Business to Business - Vermont Department of Economic Development_ThinkVermont.com_
_ Home _
To print, go to File on the menu bar and select Print.

Collaborations to Maximize Pediatric Mental Health Care within Primary Care Settings Request Date: 5/5/2020 3:17:29 PM
Open Date: 
Closing Date: 5/25/2020 4:30 PM
Intent To Bid Deadline: 
Est. Dollar Value: $75.00
RFQ Number: RFP58
Close Window

Department of Mental Health

280 State Drive
WaterburyVT 05671-2010

Bid Type:
Request for Proposal

Locations:

Keywords:
Medical Services

Bid Description:
STATE OF VERMONT AGENCY OF HUMAN SERVICES DEPARTMENT OF MENTAL HEALTH REQUEST FOR PROPOSALS RFP58 For Collaborations to Maximize Pediatric Mental Health Care within Primary Care Settings OVERVIEW The Department of Mental Health (the State) is soliciting competitive sealed, fixed proposals (Proposals) for a projects that would improve the capacity and ability of primary care clinicians to deliver best-practice mental health care to their patients within the primary care setting. REQUIREMENTS FOR SUBMISSION Please provide both an electronic and hard copy of the proposal on¬¬¬¬¬¬¬ May 25th, 2020, to: Jennifer Rowell, Administrator 280 State Drive, NOB 2 North Waterbury, Vermont 05671-2010 BRIEF DESCRIPTION OF THE ORGANIZATION The Department of Mental Health (DMH) is the state mental health authority for public mental health policy, programs, and services. DMH is statutorily responsible for providing services to adults who have a severe and persistent mental illness and children experiencing severe emotional disturbance. DMH also strives to address the mental health needs of all Vermonters. Additionally, DMH is responsible for the integration and coordination of these programs and services with those offered by other departments of the state, its political subdivisions, and private agencies in order to provide a flexible and comprehensive system of mental health services to those in need. SCOPE OF SERVICES REQUESTED This Department of Mental Health Children’s Unit RFP is soliciting proposals for projects that would improve the capacity and competence of primary care clinicians to deliver best-practice mental health care to their patients within the primary care setting. The contract will provide funds for two years, based on available state or federal funding. The population served are children and youth ages 0-22 with existing or developing emotional behavioral problems, although proposals that also direct effort at primary prevention of psychiatric illness are welcome. The primary goals of this project would be to 1) increase access to quality mental health care for underserved families and 2) increase the ability of primary care clinicians to deliver quality mental health care within the primary care setting. Specific services to be delivered could include, but are not limited to collaborations such as 1) phone, email, telemedicine, and/or in-person consultation to primary care clinicians/practices who have mental health related questions, 2) seeing patients and families with primary care clinicians to model and teach assessment and treatment models, 3) review of cases through oral presentations or chart reviews, 4) didactic instruction to PCCs about specific mental health topics, 5) case management services to help PCCs identify the proper resources for patients in need, 6) building evidence-based screening procedures into the primary care workflow, 7) performing brief on-site evidence-based psychotherapy to patients and families, 8) enhancement of wellness and health promotion activities in families that may help prevent to onset of psychiatric illness. The contract also requires an assessment of these goals through the collection of data that can help judge the extent to which the goals of the project are met. The recipient of this contract can be a single individual or a group with priority given to proposals that include at least one individual with expertise in pediatric psychopharmacology. Contractor will adhere not only to the Principal Culturally and Linguistically Appropriate Services (CLAS) Standard in Health and Health Care but also to the following CLAS standards elements (go to http://ThinkCulturalHealth.hhs.gov). PROPOSAL FORMAT Use standard 8.5” X 11” page size. Documents must be single-spaced and use not less than a twelve-point font. Pages must be numbered. The proposal should be comprehensive, yet concise. The proposal must follow the sequence of information requested in the “Bid Requirements” section below. State your organization’s name on each page of your program proposal/bid and on any other information you are submitting. 1. A brief description of the organization which includes its history, organization structure and size, and qualifications to provide the required services. 2. A statement and discussion of the Proposer’s analysis of the RFP requirements. This should include. • How the staff and services needed will provided • Statement and discussion of anticipated major difficulties and problem areas (if any), together with potential or recommended approaches to their solution. 3. Acknowledgement of agreement with customary State and Agency terms and conditions contained in Attachments C-F. COVER LETTER. Please provide an introduction to your company and proposal via a cover letter. All bids submitted to the State are considered public records. Please note in your cover letter if any information in your proposal is considered proprietary and confidential. To the extent your bid contains information you consider to be proprietary and confidential, you must comply with the following requirements concerning the contents of your cover letter and the submission of a redacted copy of your bid (or affected portions thereof). The successful response will become part of the contract file and will be a matter of public record, as will all other responses received. If the response includes material that is considered by the bidder to be proprietary and confidential under the State’s Public Records Act, 1 V.S.A. § 315 et seq., the bidder shall submit a cover letter that clearly identifies each page or section of the response that it believes is proprietary and confidential. The bidder shall also provide in their cover letter a written explanation for each marked section explaining why such material should be considered exempt from public disclosure in the event of a public records request, pursuant to 1 V.S.A. § 317(c), including the prospective harm to the competitive position of the bidder if the identified material were to be released. Additionally, the bidder must include a redacted copy of its response for portions that are considered proprietary and confidential. Redactions must be limited so that the reviewer may understand the nature of the information being withheld. It is typically inappropriate to redact entire pages, or to redact the titles/captions of tables and figures. Under no circumstances can the entire response be marked confidential, and the State reserves the right to disqualify responses so marked. QUESTION AND ANSWER PERIOD. All communication regarding this RFP shall be in writing and addressed to David.rettew@partner.vermont.gov. Any interested party requiring clarification of any section of this proposal or wishing to comment or take exception to any requirements or other portion of the RFP must submit specific questions in writing no later than May 15th, 2020. Questions should be e-mailed to David.rettew@partner.vermont.gov. Any objection to the RFP, or to any provision of the RFP, that is not raised in writing on or before the last day of the question period is waived. CRITERIA FOR SCORING. The following will be used to judge the merits of each proposal with each earning a maximum total of 100 points. • Quality of plan and capacity to deliver – 30 points maximum • Qualifications and experience of key personnel – 20 points maximum • Ability to reach large numbers of primary care clinicians and the children and families they serve 10 points maximum • Acuity of need for improved mental health access among participating primary care practices - 10 points maximum • Quality of outcome assessment plan - 10 points maximum • Accreditations, good standing with DMH, licensures or other indicators of quality that attest to the ability to do the work • Responsiveness to Specifications - 10 points maximum • Economic value of proposal and budget that reasonably reflects project needs - 10 points maximum DMH reserves the right to accept or reject any or all bids. If a vendor is selected, representatives will be invited to negotiate an agreement. DMH will not pay any bidder costs associated with preparing or presenting any proposal in response to this RFP. The vendor will agree to the State of Vermont usual contract and payment provisions. These specifications are posted with this RFP and include: • Attachment C: Customary Provisions for Contracts and Grants • Attachment E: Business Associate Agreement • Attachment F: AHS Customary Contract Provision DELIVERY OF PROPOSALS Proposals must be received no later than at 4:30 pm EST on 5/25/2020 at the following address: Department of Mental Health Attn: Jennifer Rowell 280 State Drive, NOB 2 North Waterbury, Vermont 05671-2010 Please provide both an electronic and hard copy of the proposal to: Jennifer.Rowell@vermont.gov Please use MS Office and/or standard PDF files. ADDITIONAL INFORMATION: DMH reserves the right to accept or reject any or all bids. If a contractor is selected, representatives will be invited to negotiate a contract. DMH will not pay any bidder costs associated with preparing or presenting any proposal in response to this RFP. The contractor will agree to the State of Vermont usual contract and payment provisions. These specifications are posted with this RFP and include: • Attachment C: Customary Provisions for Contracts and Grants • Attachment E: Business Associate Agreement • Attachment F: AHS Customary Contract Provision

Special Instructions:

Awardees