Forensic Psychiatrist for the Critical Incident Response Group
ID: 15F06725Q0000164Type: Combined Synopsis/Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL BUREAU OF INVESTIGATIONFBI-JEHWASHINGTON, DC, 20535, USA

NAICS

Offices of Physicians, Mental Health Specialists (621112)

PSC

MEDICAL- PSYCHIATRY (Q519)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 10:00 PM UTC
Description

The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for a labor-hour contract to hire a Forensic Psychiatrist to support its Critical Incident Response Group (CIRG) from June 1, 2025, to November 30, 2027. The selected psychiatrist will provide expert consultation services in behavioral science and conflict resolution, essential for conducting FBI investigations and enhancing crisis management capabilities. This procurement is particularly significant as it integrates mental health expertise into the FBI's operational framework, addressing critical issues during major investigations. Interested small businesses must submit their proposals by April 25, 2025, and can direct inquiries to Tabitha Williams at tlwilliams8@fbi.gov or Natosha Floyd at nfloyd@fbi.gov.

Point(s) of Contact
Tabitha Williams
tlwilliams8@fbi.gov
Natosha Floyd
nfloyd@fbi.gov
Files
Title
Posted
The Federal Bureau of Investigation (FBI) is soliciting for services from a Forensic Psychiatrist and Conflict Resolution expert to support its Critical Incident Response Group (CIRG) in Stafford, Virginia. This initiative aims to enhance the FBI's capacity for rapid crisis response and management during major investigations, addressing issues such as mental health, behavioral assessments, and crisis negotiations. The contractor will provide psychiatric evaluations, assist with psychological testing, and offer recommendations for behavioral strategies relevant to FBI investigations. Key personnel are required to have a medical degree in psychiatry, extensive experience in behavioral assessment, and excellent communication skills. The anticipated contract spans from June 1, 2025, to November 30, 2027, encompassing a time and materials contract type. The work involves maintaining a liaison with FBI representatives and potentially deploying both within the continental United States and internationally. Deliverables include Direct and Indirect Assessment Reports, professional consultations, and training programs for FBI personnel. This contract showcases the FBI's commitment to integrating mental health expertise into its operational framework, essential for effective crisis resolution.
Apr 10, 2025, 1:05 PM UTC
The document outlines a Request for Proposal (RFP) related to the hiring of forensic psychiatrists by a federal agency, detailing the labor categories and associated costs. It specifies a base year and option year for contracted services, with labor categorized under different Contract Line Item Numbers (CLINs). Each CLIN presents the quantity (Qty) and fully burdened labor rates (FBLR) for the specified role. The evaluation clause, 52.217-8, indicates that extensions will be assessed at option year rates divided by two, which affects future financial considerations. Travel expenses are quantified separately across the same timeframes, highlighting the consistency in projected travel costs, stipulated at $5,000 for each year. Overall, the document serves as a formal proposal for securing forensic psychiatric services, ensuring transparency in budget allocations for labor and necessary travel associated with the position. The anticipated total expenditure across different contract periods is reviewed, emphasizing the careful financial planning involved in federal contracting processes. This RFP captures essential details for potential bidders aiming to meet the federal agency's needs for psychiatric expertise.
Apr 10, 2025, 1:05 PM UTC
The document is a "Past Performance Questionnaire" from the Federal Bureau of Investigation's Finance and Facilities Division, intended for contractors. Its main purpose is to collect information regarding past contracts that showcase a contractor's capabilities in providing services similar to those being requested in a current solicitation. The questionnaire requires contractors to input critical details, including their name, contract or order number, project title, period of performance, a customer point of contact, and a description of the services provided. This structured approach facilitates the assessment of a contractor’s reliability and experience, which is essential for federal procurement processes. By emphasizing prior performance, the FBI aims to ensure that they select qualified vendors capable of meeting specific project requirements and standards. Overall, this document plays a pivotal role in evaluating potential contractors in line with federal RFP protocols.
Apr 10, 2025, 1:05 PM UTC
The document comprises a series of solicitation questions related to government RFPs (Requests for Proposals) along with corresponding responses. It spans nine pages, organizing inquiries about specific references from the RFP, attachments, and other relevant documents. While the file lacks specific content in terms of questions and responses, it indicates a structured approach to address queries that may arise during the proposal process. This framework facilitates clarity and transparency, which are critical in federal grants and state/local RFP contexts. By systematically listing questions and ensuring thorough responses, the document aids potential contractors or grant applicants in understanding the requirements and expectations set forth by the government, thereby supporting compliance and effective proposal submission.
