Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2008 FBO #2470
SOLICITATION NOTICE

R -- Medical Bylaws Template

Notice Date
8/29/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Veterans Affairs, VA Acquisition Operations Service, Department of Veterans Affairs Acquisition Operations Service, Department of Veterans Affairs;VA Central Office;Cntr. for Acquisition Innovation (049A3);810 Vermont Avenue, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA-101-08-RQ-0271
 
Response Due
9/12/2008
 
Archive Date
10/12/2008
 
Point of Contact
Shaundra J. DuggansContract Specialist<br />
 
Small Business Set-Aside
Total Small Business
 
Description
1. Title: Medical Staff Bylaws Template2. Solicitation Reference Number: VA-101-08-RQ-0271 3. Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Responses reflecting availability of the service as described are requested in the form of a written technical and price quotation. This solicitation is being issued as a request for quotation (RFQ) and is a total Small Business set-aside. The NAICS code is 541611 (Administrative Management and General Management Consulting Services) with a small business size standard $6.5M. All responsible sources may submit a quotation that, if timely received, shall be considered by the agency. Questions in response to this solicitation are due September 4, 2008 NLT 4:00 PM EST. The due date for quotations is September 12, 2008 at 4:00 PM EST. Quotations shall be submitted electronically via email to Shaundra J. Duggans at shaundra.duggans@va.gov AND Priscilla Lee at Priscilla.Lee@va.gov. The solicitation title and reference number shall be included in the subject line of ALL correspondence. 4. Statement of Work: (As a result of character limitations, only an excerpt of the Statement of Work (SOW) has been provided. Interested Offerors shall contact both Shaundra J. Duggans AND Priscilla Lee via email for copies of the SOW. Telephone requests will NOT be accepted.) The Department of Veterans Affairs, Veterans Health Administration (VA/VHA) is responsible for safeguarding veterans receiving health care in its facilities. Bylaws and rules provide guidance to medical staff members to assist them in meeting the expectations of the Medical Staff and to comply with VHA, Joint Commission, and local facility requirements and expectations for the delivery of high quality and safe healthcare to America's veterans. The Bylaws and rules provide a framework that allows medical staff members and applicants to knowledgeably agree to abide by the rules and policies of the medical staff. A Medical Staff Bylaws, Rules, and Regulations template is used by individual facilities in preparing the local facility Bylaws and rules. Except as may otherwise be specified in this statement of work, the contractor shall provide all labor, supervision and resources required to review, assess, evaluate, and revise the current Medical Staff Bylaws template and associated rules and regulations; as well as provide a recommendations report, to ensure that the Medical Staff Bylaws template is current and in compliance with 2009 Joint Commission standards and reflect other standards, statutes, and regulations in VA medical staff and credentialing law. The period of performance for this task order shall be from the date of award for a period of six months. Type of Contract: Firm Fixed Price Description of Tasks and Associated Deliverables: The contractor shall provide the specific deliverables described below within the performance period stated in Section A.4 of this SOW. Task 1: An entrance conference/"kick-off" meeting shall be held within one week of contract award. This meeting shall be coordinated and facilitated by the Contractor. As such, the Contractor shall provide a summary format for this meeting. Deliverable 1a: Kick-off Meeting Format Deliverable (due date - 1 week ARO) 1b: Kick-off Meeting (due date - 1 week ARO) Task 2: The Contractor shall submit a Project Work Plan that identifies all tasks, resources utilized (number, labor category and description), deliverables to be completed and the corresponding timetable and delivery dates. Deliverable 1: Project Work Plan (due date - 2 weeks ARO) Task 3: The Contractor shall coordinate a face-to-face meeting with the Office of Quality and Performance in Morrisville, NC with a small work group. This work group will be comprised of VHA medical staff coordinators and labor relation representatives to discuss the unique aspects of VHA's medical staff processes that must be incorporated into the Medical Staff Bylaws Template. This work group will be available for follow-up conference calls at the request of the Contractor. Results of this meeting shall be included in the biweekly report per Section E Reporting Requirements. Deliverable 3: Workgroup Meeting (due date - TBD) Task 4: The Contractor shall assess and analyze the existing Medical Staff Bylaws, Rules, and Regulations template and related documents (reference Section I. Government Responsibilities) for compliance with current Joint Commission standards documents and shall provide a DRAFT Bylaws Template. The contractor shall also provide a report on recommended changes to Bylaws in order to comply with 2009 Joint Commission standards. The DRAFT template must be reviewed and discussed for finalization with the COTR. Deliverable 4a: Recommendations Report Deliverable (due date - 6 weeks ARO) 4b: DRAFT Bylaws Template (due date - 15 weeks ARO) Deliverable 4c: FINAL Bylaws Template (due date - 23 weeks ARO) Task 5: The contractor shall provide a summary format for the exit conference and shall coordinate and facilitate this meeting. The exit conference shall be held via teleconference or Live Meeting technology. Deliverable 5a: Exit Conference Summary Format (due date - 24 weeks ARO) Deliverable 5b: Exit Conference (due