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.