SOURCES SOUGHT
R -- SENTINEL CENTERS NETWORK
- Notice Date
- 2/10/2005
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Health and Human Services, Health Resources and Services Administration, Division of Procurement Management, 5600 Fishers Lane, Room 13A-19, Rockville, MD, 20857
- ZIP Code
- 20857
- Solicitation Number
- Reference-Number-05S2320256
- Response Due
- 1/25/2005
- Archive Date
- 10/15/2005
- Description
- The Health Resources and Services Administration (HRSA) is conducting a Sources Sought/Market Survey to locate Small Business, HUBZone, and/or 8(a) firms under NAICS Code 541990 ($6M) capable of maintaining and enhancing the Sentinel Centers Network (SCN) for the Bureau of Primary Health Care(BPHC), HRSA. The SCN assists BPHC with addressing and providing quality improvement initiatives and policy issues utilizing a representative group of health centers with adequate infrastructure and commitment to serve as ?laboratories? for obtaining information in short periods of time. This is a follow-on requirement to Contract Number 232-00-0117 with Johns Hopkins University, Baltimore, Maryland. The basic scope of the project involves maintenance of the Network including a Steering Committee, a Network Committee composed of SCN participants, interaction with an internal BPHC advisory group and other relevant BPHC program staff( i.e., the Health Disparities Collaborative Patient Care Registry System to facilitate integrated data systems), coordination of SCN participants, on-going technical assistance to SCN participants and their affiliated health centers, providing feedback to SCN participants (clinical and managerial quality improvement, benchmarking, data quality), on-going evaluation to the SCN project and the programs and clinical practice in which health centers are engaged, and dissemination of relevant findings. Core data set extracted from existing Management Information Systems (MISs) of SCN participants will be analyzed and evaluated for further modification and focus on quality improvement activities and policy relevant areas. Work additional to analysis of the core data set will include: engaging the SCN participants and other interested partners in targeted short-term evaluation projects to impact quality improvement activities, as well as data/policy support for the President?s Health Centers Initiative, the production of an annual data book and coordination/collaboration with the Health Disparities Collaborative project to develop quality health measures to be used Bureau-wide to consistently implement the Bureau?s Health Information Technology (HIT) strategy. Potential sources/interested parties shall provide relevant information which specifically demonstrates the capabilities to run the SCN and perform the following: 1) possess existing hardware infrastructure to be able to house, secure and maintain a very large data system (currently approximately 1.3M patients and 4M encounters for CY 2002; housed in a relational MS Sequel Server platform). The following comparable hardware specifications are required: Pentium 4 3GHz CPU, 4 GB RAM 133 MHz Bus, Serial ATA SATA RAID Controller (150 MB/sec), 2 Striped Arrays w/4 drive each (~200 GB/drive) ? First striped array contains three on line drives and one hot swap drive, and the second striped array is a mirror backup. The following comparable security infrastructure is required: SCN server connected to a backup server by 1000MBPS, both SCN server and backup protected by Windows firewall, Windows firewall sits behind an organizational mainframe which is protected at various levels by about 5 additional firewalls before any exposure to the Internet, Inherent Windows Server 2003 security, SQL server ID and PW authentication; Encrypted IDs, Secured Building in which property passes are required to enter or remove equipment from building, and Server in locked and otherwise immoveable location; 2) possess technical and programming expertise to advise and provide assistance to community based organizations on data collection/extraction, management and interpretation to best serve participant centers, as well as develop software applications and other technical solutions to facilitate SCN member participation; 3) possess the technical expertise to work with staff from other Bureau programs to improve the interoperability of disparate data systems required across Bureau programs; 4) possess clinical expertise to develop national quality indicators and interpret clinical data; 5) possess health services, policy and clinical research expertise to conduct, interpret and translate complex statistical analyses and communicate them in a way that could impact quality improvement activities, or otherwise improve the operations of health centers; 6) possess extensive experience working with community based organizations, particularly health centers and building networks of primary care providers; 7) possess the capability of developing technical materials communicating project findings to scientific, lay and policy audiences, producing publications (both to the general public and peer review journals) and development of web-based tools and communication techniques to increase the visibility and scientific contribution of the SCN project; 8) possess the ability to conduct evaluations and other programmatic analysis and identify quality improvement, program development and policy implications of such work; and 9) possess the capability to facilitate coordination and collaboration with national organizations, foundations, and others working in the field of primary care for uninsured and underserved populations. Interested organizations should submit their capability statements demonstrating the capability to perform this work. Documentation may include both Government and commercial contracts, references (names, telephone numbers and e:mail addresses) and any other information serving to document the organization?s capability. Capable organizations must be able to provide these services under contract over a five year period of time. This is NOT a request for proposals and does not commit the Government to award of a contract now or in the future. Your submission must be received in this office by 3:00 PM local time, Tuesday, January 25, 2005 by delivery, surface mail or fax ONLY at the following address: HHS/HRSA/DPM, Attn: Nickie McKenna, 5600 Fishers Lane, Room 13A-19, Rockville, MD 20857; telephone 301/443-4175; fax 301/443-5462.
- Record
- SN00749121-W 20050212/050210211811 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |