inTransition Call Center
ID: HT001124RFI0051Type: Sources Sought
Overview

Buyer

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

NAICS

Telemarketing Bureaus and Other Contact Centers (561422)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)
Timeline
    Description

    The Defense Health Agency (DHA) is seeking information from qualified organizations to support the inTransition Call Center, aimed at assisting transitioning service members and veterans in accessing psychological health care and resources. This initiative addresses the critical need for continuity of mental health services during the transition from the Department of Defense (DoD) to Veterans Affairs (VA) healthcare systems, providing 24/7 support through a call center staffed by trained professionals. Interested parties are required to submit a capability statement detailing their qualifications and strategies by February 14, 2025, with all submissions becoming government property. For further inquiries, respondents may contact Crystal Randolph at crystal.d.randolph.civ@health.mil or Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil.

    Files
    Title
    Posted
    The Defense Health Agency (DHA) has issued a Request for Information (RFI) regarding inTransition Support Services aimed at assisting transitioning service members and veterans in accessing psychological health care and resources. This initiative responds to past concerns about service members disengaging from mental health services during their transition from the Department of Defense (DoD) to Veterans Affairs (VA) healthcare systems. Established in 2010 and made mandatory in 2014, inTransition provides 24/7 support, including a call center staffed by trained professionals to help individuals connect with care and maintain continuity. The RFI outlines requirements for a robust support system capable of operating throughout the year and specifies the need for licensed mental health coaches, outreach specialists, and various operational capabilities. Organizations interested in responding must provide a capability statement detailing their qualifications and strategies, along with administrative information. This RFI is purely for information gathering and planning, with no commitment from the government for procurement. Submissions are due by February 14, 2025, and will become government property. The RFI emphasizes the importance of compliance with cybersecurity laws and regulations prior to contract award, ensuring the reliability of services provided to transitioning service members and veterans seeking mental health support.
    Lifecycle
    Title
    Type
    inTransition Call Center
    Currently viewing
    Sources Sought
    Similar Opportunities
    Health Technology Capability Statement Collection
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking information from contractors regarding their capabilities in the Defense Health Information Technology sector as part of a Request for Information (RFI) titled "Health Technology Capability Statement Collection." This initiative aims to evaluate vendors' abilities to adapt to emerging technologies, particularly artificial intelligence (AI), to enhance procurement decisions for fiscal year 2025. The information gathered will contribute to the creation of a digital market research repository that supports the DHA's mission and fosters innovation within the healthcare technology sector. Interested parties must submit their capability statements in PDF format by December 31, 2024, with submissions accepted on a rolling quarterly basis thereafter. For further inquiries, contact Sharria T. Wells at sharria.t.wells.civ@health.mil.
    AN42 - Psychological Health and Research Support for the Naval Health Research Center
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking contractor support for Psychological Health and Research Support for the Naval Health Research Center (NHRC). This procurement aims to establish a Cost-Plus-Fixed-Fee type single award Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide health research operations, development, assessment, surveillance, and operational services to support the Psychological Health and Readiness Department of the Military Population Health Directorate at NHRC. The contract, which is critical for enhancing the psychological health and readiness of military personnel, is anticipated to have a five-year ordering period starting on July 11, 2025. Interested offerors should contact Helen Tyson at helen.tyson@navy.mil to express their interest, and they must monitor for the solicitation release, as no paper or electronic copies will be provided.
    7A20--VA Community Care Provider Directory (VA-26-00000156)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking information from vendors to develop a comprehensive Provider Directory to support the Community Care Program for Veterans and their families. The objective is to create a scalable solution that includes both active and non-active providers, integrates scheduling functionalities, and ensures data integrity while accommodating future growth. This initiative is crucial for enhancing the management and accessibility of provider information, thereby improving healthcare delivery for Veterans and their beneficiaries. Interested vendors must submit their capability statements by February 13, 2025, to Contract Specialist William Freer at William.Freer@va.gov, with no commitment from the government to award a contract at this stage.
    Financial Improvement & Audit Remediation (FIAR) and Audit with Draft PWS Services Support
