Federal Bid

Last Updated on 25 Nov 2016 at 9 AM
Sources Sought
Miami Florida

Inpatient Psychiatric Services

Solicitation ID HSCEDM-17-R-00004
Posted Date 03 Nov 2016 at 5 PM
Archive Date 25 Nov 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Detention Compliance And Removals
Agency Department Of Homeland Security
Location Miami Florida United states 18201

U.S. Immigration Customs and Enforcement, Enforcement and Removal Operations, Immigration Health Services (ICE/ERO/IHSC) is responsible for the treatment and well-being of patients placed in its care.

This Sources Sought Notice (SSN) is being used to collect information about the capability of interested vendors to provide inpatient psychiatric care to detainees with acute and sub-acute mental health conditions at the Krome Detention Facility and will only be used for market research purposes.

Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process.

Prospective contractors who are qualified to provide these services should provide the following information for ICE's review:

1. Company name
2. Company address
3. POC information (name, title, phone number, email address, etc.)
4. Company business size (annual revenue, number of employees)
5. Socio-economic status
6. Brief Company Capability statement (to include addressing all needs as stated above). Contractors should specify their prior experience or contracts in the area.

This Sources Sought Notice is to be used by ICE for informational purposes only and does not commit the Government to contract for any supply or service whatsoever. Furthermore, ICE is not at this time seeking proposals and will only accept capability statements. Responses to this SSN are not offers and cannot be accepted by the Government to form a binding contract. The Government reserves the right to determine how it should proceed as a result of this notice. Furthermore, those who respond to this SSN should not anticipate feedback with regard to its submission. The information provided in this SSN is subject to change and is not binding on the Government.

Contractors are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this SSN. All costs associated with responding to this SSN will be solely at the interested party's expense. Not responding to this SSN does not preclude participation in any future solicitation, if any is issued. Small Business and Other Than Small Business Interested Vendors are encouraged to submit their capability statements for this requirement.

The Government will:

1. Provide the physical facility for the transition unit, the therapeutic area, office space and the residential area,

2. Maintain all areas of the facility, including general maintenance, utilities and operations and maintenance of all ICE provided equipment, and

3. Provide general medical care (exclusive of the mental health services provided by the awarded vendor), emergency care, pharmaceutical services, food services, security, laundry and such other services as are provided at the Krome Detention Facility.

The Government requires one psychiatrist/physician extender, one licensed therapist for every 12 patients, one medical social worker, one registered nurse, one secretary, one case manager, and one unit director to administer therapeutic mental health services from 8 am until 4 pm up to seven days per week. The Government also requires an on-call psychiatrist 24 hours per day, seven days per week.

The awarded vendor shall provide mental health services* for a minimum of five (5) patients per day up to a maximum of thirty (30) patients per day in accordance with accepted psychiatric and medical standards. The purpose of the transitional unit is to provide mental services specifically designed for the diagnosis or active treatment of a serious mental disorder when there is a reasonable expectation for improvement or when it is necessary to maintain a patient's functional level and prevent relapse or acute hospitalization.

The contractor shall adhere to the ICE Performance Based National Detention Standards (PBNDS 2011) unless otherwise specified in any potential future agreement. The complete set of standards applicable to this procurement is available from the following website: http://www.ice.gov/detention-standards/.

*Mental Health Services for purposes of this agreement will include transitional mental health services to detainees to prevent further risk of deterioration, therapeutic support and interventions to facilitate detainees' reintegration into the community (general population).

 

 

Bid Protests Not Available