SOURCES SOUGHT
R -- Genetics in Primary Care Training Institute: for Primary Health Care Providers
- Notice Date
- 3/25/2010
- Notice Type
- Sources Sought
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of Health and Human Services, Health Resources and Services Administration, Office of Acquisitions Management and Policy, 5600 Fisher Ln., Room 13A-19, Rockville, Maryland, 20857, United States
- ZIP Code
- 20857
- Solicitation Number
- HRS30107
- Archive Date
- 4/20/2010
- Point of Contact
- David Trejo, Phone: 301-443-0534, Francis R Murphy, Phone: (301) 443-5165
- E-Mail Address
-
dtrejo@hrsa.gov, fmurphy@hrsa.gov
(dtrejo@hrsa.gov, fmurphy@hrsa.gov)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address: Department of Health and Human Services, Health Resources and Services Administration, 5600 Fishers Lane,Room 13A-19, Rockville, MD 20857. Description: This is a SOURCES SOUGHT NOTICE to determine the availability and capability of universities, small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) to provide Genetics in Primary Care Training Institute for Primary Health Care Providers. This requirement should increase the number of primary health care providers who are competent and confident in providing basic information about newborns screening and common genetic disorders to patients and their families. In addition, due to limited access in some regions of the United States, to increased resources, these primary health care providers will be more knowledgeable and secure at providing care that is more comprehensive to those individuals and their families with less common genetic disorders Item Description Copies Delivery Date 1 Meet with PO 15 Days EDOC 2 Revised Master plan 2 copies 4 months EDOC 3 Identification of subcontractors 2 copies 30 days prior to issuance of subcontract EDOC 4 Identification of Advisory Board 2 copies 5 months EDOC 5 Selection of GCPTI training sites 2 copies 7 months EDOC 6 Selection of GPCTI participants 2 copies 10 months 7 Educational sessions meeting plan including agendas, expert faculty, and logistics 2 copies 45 days prior to meeting 8 Schedule of teleconferences with GPCTI 2 copies 30 days after selection of GPCTI participants 9 Annual meeting with GPCTI Advisory Board 90 days prior to meeting 10 Evaluation tools 2 copies 10 months EDOC 11 Quarterly reports 2 copies Each quarter for the duration of the contract beginning in month 4 12 Draft final report 2 copies 90 days from end of contract 13 Final report 2 copies 30 days from end of contract 14 Article for publication 2 copies 30 days from end of contract 15 Presentation to the Advisory Committee on Heritable Disorders Within 3 months EDOC Qualified contractors must satisfy the following minimum requirements. Provide a detailed description of your company's experience and demonstrated abilities to deliver each and every one of the following requirements: Task 1 is the development phase. The first phase of work shall constitute the program planning phase and the development of the final Master Plan that shall be accomplished in 6 months. The Master Plan of the Project shall be based on the work plan submitted by the contractor in their RFC. The contractor shall assemble an Advisory Board with members from primary health care and genetics/genomics, faculty of nursing and medical schools and residency training, professional organizations representing primary health care disciplines and the Advisory Committee on Heritable Disorders for Newborns and Children which will determine the structure of the GPCTI and the genetics/genomics competencies to be learned and applied to clinical practice by the teams. In this development phase, the contractor shall also arrange for meetings of contract officials and Federal government officials to clarify contractor and GSB roles and responsibilities, including reporting requirements. The Contractor shall develop proposed meeting schedules with agendas for not less than two meetings of the Advisory Board during this phase of the work. One of the meetings shall be face to face; the other meeting(s) may be via conference call. The meetings shall be held in the Washington, DC metro area. Task 2-Program Implementation of Projects with Projects' Evaluation. This phase begins with the acceptance of the Master Plan by the PO and extends over a period of 42 months. During Phase two, the Contractor shall implement the specific projects in the Master Plan approved by the PO for implementation during Task Two. The Contractor may propose the use of subcontracts to implement the approved components of the projects contained within the Master Plan. All subcontracts proposed by the Contractor must be presented to and reviewed and approved by the PO prior to implementation by the Contractor. The contractor shall prepare a process to pilot the GPCTI 2567 developed under Phase One. The project shall determine GPCTI sites. An evaluation component shall be included that develops benchmarks for measuring the effectiveness of the: 1) matching process; 2) the usability of the training materials to primary health care providers; 3) the relevance of the developed materials to clinical practice and 4) the effect on primary health care provider knowledge. The evaluation component shall determine the markers of success using measurable indicators in examining the above components of the matching and educational process. This Contractor shall provide ongoing technical assistance in assessing the strengths and weaknesses of the project to guide project revisions and project administration. The Contractor shall provide the necessary technical assistance but no less than four technical assistance/educational sessions targeted toward genetics/genomic competencies. For these educational training activities, the sessions must be conducted in a central location to afford maximum participations by the teams. Communication technology shall also be used to increase participation of those who cannot travel. The Contractor shall support through per diem and travel the teams and a representative of each nursing, medical or health professional school participating in the GPCTI. The contractor shall prepare the agenda and meeting materials