Tribal Home Visiting Resources Institute for Excellence (THRIVE)
ID: 75ACF124R00010Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFADMINISTRATION FOR CHILDREN AND FAMILIESACF OFFICE OF GOVERNMENT CONTRACTING SERVICESWashington, DC, 20201, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    The Department of Health and Human Services, through the Administration for Children and Families (ACF), is seeking a small business to provide technical assistance services for the Tribal Home Visiting Resource Institute for Excellence (THRIVE). The primary objective of this contract is to support the implementation of evidence-based home visiting programs within American Indian and Alaska Native (AIAN) communities, enhancing the capacity of the Tribal Maternal, Infant, and Early Childhood Home Visiting (Tribal MIECHV) Program. This initiative is crucial for fostering strong early childhood systems and ensuring compliance with federal grant requirements, ultimately promoting the health and education of families in these communities. Interested parties must submit their final proposal revisions by September 9, 2024, with a targeted award date of July 29, 2024; for further inquiries, contact Bruce Jackson II at bruce.jackson@acf.hhs.gov or Courtney L. Ahlborn at Courtney.Ahlborn@acf.hhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for the Tribal Home Visiting Resource Institute for Excellence (THRIVE), a federal contract aimed at providing technical assistance to support evidence-based home visiting programs for American Indian and Alaska Native (AIAN) communities. It specifies that the contractor's role is non-commercial and will focus on enhancing the capacity of Tribal Maternal, Infant, and Early Childhood Home Visiting (Tribal MIECHV) Program recipients by providing training, resources, and support in implementing culturally relevant practices. The objectives include fostering strong early childhood systems, promoting coordination among various service providers, and ensuring compliance with federal grant requirements. The contractor must facilitate collaboration among grantees, federal officers, and relevant stakeholders, ensuring comprehensive support tailored to community needs. Moreover, the contract spans five years and encompasses various tasks, such as project management, data analysis, and the development of resources for grant recipients. It highlights an integrated approach to technical assistance, encouraging adaptive strategies grounded in tribal practices, and seeks to empower communities to enhance the health and education of their families. Ultimately, this initiative underscores the government's commitment to supporting tribal sovereignty while enhancing the delivery of essential early childhood services in these communities.
    The government agency seeks technical assistance and support staff for a large-scale project through a cost-plus-fixed-fee contract. The base period focuses on setting up a robust project management structure. Labor is the primary procurement objective, with the agency seeking a wide range of personnel, including corporate monitors, project directors, task leads, technical assistance specialists, dissemination specialists, and administrative support staff. The agency requires detailed hourly rates for each role, with options for extended periods, featuring similar labor requirements. The scope involves managing the project, coordinating resources, and delivering technical assistance, dissemination strategies, and administrative support. Key dates and evaluation criteria are missing, but the agency appears to prioritize experience and quality in selecting vendors.
    The US Department of Health and Human Services seeks a small business to provide services that promote excellence in implementing tribal evidence-based home visiting programs. This Cost Plus Fixed-Fee contract is divided into two base periods and four optional periods extending to August 2029, with a potential six-month extension. The contractor will synthesize grantee reports and evaluate resources developed for the program. Security requirements include protecting CUI and adhering to HHS's information security policies, with training provided. Deliverables include a Quality Control Plan and a Security Assessment Report. Evaluation criteria cover technical approach, past performance, and cost. Critical dates include a 30-day offer period and a targeted award date of July 29, 2024.
    The Administration for Children and Families issues a solicitation amendment seeking acknowledgment from offerors. This amendment revises key solicitation documents: the Performance Work Statement, Conflict of Interest guidelines, Wage Determination, and Price Sheet. Offerors are required to acknowledge receipt of this amendment and, if desired, submit revised offers reflecting the changes. The amendment does not alter the contract's period of performance, which spans from August 15, 2024, to September 30, 2029. The revised solicitation materials provided as attachments aim to update and clarify the terms and conditions of the procurement process.
    The document is an amendment (No. 0003) to a federal solicitation (No. 75ACF124R00010) issued by the Administration for Children and Families (ACF). It outlines changes related to the Performance Work Statement (PWS) and updates to solicitation Section B.3 regarding services and prices. The amendment specifies that the total period of performance will not exceed 60 months, with various contract line item numbers (CLINs) detailing anticipated performance periods. For example, the base period is set from August 15, 2024, to March 31, 2025, with options extending into 2029. It also includes instructions for acknowledgments of the amendment and requirements for submitting changes to offers. Importantly, all other terms and conditions remain unchanged from previous documents. This amendment is a standard procedural step in federal contracting, ensuring clarity and compliance in the contract modification process.
    The document serves as an amendment to a solicitation (75ACF124R00010) issued by the Administration for Children and Families (ACF), detailing essential instructions for offerors regarding the submission of cost/pricing data and updated proposal revisions. Specifically, it outlines the need for offerors to submit six months of option pricing data without escalation to facilitate evaluation of potential options under FAR 52.217-8, noting that certain line items are exempt from this requirement. Additionally, the amendment emphasizes adherence to previously established page limits and formatting for final proposal revisions, allowing Evaluation Notice responses to be submitted as an appendix without counting against the total page limit. The deadline for submission of final proposal revisions is set for September 9, 2024, by 9:00 a.m. ET. The essential aim of this amendment is to ensure clarity and compliance among offerors in the bidding process, maintaining the integrity of the solicitation while providing necessary updates.
