OWF Behavioral Health IDIQ
ID: 140D0424R0099Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

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

PSC

MEDICAL- GENERAL HEALTH CARE (Q201)
Timeline
    Description

    The Department of the Interior is soliciting proposals for the OWF Behavioral Health Indefinite Delivery Indefinite Quantity (IDIQ) contract, aimed at providing comprehensive mental health services to federal wildland firefighters and dispatchers. The contract will support approximately 18,000 firefighters and nearly 2,000 dispatchers, addressing their unique mental health challenges through services such as psychotherapy, crisis intervention, and 24/7 access to qualified clinicians. With a maximum ceiling value of $30 million, the contract includes a one-year base period followed by four optional renewal periods, spanning from December 2024 to December 2029. Interested offerors should contact Sarah Ignacio at sarah_ignacio@ibc.doi.gov for further details and must submit their proposals by the specified due date, ensuring compliance with federal regulations and emphasizing small business participation.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Interior (DOI) is soliciting proposals for a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract focusing on the behavioral health needs of wildland fire personnel. The aim is to establish a nationwide network providing mental health services, including therapy and training, to support firefighters and dispatchers, particularly in rural areas. Qualified clinicians, including licensed counselors and psychologists, are essential for delivering these services both in-person and via telehealth. Contractors are required to maintain professional certifications and comply with federal regulations. The contract entails comprehensive service requirements while ensuring a collaborative relationship between the contractor and the government. Proposals need to include pricing based on a specified schedule, covering a base year and four option years, with a maximum contract ceiling of $30 million. All proposals must comply with outlined clauses and should be submitted electronically. The evaluation will consider technical capabilities, past performance, and a small business participation plan, emphasizing inclusivity of socio-economic business concerns. This solicitation underscores the commitment to enhancing mental health resources for wildland fire personnel through effective service delivery and management.
    The document presents a comprehensive list of states and counties that have federal wildland firefighters from the Department of the Interior (DOI) and the Forest Service (FS). It details the total number of federal wildland firefighters stationed in various counties across the United States, highlighting significant variations by state. For instance, California leads with 3,889 personnel, while smaller states like Connecticut and Montana show lower figures. The data is structured in a tabular format, categorizing totals by states and individual counties, allowing for easy reference. The overarching purpose of the document is to inform potential stakeholders about the availability of federal firefighting resources across different regions. This information can support government RFPs or federal grants aimed at fire safety or disaster response initiatives. By mapping out firefighter distribution, the document serves as a vital tool for assessing resource allocation in relation to fire management efforts nationwide.
    The document outlines a Past Performance Questionnaire related to the government solicitation number 140D0424R0099. It is intended for contractors to evaluate their performance on previous contracts by assessing various criteria such as adherence to deliverable schedules, customer satisfaction, customization of services, and responsiveness to issues. Contractors are required to provide their details including the contract number, dollar amount, type, and the services rendered, along with a performance rating using a scale of Exceptional (E), Satisfactory (S), Unsatisfactory (U), or Not Applicable (N). Each performance criterion must be justified with narrative explanations. This questionnaire serves as a formal method for assessing contractors' historical performance, which is crucial for decision-making in future federal grant proposals or RFPs. Responses must be submitted to the designated contract specialist via email, ensuring a structured evaluation process that aids in selecting capable contractors for government projects. Overall, the document establishes a systematic approach to collecting and analyzing past performance data to guide contracting decisions.
    The document outlines the miscellaneous information requirements for offerors responding to federal government RFPs, federal grants, and state/local RFPs. It specifically lists essential company details needed from the offeror, including company name, DUNS number, SAM Unique Entity Identifier, point of contact details, and invoicing contacts. Each section is designated for the appropriate input, emphasizing the importance of accurate and accessible information for effective communication and compliance. This structured approach aims to streamline the offering process and ensures that necessary contacts are readily available for inquiries related to contracts and invoices. The document serves as a guide for potential contractors to provide critical business information, facilitating smoother interactions with government agencies.
