SOLICITATION NOTICE
65 -- Onsite Comprehensive and Consultation Support Services of JCAHO Standards, period of performance 1 February 2010 through 30 September 2010.
- Notice Date
- 1/14/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
- ZIP Code
- 30905-5650
- Solicitation Number
- W91YTV10T0016
- Response Due
- 1/21/2010
- Archive Date
- 3/22/2010
- Point of Contact
- Linda Spindler, 706-787-2378
- E-Mail Address
-
Southeast Regional Contracting Office
(linda.spindler@amedd.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is W91YTV-10-T-0016. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The North American Industry Classification System Code (NAICS) for this procurement is: 611710. This requirement is 100% SB Set-aside. Eisenhower Army Medical Center, Fort Gordon, GA 30905 has a requirement for Onsite Comprehensive and Consultation support services of JCAHO standards effective 1 February 2010 through 30 September 2010. ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICE 0001 3EA$_______________ Onsite Comprehensive review and Consultation FFP Onsite review and consultation and assessment of DDEAMC's compliance of Joint Commission Standards based on the Comprehensive Accreditation Manual for Hospital (CAMH). Ongoing Continuous readiness consultation provided by one consultant for 1 week (5days) the 2nd, 3rd, and 4th quarter of FY2010 for a total of 15 days of consultation services. Deliverables: Onsite consultation, document review to assess compliance of policies and procedures, patient tracers to assess patient care activities and open chart review. Interviews with DDEAMC Headquarter Command Staff and Key medical staff, review of medical record documentation to identify areas of improvement, planning sessions with groups or individuals to evaluate compliance with organizational focused functions, and a documented closed critique with strategic planning sessions to DDEAMC Leadership and Command Staff. Effective period: 1 February 2010 thru 30 September 2010. FOB: Destination PURCHASE REQUEST NUMBER: W33BWP93019301 ITEM NOSUPPLIES/SERVICESQUANTITYUNIT UNIT PRICE EA $___________ 0002 1 Behavioral Health Joint Commission Survey FFP Onsite Review of Joint Commission Standards and Compliance of DDEAMC Behavioral Health services based on the Comprehensive Accreditation Manual for Hospital (CAMH). Ongoing Continuous readiness consultation provided by one consultant for 1 week (5days) the 2nd quarter of FY2010 for a total of 5 days of consultation services. Deliverables: Onsite consultation, document review to assess compliance of policies and procedures, patient tracers to assess patient care activities and open chart review. Interviews with DDEAMC Headquarter Command Staff and Key medical staff, review of medical record documentation to identify areas of improvement, planning sessions with groups or individuals to evaluate compliance with organizational focused functions, and a documented closed critique with strategic planning sessions to DDEAMC Leadership and Command Staff FOB: Destination PURCHASE REQUEST NUMBER: W33BWP93019301 Please include shipping and handling cost if applicable. The Government anticipates awarding a single award for this requirement. Final decision as to award will be based on lowest price technically acceptable (including past performance). To be delivered to: Eisenhower Army Medical Center, Bldg 300, East Hospital Road, Fort Gordon, GA, 30905. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, apply to this acquisition. A completed copy of the provisions at FAR 52.212-2, Evaluation-Commerical Items(JAN 1999), FAR 52.212-3, Offeror Representations and Certifications-Commercial Items must be included with the offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); DFAR Clause 252.232-7003, Electronic Submission of Payment Request (JAN 2004); DFAR Clause 252.204-7004 Alt A, Required Central Contractor Registration Alternate A (Nov 2003). ); The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The total extension of performance hereunder shall not exceed 6 months. The contracting Officer may exercise the option by written notice to the Contractor within 15 calendar days prior to expiration of the contract. (End Clause); 52.217-9 Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the Contractor within 15 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (End Clause). Full text of provisions and clauses may be accessed electronically at the following address: http://www.arnet.gov/far. Quotes are being requested and a written solicitation will not be issued. All responsible sources should submit quotes including a description of technical expertise and a list of related past DoD contracts and phone numbers to Gwendolyn Dixon via fax at 706-787-6573 or e-mail: gwendolyn.dixon@amedd.army.mil by 21 JANUARY 2010, 12:00 PM EST. Joint Commission Pre Survey Assessment Visits 1. GENERAL. 1.1. DESCRIPTION OF WORK. 1.1.1. The contractor shall provide consultative services and conduct five day Joint Commission Pre Survey Assessment visits in the 2nd, 3rd, and 4th quarters of 2010 for a total of 20 days of consultation. 1.1.2. Contractor will conduct site visits encompassing consultant services related to The Joint Commission preparation to include the following: -Two consultants associates to conduct surveys over a 9 month period (2010). Sessions to be conducted individually. -A separate Behavioral Health consultant is required due to a new mission, residential treatment facility at DDEAMC, requiring the same consultant review by a behavioral health specialist, but for only one quarter. 1.1.3. Performance Measures. 1.1.3.1. Outcome. The result of this effort shall be the clear and concise definition of the findings and recommendations of the consultants in order for DDEAMC to comply with TJC standards. 1.1.3.2. Standards. Acceptable measures are non-quantifiable. The contractor shall address all areas set out in Specific Tasks. 1.1.3.3. How Measured. The Quality Management (QM) staff at DDEAMC will monitor the contractors conduct in accomplishing the tasks in this PBWS. The quality of the reports will be reviewed by QM staff and MTF leadership to ensure that the tasks have been accomplished. 2. SPECIFIC TASKS. The Survey consultants shall perform or accomplish the following: 2.1. Provide a comprehensive review of Clients compliance with the current Joint Commission Standards based on the Comprehensive Accreditation Manual for Hospitals (CAMH). 2.2. Provide a comprehensive review of Clients compliance with the current Joint Commission standards based on the Comprehensive Accreditation Manual for Behavioral Health Care (CAMBHC). 2.3. Provide on-site consultation and assessment. 2.4. Provide morning briefings and exit conference with leaders, managers and invited guests. 2.5. Perform Document Review to assess compliance for required policies/procedures and practices. 2.6. Conduct leadership interview with senior leaders and medical staff leaders. 2.7. Perform tracers of clinical services and patient care units to assess patient care activities and identify deficiencies. Perform open chart review. Consultants to focus on specific standards and compliance. 2.8. Review medical record documentation to identify areas for improvement. 2.9. Provide planning sessions with individuals/multi-disciplinary groups to evaluate compliance with patient-focused and organizational-focused functions. 2.10. Provide a closing critique from Contractor with findings provided in writing and strategic planning sessions to be provided to key leadership staff (participants to be determined by Client). 2.11. Each consultant shall provide a written report, specifically to include: standards (with specific citations to authority for standards) and findings. As available, templates of recommended documents to address findings/deficiencies, and other resources required to address any findings/deficiencies reported by Contractor will be provided. 3. SCHEDULES. 3.1 The organizational assessment for the services described herein shall be conducted by consultants in the 2nd, 3rd, and 4th quarters of 2010 for a total of 20 days of consultation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV10T0016/listing.html)
- Place of Performance
- Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
- Zip Code: 30905-5650
- Zip Code: 30905-5650
- Record
- SN02042646-W 20100116/100114234704-e5302dcb95df87fe3237cd654c75136c (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 |