    The focus of this procurement is managing organizational conflict of interest (OCI) and protecting sensitive information. The contractor will be tasked with ensuring their employees' adherence to non-disclosure agreements and handling proprietary information accessed during the contract's execution. This involves immediate notification of actual or potential OCIs, developing mitigation plans, and adhering to government requests for returning or purging sensitive data. The main objective is to safeguard the government's proprietary and sensitive information while avoiding and managing potential OCIs throughout the contract's lifecycle.
    This document outlines the wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor, specifying minimum wage and fringe benefits mandated for federal contractors. Wage Determination No. 2015-4281, revised on April 11, 2024, indicates minimum hourly pay rates based on the contract start date and applicable executive orders: $17.20 under Executive Order 14026 for contracts initiated or renewed after January 30, 2022, and $12.90 under Executive Order 13658 for contracts awarded between January 1, 2015, and January 29, 2022, if not renewed post-January 30, 2022. The document provides a detailed occupational listing with corresponding wage rates for various positions across multiple sectors, including administrative support, automotive services, healthcare, and technical occupations. Additionally, it emphasizes employer obligations concerning health benefits, paid sick leave under Executive Order 13706, vacation, and holiday pay. Specific guidelines for processing requests for additional classifications and wages (SF-1444) are included to ensure compliance. Overall, the document serves as a critical resource for contractors engaged in federal contracts, aiming to align compensation with legislative requirements, thereby protecting worker rights and standards in government-related employment contexts.
    The government seeks a technical assistance (TA) provider for the Tribal Home Visiting Resource Institute for Excellence (THRIVE), a center supporting the Tribal Maternal, Infant, and Early Childhood Home Visiting (Tribal MIECHV) Program. THRIVE aims to enhance the implementation of evidence-based home visiting programs in Native American and Alaska Native communities. The TA provider will collaborate with Tribal MIECHV grant recipients, offering tailored assistance to meet their needs. Services include community assessments, implementation planning, performance measurement, data system improvement, and continuous quality improvement support. Additionally, the contractor will operate and maintain the ACF Tribal Home Visiting Reporting System, ensuring data security and privacy. The goal is to strengthen early childhood systems in these communities. This five-year contract emphasizes regular communication, coordination with federal teams and grant recipients, and the development of resources, with tasks managed through a fluid work plan. Key dates and deadlines will be outlined in the work plan, with a focus on a seamless transition of services. Evaluation will likely be based on the quality and relevance of the resources and services provided.
    The document is an official amendment to the solicitation numbered 75ACF124R00010, managed by the Administration for Children and Families (ACF). The amendment outlines necessary procedures for acknowledging this amendment in submitted offers, emphasizing that offers must be received by the stated deadline to avoid rejection. The key change involves requesting final proposal revisions from contractors, which must adhere to specified page counts and limitations. Notably, any responses deemed "EN" may be included as an appendix without affecting the total page count. The deadline for these final proposals is set for September 4, 2024, at 4:30 p.m. ET. The document maintains the original terms and reinforces the formal structure of government RFP processes, ensuring compliance from all parties involved.
    Lifecycle
    Title
    Type
    Similar Opportunities
    24/7 Telebehavioral Health Services - New Sunrise Regional Treatment Center (NSRTC) - Pueblo of Acoma, NM
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for 24/7 Telebehavioral Health Services at the New Sunrise Regional Treatment Center (NSRTC) located in Pueblo of Acoma, New Mexico. The procurement aims to provide mental health services to adolescents suffering from Serious Mental Illness (SMI) and Substance Use Disorders (SUD) through telehealth, thereby enhancing access to care and addressing treatment gaps in the community. This contract, which is a Total Small Business Set-Aside, will be awarded for a base year with four option years, emphasizing the importance of culturally competent care and quality assurance in mental health outcomes for Native American youth. Interested vendors must submit their proposals by 5:30 PM MDT on October 18, 2024, and can direct inquiries to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov.
    DFPC Technical Writing Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking qualified small businesses to provide Technical Writing Services for the development of a handbook for the Division of Federal Projects and Contracts (DFPC). This handbook is essential for documenting operational procedures and ensuring sound succession planning, particularly as a significant portion of the DFPC staff is nearing retirement. The IHS aims to gather insights on the capabilities of small businesses, especially those classified as Native American/Indian-Owned or 8(a) Certificated, to fulfill this requirement. Interested parties must submit their qualifications and relevant experience by September 25, 2024, and can direct inquiries to Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Medicare Cost Reporting Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking proposals for Medicare Cost Reporting Services to support its mission of delivering healthcare to American Indians and Alaska Natives. The selected contractor will assist in the preparation and submission of Medicare cost reports, ensuring compliance with Medicare regulations and optimizing reimbursement processes for various healthcare facilities. This initiative is crucial for maintaining approximately $1 billion in annual Medicare and Medicaid collections, which are essential for sustaining healthcare services in underserved communities. Proposals are due by 5:00 PM (EST) on September 19, 2024, and should be submitted to Brendon Moran at brendon.moran@ihs.gov, with a total estimated contract value of $62,500 per year for the base and each option period.