Apr 10, 2025, 1:05 PM UTC
The Federal Bureau of Investigation (FBI) is soliciting proposals for a labor-hour contract for forensic psychiatric services to support its Critical Incident Response Group (CIRG) from June 1, 2025, to November 30, 2027. This solicitation, classified under PSC Q519 and NAICS 621112, focuses on providing expertise in crisis management, behavioral assessments, and training regarding counterterrorism and counterintelligence operations. The contract is limited to small businesses, with a requirement for offerors to possess an active Top Secret facility clearance. Interested vendors must submit proposals by April 25, 2025, and will be evaluated based on technical capability, past performance, facility clearance, and price. The solicitation also emphasizes compliance with various federal regulations and requires contractors to maintain strict adherence to security protocols when handling classified information. The anticipated contract may include options for extended services, and the government reserves the right to award multiple contracts if beneficial. This procurement is part of the FBI's broader initiative to enhance its response capabilities to critical incidents impacting national security.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
SU/MH/SOT in Farmington, MO
Buyer not available
The Department of Justice, specifically the Federal Bureau of Prisons, is seeking quotes for community-based outpatient treatment services for substance use disorders, mental health, and sex offender treatment for adults in custody in the Farmington, MO area. The contract will cover a range of services, including individual and group counseling, intake assessments, and crisis intervention, with a performance period starting July 1, 2025, and extending through June 30, 2030, if all options are exercised. This procurement is crucial for providing necessary rehabilitation services to individuals under federal supervision, ensuring their successful reintegration into society. Interested small businesses must monitor SAM.gov for the solicitation release on or about April 26, 2025, with quotes due by approximately May 26, 2025, at 2:00 PM EST; inquiries can be directed to Contracting Officer Adam King at a1king@bop.gov or 570-522-7579.
RFI-Cross-Domain Cybersecurity Solution
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking information regarding a Cross-Domain Cybersecurity Solution to enhance its IT infrastructure. This Request for Information (RFI) aims to gather insights on available hardware, software, and professional services necessary for secure data sharing between classified networks, with the intention of replacing the current Forcepoint/Everfox solution. The FBI emphasizes the importance of these cybersecurity tools, including Trusted Thin Clients and High Speed Guards, to protect against cyber threats and ensure operational continuity. Interested vendors must submit their capabilities, including company size and technical proficiency, by May 2, 2025, to Meredith Mcie at mkmcie@fbi.gov, noting that this solicitation is for informational purposes only and does not constitute a binding contract.
International Identity Operations-RFI
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking responses to a Request for Information (RFI) regarding its International Identity Operations, aimed at enhancing capabilities for capturing mobile biometric data related to transnational organized crime and terrorism. The FBI requires hardware and software solutions for collecting and transmitting biometric information, including fingerprints, palm prints, iris, and facial recognition, ensuring compliance with FBI standards and security measures for data integrity. This initiative is critical for addressing evolving threats and improving the FBI's operational effectiveness in identifying and tracking criminal and terrorist activities. Interested vendors should submit detailed capability packages to Tyler Cutright at tbcutright@fbi.gov or Harriett Williams at hlwilliams2@fbi.gov, adhering to the specified guidelines and deadlines, as responses will inform future procurement decisions but do not guarantee contracts.
RFI - 8(a) Audio Visual Services - 15F06725Q0000191
Buyer not available
The Federal Bureau of Investigation (FBI) is seeking responses from qualified vendors to provide Audio/Visual (AV) system maintenance and support services for the Critical Incident Response Group (CIRG) under the Request for Information (RFI) designated as 15F06725Q0000191. This opportunity is specifically aimed at Small Business Administration (SBA) 8(a) program participants and is intended for market research purposes to assess the capabilities of potential suppliers without committing to a solicitation or contract. The services sought are crucial for maintaining operational readiness and enhancing the FBI's AV service capabilities within their critical response units. Interested vendors must submit their responses electronically by April 24, 2025, and can direct inquiries to Naporshia Jackson at nljackson@fbi.gov.
FBI Enterprise Content Manager Solution