for the participants. With the support of the schools teams will be expected to study, test, and implement the latest knowledge and evidence available and various skills and techniques, and measure the impact of these changes. This should be done during the time periods between the Technical Assistance Sessions. Teams are expected to implement PDSA Cycles, or similar mechanism as recognized by the professional credentials Board. A PDSA cycle consists of four steps: Plan, Do, Study, and Act. These cycles test ideas and techniques quickly and allow teams to capture successes and challenges in their implementation of best practice models and share with the entire GPCTI to enhance learning for the entire group. The Contractor, during the contract period shall conduct at least three visits to each team and medical school. These visits are for the purpose of evaluation data collection, ongoing need assessment regarding use of educational materials and such other issues identified with the ongoing and regular communication with the Advisory Board, GPCTI participants, and medical schools. In Phase Two, the Contractor shall convene not less than one in person meeting per year of the Advisory Board with the PO to review the contract process and describe the purpose of the meeting including but not limited to any proposed changes within the Master Plan. The meeting shall be in the Washington DC area. The Contractor shall obtain approval of the PO prior to scheduling meetings of the Advisory Board or the GPCTI participants. Task 3 is the evaluation design phase of the project. Under this task the contractor shall provide a design to evaluate the GPCTI and the training materials developed by the project. This design shall include an analysis of the 1) selection process, 2) products (curriculum and training materials) and 3) application by the GPCTI participants of information learned upon clinical practice. The evaluation plan shall also address the conceptual framework used to develop the GPCTI, context for the matching process, context for the decision making process regarding education and training materials, receipt of genetic information by primary health care providers and application of the training to clinical practice. The evaluation shall track and report on all required data measures monthly as well as initiate, maintain, and evaluate the change processes and share those processes with the GPCTI participants, Advisory Board and the Advisory Committee on Heritable Disorders. Phase four is identified as the Final Reporting component of this entire contract. The Advisory Board shall meet together to review the GPCTI programs outcomes evaluation and make recommendations to the PO, pursuant to the findings of the evaluation. The Contractor shall provide a report on the evaluation effort of this contract that is independent of all other required reports. As a final product during Phase Four of the contract, the Contractor shall provide a report suitable in format and content as a report to Advisory Committee on Heritable Disorders in Newborns and Children that includes recommendations regarding the effectiveness of the GPCTI program and includes measures of the GPCTI. The report should also be suitable for publication in a peer reviewed journal. The Final Report should include other items proposed for inclusion by the Advisory Committee on Heritable Disorders in Newborns and Children. The Contractor shall schedule and conduct a presentation on the GPCTI Learning Collaborative, including the program outcome evaluation to be held at the Parklawn or similar location for the purpose of providing interested HRSA/MCHB verbal and written information on the outcome of the data, GPCTI education and training projects. The Contractor shall include the recommendations for replicability about the project, sustainability for the project and future work specific to the Federal Government's role. The Contractor shall prepare the Draft Final Report and Executive Summary according to the report format for the Advisory Committee on Heritable Disorders in Newborns and Children. The PO shall provide the Contractor with the format of a report from the Advisory Committee on Heritable Disorders in Newborns and Children. The Draft Final Report must be developed with the contractor, GPCTI Advisory Board, and provided to them for review and comment prior to the Contractor submitting the Final Draft Report to the PO for review and comment. Contract performance will take place at contractor's office unless otherwise informed by the Government Project Officer. A Cost contract is anticipated, for a Base year with three (3) one-year option periods. This is a new requirement. The NAICS Code is 611439, with a small business size standard of $7.0. Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall be limited to ten (10) pages, and must include: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for NAICS 611430 (size standard $ 7.0) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. 5. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6. If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm's status (see item #3, above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this notice must be received by the Contract Specialist, David Trejo not later than 4:00 PM Eastern Standard time on April 5, 2010 for consideration. Submissions will be accepted by U. S. Mail and email. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and HRSA may contact one or more respondents for clarifications and to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. POINTS OF CONTACT David Trejo, Contract Specialist 5600 Fishers Lane, Room 13A-19 Rockville, MD 20857 301-443-0534 FAX 301-443-5462 dtrejo@hrsa.gov. Frank Murphy, Contracting Officer 5600 Fishers Lane, Room 13A-19 Rockville, MD 20857 301-443-5165 fmurphy@hrsa.gov FAX 301-443-6038
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0c3ead0d40534eb7e3e2976d5dd25cef)
- Place of Performance
- Address: 5600 Fishers Lane, Rockville, Maryland, 20857, United States
- Zip Code: 20857
- Zip Code: 20857
- Record
- SN02103504-W 20100327/100325235848-0c3ead0d40534eb7e3e2976d5dd25cef (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 |