Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 28, 2025 SAM #8615
SOURCES SOUGHT

99 -- RFI - Employee Assistance Program (EAP) - Counseling Services for Employees Testing Positive for Drug Usage

Notice Date
6/26/2025 6:40:49 AM
 
Notice Type
Sources Sought
 
Contracting Office
DOL - CAS DIVISION 3 PROCUREMENT WASHINGTON DC 20210 USA
 
ZIP Code
20210
 
Solicitation Number
OAA-25-00463
 
Response Due
7/7/2025 9:00:00 AM
 
Archive Date
07/22/2025
 
Point of Contact
Karla Salmon, Helen A. Williams
 
E-Mail Address
salmon.karla@dol.gov, williams.helen.a@dol.gov
(salmon.karla@dol.gov, williams.helen.a@dol.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
SPECIAL NOTE: The subject RFI/Sources Sought is posted on GSA and SAM.GOV. Only one vendor submission is necessary. The Department of Labor (DOL), through the Office of the Assistant Secretary for Administration and Management (OASAM) and the Office of Human Resources (OHR), is issuing a Request for Information (RFI) to gain insights into current industry capabilities and best practices for providing fee for service, Employee Assistance Program (EAP) substance abuse counseling for employees testing positive for drug usage within Federal government. The DOL is conducting market research to determine feasibility for a potential procurement requirement. This is NOT A SOLICITATION for proposals, proposal abstracts, or quotations; nor is it a commitment by the Government to issue a solicitation. No reimbursement or stipend will be provided in response to this request for information (RFI). The purpose of this RFI is to verify qualified sources and obtain capabilities and other market information for planning purposes. Part I- A draft Performance Work Statement (PWS) is attached as additional information for preparing a Capabilities Statement and response to the RFI. RFI QUESTIONNAIRE: Provide a company description, discussion of company capabilities, and general summary of approach to accomplishing the requirements addressed within the draft PWS. Descriptions of services should include number of sessions per employee, session length of time, and which exact or similar services were provided and to whom (names of public or private entities and the city/state in which performance occurred). Furthermore, please address the following questions: Describe your management and staffing plan to accomplish the requirement identified in the PWS. How would your firm provide the requirements identified in the PWS. Describe your capability to provide substance abuse counseling services as identified in the PWS. Describe any subcontracting that is needed to perform the requirements as identified in the PWS along with your oversight process? If applicable, list any foreseeable potential risks or concerns that could impact the requirement based on the drafted PWS. If applicable, list any issues with the drafted PWS (either expressed or implied) that may limit a company�s ability to perform services and/or escalate costs? If applicable, specify any joint venture or other teaming arrangement recognized by the Small Business Administration (SBA) to satisfy these potential requirements. Please identify any GSA Schedule contract or other current government-wide contract (e.g., FFP, IDIQ, GWAC or BPA) that your firm currently holds and offers the services identified in the attached PWS. Provide a rough order of magnitude for the annual base contract cost and total contract value assuming a 12 month base year plus two 12 month option years. WHO MAY RESPOND: Interested vendors may respond. The North American Industry Classification System (NAICS) code for this requirement is 621330- Mental Health Counseling Services. QUESTIONS: Questions regarding this RFI shall be submitted in writing by e-mail to Contracting Specialist, Karla Salmon at salmon.karla@dol.gov and copy Contracting Officer, Helen Williams at williams.helen.a@dol.gov no later than 12:00 PM, ET, on Monday, July 7, 2025. Questions over the telephone will NOT be addressed. SUBMISSION INSTRUCTIONS: All interested parties are required to submit a Capabilities Statement in Times New Roman 12-point font with 1-inch margins minimum all around, not to exceed 10 pages double- sided in PDF format. The Capabilities Statement package must include the following information: RFI Number & Project Title for historical record. Company name and point of contact (POC) to include individual�s name, title, work and/or mobile telephone number(s), and email address. Date submitted for historical record. Business Size Unique Entity ID Number and CAGE code for business type verification Response to RFI Questionnaire Any general feedback and/or applicable information your firm would like to provide EMAIL THE CAPABILITIES STATEMENT AND YOUR RFI RESPONSES TO: Karla Salmon, Contract Specialist at salmon.karla@dol.gov. And copy Helen Williams, Contracting Officer, Williams.Helen.A@dol.gov. The subject line of the email must read as: �Response to RFI No. OAA-25-00463 Department of Labor -EAP Substance Abuse Counseling Services (Your Company�s Name which may be abbreviated)�. Example: Response to RFI No. OAA-25-00463 Department of Labor EAP- Substance Abuse Counseling Services (XYC Inc.) E-mails that do not contain the specified subject line may run the risk of being overlooked. CAPABILITIES STATEMENTS DUE: By 12:00 PM, ET, Monday, July 7, 2025.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/935b132c28f0407e8781a01f3f6d2811/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN07491327-F 20250628/250626230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.