, electrical services, water, and sewage services, with contract performance periods spanning from March 18, 2025, to March 17, 2035, and options for extensions. This initiative is crucial for maintaining operational readiness and safety in U.S. maritime services, encouraging participation from diverse business categories, including small businesses and those owned by service-disabled veterans and women. Interested bidders can contact Henry H. Puppe at henry.puppe@dot.gov or call 202-493-8977 for further details.
    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.
    Unmanned Hyperbaric Systems Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Unmanned Hyperbaric Systems Support Services through a firm-fixed price, multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The procurement aims to secure comprehensive support services that are critical for the maintenance and operation of unmanned hyperbaric systems, which play a vital role in various defense operations. Interested offerors must adhere to specific submission requirements, focusing on evaluation factors such as Technical Capability, Key Personnel, Safety, Small Business Utilization, Past Performance, and Price, with proposals due by March 24, 2025. For further inquiries, potential bidders can contact Matthew Duong at matthew.h.duong.civ@us.navy.mil or Anthony Gonzales at anthony.j.gonzales104.civ@us.navy.mil.
    MSC PROFORMAS DECEMBER 2024 (12-24)
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting proposals for various maritime services, including tugboat, dry cargo, tanker, and passenger charters, effective December 2024. The procurement aims to secure reliable and compliant transportation and logistical support for military operations, emphasizing adherence to federal regulations, safety protocols, and operational readiness. These services are critical for maintaining the efficiency of defense logistics and ensuring the timely movement of military cargo and personnel. Interested contractors can contact Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further details and must adhere to the submission guidelines outlined in the associated RFP documents.
    Maritime Domain Awareness Service
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from qualified vendors for a Maritime Domain Awareness Service. This procurement aims to enhance the Coast Guard's capabilities in monitoring and understanding maritime activities, which is crucial for national security and safety. The services will likely involve advanced computer-related solutions to support maritime surveillance and data analysis. Interested parties can reach out to Adam Petty at adam.f.petty1@uscg.mil or William Lewis at william.e.lewis3@uscg.mil for further details regarding this Sources Sought notice.