date - 24 weeks ARO) 5. Instructions: In order to be considered responsive, the offeror's Technical Quotation must provide sufficient information to demonstrate the offeror's corporate capabilities and the approach that will be utilized to fulfill the requirements of the Medical Staff Bylaws Template project. Offers shall be submitted in two separate volumes as follows. Volume I, Technical Quotation shall be divided into four general areas as follows: (1) Understanding of the Requirement Relative to the scope of this project, the offeror shall provide a written narrative that demonstrates their understanding of the processes that have been proposed and requirements that have been described in the statement of work, including, but not limited to, an understanding of VHA credentialing process and regulations, Joint Commission standards, and the current paperless system; (2) Management and Operational Strategy Relative to the scope of this project, the offeror shall provide a detailed description of the management, operational strategy, and project plan that sequences the events that the organization will employ to ensure prompt and efficient delivery of the products and services required. (3) Corporate Capabilities and Personnel Relative to the scope of this project, the offeror shall describe its overall organizational capabilities and identify the key personnel that will be assigned to this project. Resumes shall be submitted for key personnel assigned to perform this effort and shall contain documented experience directly applicable to the functions to be performed. These prior work experiences shall be specific and of sufficient variety and duration that the employee is able to effectively and efficiently perform the functions assigned. (Reference Section N. Contractor Experience Requirements) The offeror shall also address its corporate experience and that of any subcontractor and consultants, emphasizing the extent of their experience relevant to the operation; and (4) Past Performance The Offeror shall identify three (3) contracts/task orders with the Federal Government and/or commercial customers that demonstrate recent and relevant past performance. Recent is defined as within the last three years. Relevant is defined as work similar in complexity and magnitude of the work described in the Statement of Work. Include the following information: Project title, Description of the project, Contract number, Contract amount, Government Agency/Organization and Point of Contact, and phone number/email address. Each reference shall include information that evidences customer satisfaction with products and services provided and demonstrate an offeror's compliance with a fulfillment of the requirements of previous contracts on both a technical and budgetary basis. The Government may also consider information obtained through other sources. Past performance information will be utilized to determine the quality of the contractor's past performance as it relates to the probability of success of the required effort. Volume II, Price Quotation - Offerors shall submit a Firm Fixed Price per each of the five (5) tasks following the CLIN structure identified in the Statement of Work. 6. Terms and Conditions: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. FAR 52.212-1, Instructions to Offerors-Commercial (JUN 2008), applies to this acquisition. The following clauses are included as an addendum to FAR 52.212-1: VAAR 852.270-1 Representatives of Contracting Officers (JUN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor. FAR 52.212-2, Evaluation--Commercial Items (JAN 1999), applies to this acquisition. Paragraph (a) is supplemented to include the following technical evaluation criteria listed in descending order of importance: Understanding of the Requirement, Management and Operational Strategy, Corporate Capabilities and Personnel, and Past Performance. Technical evaluation criteria when combined are more important than price. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (JUN 2008). FAR 52.212-4, Contract Terms and Conditions--Commercial Items (FEB 2007), applies to this acquisition. The following clauses are included as an addendum to FAR 52.212-4: FAR 52.204-9 Personal Identity Verification of Contractor Personnel (SEPT 2007), FAR 52.217-8 Option to Extend Services (NOV 1999), FAR 52.227-17 Rights in Data--Special Works (DEC 2007), VAAR 852.203-70 Commercial Advertising (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor; VAAR 852.237-70 Contractor Responsibilities (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of [ ]. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUN 2008), applies to this acquisition. Of the additional FAR clauses cited in this clause, the following are applicable: 52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003), 52.219-14 Limitations on Subcontracting (DEC 1996), 52.219.28 Post Award Small Business Program Representation (JUNE 2007), 52.222-19 Child Labor--Cooperation with Authorities and Remedies (AUG 2007), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (JUNE 1998), 52.222-50 Combating Trafficking in Persons (AUG 2007), 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act (AUG 2007), 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008), and 52.232-34 Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999). 7. Point(s) of Contact: Primary - Shaundra J. Duggans, Contract Specialist, phone: 202-461-6808, fax: 202-273-7448, E-mail: shaundra.duggans@va.gov; Secondary - Priscilla Lee, Contract Specialist, phone: 202-461-6807, fax: 202-273-7448, E-mail: priscilla.lee@va.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9f8f6325aa9d373e14ce4e1ed735a7b4&tab=core&_cview=1)
 
Record
SN01655604-W 20080831/080829221540-9f8f6325aa9d373e14ce4e1ed735a7b4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.