    The "Clinical Services for Federal Wildland Fire" contract aims to provide comprehensive mental health support for approximately 18,000 federal wildland firefighters and nearly 2,000 dispatchers through psychotherapy services. This initiative aligns with the Bipartisan Infrastructure Law's mandate for mental health programs responding to the unique challenges faced by wildland firefighters, including high rates of PTSD and other mental health issues due to exposure to traumatic events and strenuous working conditions. The contract encompasses a range of services, including individual therapy sessions (up to 16 annually), crisis intervention, and access to qualified clinicians through a 24/7 call center. Evaluation and training modules for clinicians will also be included to enhance service delivery. The anticipated duration of this contract is five years, incorporating a flexible framework to adapt to the evolving needs of the workforce. All clinical services will be evidence-based and delivered by licensed professionals well-versed in treating issues specific to first responders. The program emphasizes accessibility through both in-person and virtual means, particularly catering to the dispersed locations of wildland fire personnel. Strict confidentiality and quality management protocols are mandated to uphold the integrity and security of participant information throughout the provision of these vital services.
    The document outlines a government Request for Proposals (RFP) for mental health services, particularly focusing on psychotherapy and psychiatric evaluations. It details the contract line item numbers (CLINs) associated with various services, including in-person and virtual psychotherapy, call center support, and high-complexity crisis management. The RFP is structured in base and option years, spanning across four option years, with each section breaking down service quantities, unit prices, and total pricing estimates for prospective offerors. Offerors are encouraged to propose quantity discounts and provide further details on pricing to facilitate proposal evaluations. Personnel rates for clinicians, crisis managers, and other support staff, as well as travel costs, are also included, emphasizing a fixed-price model for these line items. The document serves to enable competitive bidding for essential mental health services within a structured framework that balances budgetary constraints with service quality.
    This document outlines a Request for Proposal (RFP) for behavioral health services for the Office of Wildland Fire, administered by the Interior Business Center in Herndon, Virginia. The solicitation indicates a maximum ceiling value of $30 million, covering services to be provided across all U.S. states and territories. The contract consists of a one-year base period followed by four optional renewal periods, with performance dates ranging from December 2024 to December 2029. Each option period will also provide managed healthcare services. The Solicitations include references to applicable federal acquisition regulations, emphasizing that the contract qualifies as a rated order under the Defense Priorities and Allocations System (DPAS). Offerors are required to respond by the specified due date and must submit proposals with necessary documentation. The RFP fosters an inclusive environment by encouraging participation from small businesses, including service-disabled veteran-owned and economically disadvantaged women-owned businesses. This procurement process exemplifies the government’s efforts to address the behavioral health needs associated with firefighting operations while promoting equitable business opportunities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Office of Wildland Fire Medical Qualification IDIQ
    Active
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract titled "Office of Wildland Fire Medical Qualification IDIQ," aimed at providing medical qualification determination services for approximately 14,000 wildland firefighters and support personnel. The contract will encompass comprehensive medical evaluations, fitness-for-duty assessments, and management of health records, ensuring compliance with federal standards and the safety of personnel engaged in arduous duties. With a maximum contract ceiling of $40 million and a performance period from November 2024 to November 2029, interested contractors must submit their proposals by August 30, 2024. For further inquiries, potential offerors can contact Sarah Ignacio at sarahignacio@ibc.doi.gov.
    DOI DAM SAFETY PROGRAM IOR
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for an Independent Oversight Review (IOR) of its Dam Safety Program, which encompasses over 1,400 dams managed by various DOI Bureaus. The objective of this procurement is to engage a contractor who will assess the effectiveness of dam safety measures, identify strengths and areas for improvement, and ensure compliance with federal safety guidelines over a five-year period. This initiative is crucial for maintaining public safety and environmental integrity by continuously improving risk management practices related to dam operations. Interested contractors must submit their proposals by September 17, 2024, with the performance period expected to commence on September 23, 2024, and conclude on September 22, 2029. For further inquiries, potential bidders can contact Keith Singleton at ksingleton@usbr.gov or call 303-445-2641.
    V--FW FIRE EU Utility (Fort Wainwright)
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management (BLM), is preparing to solicit dedicated fixed-wing aircraft services at Fort Wainwright, Alaska, to support wildfire management and resource activities. The procurement requires two turbine aircraft that meet specific operational specifications, including minimum cargo capacity and passenger seating, with the intention of awarding one or two Indefinite Delivery Indefinite Quantity (IDIQ) contracts for a five-year period starting around April 2025. This exclusive use of the aircraft is anticipated to occur from May to August each year, and the acquisition is designated as a 100% small business set-aside under NAICS code 481211. Interested bidders must be registered in the System for Award Management (SAM) and can submit written questions via email to Maya Maxies-Clemons at mayamaxies-clemons@ibc.doi.gov. The current contract for these services, held by Bridger Aerospace Group, LLC, is set to expire in September 2024, and the estimated total value of the incoming contract has not been specified.
    F--Exclusive Use Fixed Wing Single Engine Scooper Services
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is preparing to issue a presolicitation notice for Exclusive Use Fixed Wing Single Engine Scooper Services based at Fort Wainwright, Fairbanks, Alaska. The BLM requires four contractor-operated amphibious water-scooping aircraft that meet specific criteria, including a minimum tank capacity of 800 gallons and the capability to operate from remote gravel runways. These services are crucial for the BLM's Aviation Fire Service (AFS) to effectively manage fire suppression efforts during the fire season, which runs from May 20 to August 2 each year. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) arrangement lasting five years, with the solicitation expected to be issued around September 23, 2024. Interested contractors should contact Heather Sizick at heathersizick@ibc.doi.gov for further information.
    BERLAND LAKE SILVICULTURAL PRESCRIPTION
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA), under the Department of the Interior, is soliciting proposals for the Dezza Bluff Silvicultural Prescription project aimed at hazardous fuel reduction and fire management in the Navajo Region. The project encompasses approximately 4,438 acres near Tohatchi, NM, focusing on prescribed burning to mitigate hazardous fuel accumulation, enhance forest health, and reduce wildfire risks, with key deliverables including comprehensive stand inventories and silvicultural prescriptions. This initiative is critical for improving fire management practices and forest health on tribal lands, with a total award amount of $11.5 million and a proposal submission deadline of September 20, 2024. Interested contractors should direct inquiries to Lynelle Benallie at Lynelle.Benallie@bia.gov or call 505-863-8404 for further details.
    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.
    Exclusive Use Fixed Wing Single Engine Scooper Ser
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management (BLM), is seeking proposals for exclusive use of fixed-wing single-engine amphibious water-scooping aircraft to support fire suppression operations at Fort Wainwright, Fairbanks, Alaska. The procurement aims to secure four contractor-operated and maintained aircraft, which must meet specific FAA airworthiness criteria, including a tank capacity of 800 US gallons and the capability to operate from gravel runways. This contract is crucial for ensuring effective fire management during the fire season, with services anticipated to be required annually from May 20 to August 2, following a five-year ordering period starting April 1, 2025. Interested bidders should note that the solicitation is expected to be issued around September 23, 2024, and can contact Heather Sizick at heathersizick@ibc.doi.gov for further inquiries.
    BICY 229154
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a fire station at the Big Cypress National Preserve Headquarters Complex in Florida. This project, designated as solicitation number 140P2024R0084, is specifically set aside for women-owned small businesses and has an estimated budget ranging from $1 million to $5 million. The facility will encompass 5,142 square feet and include essential features such as offices, a kitchen, a gym, and utility systems, all designed to meet safety and environmental standards. Interested contractors must submit their proposals, including performance and payment bonds, by the specified deadlines, with a projected performance period beginning on November 1, 2024, and concluding on October 30, 2025. For further inquiries, potential bidders can contact John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    BIA IDIQ- EXEC. COMMUNICATION SPECIALIST
    Active
    Interior, Department Of The
    The Bureau of Ocean Energy Management, under the Department of the Interior, is seeking quotations for executive communication specialist services through an Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This procurement aims to engage qualified specialists to fulfill specific communication needs aligned with the Bureau's Business Support Service (BSS). The services are crucial for ensuring effective communication strategies within the Bureau, reflecting the government's commitment to maintaining high standards in administrative support. Interested vendors must submit their quotations by September 19, 2024, and can direct inquiries to William Rilee at William.Rilee@bsee.gov or by phone at 703-787-1757.
    Coaching and Facilitation Services for USFWS HQ VA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide coaching and facilitation services for its Information Resources and Technology Management (IRTM) Division, located in Falls Church, Virginia. The procurement aims to enhance leadership capabilities through personalized one-on-one coaching, group training sessions, and team-building exercises, with a focus on areas such as diversity, equity, inclusion, and effective communication. This initiative is critical for developing the skills necessary for strategic planning and operational effectiveness within the agency. Proposals are due by September 11, 2024, with the contract period commencing on October 1, 2024, and extending through September 30, 2028, including option periods. Interested parties can contact Todd Annes at toddannes@fws.gov or by phone at 413-253-8708 for further information.