AWARD
R -- RECOVERY Global Assessment of the Value of Health Information Technology and (ONC) Programs.
- Notice Date
- 4/2/2010
- Notice Type
- Award Notice
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
- ZIP Code
- 20857
- Solicitation Number
- OS26274
- Archive Date
- 4/14/2010
- Point of Contact
- Chris M. Ganey, Phone: 301-443-4379
- E-Mail Address
-
CHRISTOPHER.GANEY@PSC.HHS.GOV
(CHRISTOPHER.GANEY@PSC.HHS.GOV)
- Small Business Set-Aside
- N/A
- Award Number
- HHSP23320095642WCHHSP23337009T
- Award Date
- 3/30/2010
- Awardee
- MATHEMATICA POLICY RESEARCH, INC, 600 ALEXANDER PARK<br />, PRINCTON, NJ 08540, PRINCETON, New Jersey 08540, United States
- Award Amount
- $3985751
- Description
- TAS::75 0131::TAS The purpose of this task order (TO) is to assess the overall progress towards the goals of the Health Information Technology for Economic and Clinical Health (HITECH) Act of 2009. This evaluation will build on data collected in the separate program evaluations and will examine the interactions of the programs in supporting electronic health record (EHR) adoption and use. Separate program evaluations will be conducted that focus solely on the effectiveness of the State Health Information Exchange Cooperative Agreement Program, the Regional Extension Center Program, the Beacon Communities Program, and the Information Technology Professionals in Health Care. This Global evaluation will build on the evaluations of these four programs. In addition, this global evaluation will entail additional data collection efforts and analysis aimed at assessing the overall impact of the four programs on the adoption and meaningful use of EHRs and on resulting changes in health quality and cost. Due to the nature of the work and uncertainties involved in the contract performance, a fixed price contract action was not appropriate. It was not possible at this time to estimate with any accuracy the extent or duration of the work or what type of other direct costs elements (materials, supplies, equipment, travel, subcontractors, etc.) will be required during performance. A cost reimbursement type contract was planned/recommended. As prescribed in FAR 16.306(a) a cost plus fixed fee type contract will provide for payment of allowable incurred costs and a negotiated fee that is fixed at the inception of the contract the fixed fee does not vary with actual cost, but may be adjusted as a result of changes in the work to be performed under the contract. This contract type permits contracting for efforts that might otherwise present too great a risk to the contractor, but it provides the contractor only a minimum incentive to control costs.” As prescribed in FAR 16.301-3 Limitations, the Program Support Centers 2009 Task Order Contractors have accounting systems adequate for determining costs applicable to the contract. Appropriate Government surveillance during performance will provide reasonable assurance that efficient methods and effective cost controls are used as this requirement is also performance based. The quality assurance surveillance plan provides a 2% task order deduction amount for tasks that are not completed or performed according to the performance standards.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/Awards/HHSP23320095642WCHHSP23337009T.html)
- Record
- SN02112094-W 20100404/100403000017-b8f37c946bf0feb2ab1a866049f84b73 (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 |