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is conducting market research to identify potential sources for an innovative Enterprise Content Management (ECM) solution. This initiative aims to enhance the FBI's IT modernization efforts by providing a solution that improves records management, digital storage, and workflow automation, while ensuring seamless integration with the existing IT infrastructure. The ECM solution is critical for supporting the FBI's operational efficiency and compliance with records management standards. Interested vendors must submit their capability packages by May 7, 2025, and are encouraged to prepare for potential participation in an Industry Day for further engagement. For inquiries, contact Brandon James at bmjames@fbi.gov.
Comprehensive Medical Services Pre-Solicitation - FCI Thomson
Buyer not available
The Department of Justice, specifically the Federal Bureau of Prisons, is preparing to solicit proposals for Comprehensive Medical Services at the Federal Correctional Institution in Thomson, Illinois. The procurement aims to secure a single award for a range of medical services, including inpatient and outpatient facility and physician services, with an emphasis on comprehensive proposals that meet all specified requirements. This contract, structured as an indefinite delivery/requirements type with firm-fixed unit pricing, will cover a Base Year and four optional renewal years, with estimated service quantities including 169 inpatient days and 1,188 outpatient visits for the Base Year. Interested parties should monitor the official U.S. Government contract opportunities website for the solicitation release, anticipated around April 28, 2025, and ensure they are registered in the System for Award Management (SAM) database. For inquiries, contact Hannah Mendendhall at hmendenhall@bop.gov.
R605--Clinical Mental Health Psychiatryonline
Buyer not available
The Department of Veterans Affairs (VA) intends to procure a Clinical Mental Health PsychiatryOnline Subscription through a sole-source contract with the American Psychiatric Association. This subscription will provide essential resources, including electronic textbooks, full-text journals, and the current DSM-5-TR, to enhance mental healthcare delivery across the Veterans Health Administration (VHA) network. The procurement is justified under FAR regulations for sole-source solicitation due to the specific requirements of the product, which aims to centralize access and improve clinical decision-making for VHA health professionals. Interested parties must submit their capability statements by May 5, 2025, to Contract Specialist Andrew Allen at Andrew.Allen6@va.gov, as no solicitation document will be available.
FBI CJIS Bulbs and Drivers REV #003
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is soliciting quotes for the procurement of replacement light bulbs and drivers for existing light fixtures under RFQ 15F06725Q0000116. This opportunity is a total small business set-aside, requiring suppliers to provide compliant fluorescent or compact fluorescent bulbs that adhere to the Buy American Act (BAA) standards, with a focus on lowest price technically acceptable (LPTA) evaluation criteria. The procurement is critical for maintaining operational efficiency within the FBI's facilities, ensuring that lighting solutions meet specific technical and safety standards. Interested vendors must submit their quotations by April 30, 2025, and direct any questions to Linda S. Patterson at lspatterson2@fbi.gov or Jamie Melzer at jlmelzer@fbi.gov by April 25, 2025.
Comprehensive Medical Services Pre-Solicitation - FCI Edgefield
Buyer not available
The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for Comprehensive Medical Services at the Federal Correctional Institution in Edgefield, South Carolina. The procurement aims to secure a single award for a range of medical services, including inpatient and outpatient facility and physician services, with an emphasis on comprehensive proposals that meet all specified requirements. This contract, structured as an indefinite delivery/requirements type with firm-fixed unit pricing, will cover a Base Year and four optional renewal years, with estimated quantities of 750 inpatient days and 1,250 outpatient visits for the Base Year. Interested parties should monitor the official U.S. Government contract opportunities website for the solicitation, expected to be released around May 20, 2025, and must be registered in the System for Award Management (SAM) to participate. For inquiries, contact Kristen Fisher at kmfisher@bop.gov or call 570-522-7532.
Private Aircraft, Gulfstream or equal
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking information from qualified vendors regarding the procurement of a Gulfstream G550, G650ER, G700, or equivalent aircraft for operational airlift missions and executive travel. The FBI aims to gather details on the costs associated with purchasing or leasing-to-own the aircraft, as well as the terms and conditions of such arrangements, including maintenance services and aircraft availability. This initiative underscores the importance of acquiring a capable long-range business jet to enhance the FBI's operational efficiency. Interested vendors must submit their responses by April 29, 2025, to Contracting Officer Melissa J. Golicz at mgolicz@fbi.gov, adhering to the specified submission guidelines.