    Medicare Cost Reporting Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) under the Department of Health and Human Services is seeking proposals for Medicare Cost Reporting Services to support its Office of Resource Access and Partnerships. The contractor will be responsible for preparing and submitting up to 53 Medicare cost reports annually, conducting financial analyses, and managing reimbursement calculations for healthcare facilities serving American Indians and Alaska Natives. This procurement is crucial for ensuring compliance with Medicare and Medicaid regulations, thereby facilitating proper healthcare funding for underserved populations. Proposals are due by 07:30 AM (EST) on September 23, 2024, and should be submitted electronically to Brendon Moran at brendon.moran@ihs.gov, with a total estimated budget of $62,500 for each option period.
    Fiscal Year 2024 Small Ambulatory Program (SAP)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is offering funding opportunities under the Fiscal Year 2024 Small Ambulatory Program (SAP) aimed at supporting American Indian and Alaska Native Tribes and Tribal Organizations. This program provides competitive funding for projects that involve the construction, expansion, or modernization of small ambulatory health care facilities, with eligible applicants able to request awards up to $3.5 million from a total budget of $25 million. The initiative is crucial for enhancing healthcare access in tribal communities and is authorized under the Indian Health Care Improvement Act. Interested parties should prepare their applications, which are due by November 8, 2024, and can contact CDR Omobogie Amadasu at Omobogie.Amadasu@ihs.gov or 301-443-4751 for further information.
    Physician Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking proposals for physician services at the Tohatchi Health Center in New Mexico. The procurement aims to secure non-personal healthcare services, including family medicine, internal medicine, and pediatric care, for the period from January 1, 2025, to December 31, 2025. This opportunity is particularly significant as it is set aside for Indian-owned Small Business Economic Enterprises (ISBEE), emphasizing the government's commitment to providing quality healthcare to Indigenous populations while adhering to federal regulations. Interested parties must submit their quotes by September 18, 2024, and can direct inquiries to Misty Billy at Misty.Billy@ihs.gov or by phone at 505-399-0177.
    FY24 Administration for Children and Families/Specialized Contracting & Procurement Directorate Acquisition Forecast
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Administration for Children and Families (ACF), is releasing its Fiscal Year 2024 Acquisition Forecast to assist industry partners in planning for upcoming contracting opportunities. This forecast outlines anticipated contract actions exceeding the simplified acquisition threshold of $250,000, focusing on various mission partners, including the Office of Refugee Resettlement and the Office of Child Support Services, among others. The procurement aims to enhance services for unaccompanied children and other vulnerable populations, emphasizing the need for professional services such as case management, behavioral health support, and IT project assistance. Interested parties can direct inquiries to Vinton Grant or David Greaves via their provided email addresses, and updates to the forecast will be made quarterly throughout the fiscal year.
    D--INTERACTIVE VOICE RESPONSE (IVR) SW-16
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the maintenance of an Interactive Voice Response (IVR) and Automatic Call Distribution (ACD) system for the Office of Information Technology (OIT). The procurement aims to enhance customer interactions and improve service efficiency by updating IVR functionalities, integrating with existing telephony infrastructure, and providing ongoing maintenance and training. This initiative is crucial for modernizing service delivery within the Indian Affairs Service Center, which handles a monthly call volume of approximately 3,000. Interested Indian Economic Enterprises (IEEs) must submit their proposals electronically by the specified deadlines, with the contract anticipated to span from October 1, 2024, to September 30, 2029. For further inquiries, contact Adam Lowery at Adam.Lowery@bia.gov or call 571-560-0622.
    Mammography Software at PIMC
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for Mammography Software Services at the Phoenix Indian Medical Center in Phoenix, Arizona. The procurement aims to provide non-personal professional services for Mammography Quality Control and Assurance, including software installation, data transfer, and staff training, ensuring compliance with FDA regulations and compatibility with existing systems. This initiative is crucial for enhancing healthcare services for approximately 850,000 annual patient visits across 43 Tribal nations. Interested contractors must submit their proposals electronically by September 19, 2024, and can direct inquiries to Michele Lodge at Michele.Lodge@ihs.gov or Marilyn Duran at Marilyn.Duran@ihs.gov.
    Four (4) Ambulatory Care Registered Nurse Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified sources to provide four Ambulatory Care Registered Nurse Services for the Nursing Division at the Northern Navajo Medical Center in Shiprock, New Mexico. The contract will encompass a 6-month base period with an option for an additional 6-month period, totaling a potential 12-month engagement. These nursing services are critical for supporting the healthcare needs of the local population, and the procurement is governed by the Buy Indian Act, which prioritizes Indian economic enterprises. Interested parties must submit their capabilities package to Matthew Atcitty by September 23, 2024, at 12:00 PM MST, including necessary documentation to confirm eligibility and experience in similar services.