    Buyer not available
    The Defense Health Agency (DHA) is seeking proposals for Financial Improvement & Audit Remediation (FIAR) and Audit Services Support, as outlined in the Draft Performance Work Statement (PWS). The primary objectives of this procurement include achieving audit readiness, enhancing business processes, and implementing a Risk Management and Internal Control (RMIC) program to strengthen internal controls and standardize core business operations. This initiative is crucial for improving financial management and compliance within the Military Health System, ultimately supporting active-duty service members and their families. Interested parties should prepare their proposals in accordance with the draft PWS, as the final solicitation is expected to be published on SAM.gov within 10 days. For further inquiries, contact Tanzania Robinson at tanzania.m.robinson.civ@health.mil or Carlos Sikaffy at carlos.a.sikaffy.civ@health.mil.
    LEGACY DATA CONSOLIDATION SOLUTION – HEALTH INFORMATION ARCHIVE
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Mediquant, LLC for the provision of Health Information Archive (HIA) services aimed at consolidating legacy data and maintaining software systems. This contract will support the Enterprise Intelligence and Data Solutions (EIDS) Program Management Office (PMO) by mapping and loading data sets into Mediquant's proprietary data model and ensuring the operational integrity of the HIA, which is crucial for managing health-related information. The contract is expected to be a Firm Fixed-Price agreement with a base period of 12 months and four additional option periods, with an anticipated award date no later than December 2024. Interested parties may express their capabilities to Domonique Holmes via email at domonique.p.holmes.civ@health.mil within 7 calendar days of this notice.
    Two-Phase Design Build MATOC IDIQ for Healthcare Facilities in Support of the Defense Health Agency (DHA) ? Southern Region
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Mobile, is soliciting proposals for a Two-Phase Design Build Multiple Award Task Order Contract (MATOC) for healthcare facilities in support of the Defense Health Agency (DHA) in the Southern Region. This contract aims to provide a comprehensive range of design-build, repair, and construction services, including renovation and new construction for DHA medical treatment facilities and medical research laboratories, primarily at military installations. The selected contractors will be expected to deliver quick and cost-effective solutions to meet the requirements of DHA facilities, adhering to statutory cost limitations for new construction projects funded under the U.S. Army's Operation and Maintenance program. Interested parties can reach out to Stephen Breland at stephen.n.breland@usace.army.mil or Robert McAllister at ROBERT.S.MCALLISTER@USACE.ARMY.MIL for further details.
    Contracting and Acquisition Support Services (CASS) - Request for Proposals (RFP)
    Buyer not available
    The Defense Health Agency (DHA) is seeking proposals for Contracting and Acquisition Support Services (CASS) through a Request for Proposals (RFP). This procurement aims to establish a single-award indefinite-delivery indefinite-quantity (IDIQ) contract valued at up to $225 million, intended to enhance operational efficiency and ensure mission success by streamlining the contracting process. The contract will run from February 15, 2025, to February 14, 2030, and is set aside for small businesses under FAR 19.5. Interested parties can contact Pamela Bryerton at pamela.j.bryerton.civ@health.mil or Stephani Preusser at stephani.n.preusser.civ@health.mil for further information.
    Learning Management System
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract for a Learning Management System (LMS) to PowerTrain, Inc., aimed at providing continuing education (CE) and continuing medical education (CME) for Department of Defense (DoD) personnel. The selected service provider must deliver accredited training products that meet regulatory and safety training requirements for Military Treatment Facilities (MTFs), in accordance with DoD and Occupational Safety and Health Administration guidelines. This contract is crucial for ensuring that DoD personnel maintain their credentialing and licensure requirements, with a base period from February 1, 2025, to January 31, 2026, and an option for an additional year. Interested parties can contact Linda M. Walker at linda.m.walker38.civ@health.mil for further information, but no solicitation package will be available, and submissions will be for informational purposes only.
    Long Range Acquisition Forecast FY25.
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is issuing a Special Notice regarding the Long Range Acquisition Forecast for Fiscal Year 2025. This forecast aims to inform the business community about upcoming procurement plans, including various contracting opportunities that will be periodically updated as priorities evolve. The DHA is focused on enhancing healthcare delivery and operational readiness for military personnel, with significant initiatives such as the Remote Health Readiness Program and Enterprise Medical Coding services, which are projected to have substantial contract values over the coming years. Interested vendors can access detailed information and subscribe to notifications on the sam.gov website, and for further inquiries, they may contact Marco A. Cypert at marco.a.cypert.civ@mail.mil or Kevin Hodge at kevin.d.hodge8.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.