SOURCES SOUGHT
R -- Patient-Centered Medical/Health Home (PCMHH) Initiative
- Notice Date
- 6/7/2010
- 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, Office of Acquisitions Management and Policy, 5600 Fisher Ln., Room 13A-19, Rockville, Maryland, 20857, United States
- ZIP Code
- 20857
- Solicitation Number
- HRS36648
- Archive Date
- 7/2/2010
- Point of Contact
- Dottie L Watson, Phone: 301-443-2752
- E-Mail Address
-
dwatson@hrsa.gov
(dwatson@hrsa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE to determine the availability and capability of 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 services for the Patient-Centered Medical/Health Home (PCMHH) Initiative. The purpose of the PCMHH Initiative is to encourage and support health center efforts to undergo rigorous and comprehensive survey processes (such as recognition or certification) and achieve national benchmarks that demonstrate the highest standards of health care quality. The PCMHH Initiative will support the Health Center Program in its efforts to promote a patient-centered, primary medical/health care home for millions of the Nation's underserved people, assuring access to comprehensive, culturally competent, quality primary health care services. HRSA anticipates that this solicitation will result in an increase in the number of health centers seeking distinction as a PCMHH. HRSA is committed to assisting health centers improve the quality of care provided to patients and foster an overall culture of quality for these organizations. HRSA/BPHC seeks to not only build upon the previous accreditation success, but to expand the program to be inclusive of emerging quality models for primary care, allowing for greater survey and evaluation options and to develop a comprehensive environment of quality and service. The Patient-Centered Medical/Health Home (PCMHH) initiative will support health centers in their continuing efforts to provide high quality, cost effective care to underserved and vulnerable populations. In concert with the HRSA/BPHC Accreditation Initiative, the PCMHH initiative will increase the number of health centers that attain distinction as a patient-centered medical-health home. By establishing medical/health homes throughout a network of established health centers, the Health Center program seeks to improve access and quality, promote the appropriate use of services, and reduce overall health care costs. Contractors will be required to: 1. Meet initially with the Project Officer and other(s) designated individuals; 2. Prepare minutes from initial meeting; 3. Create and refine work plan; 4. Provide status updates and monthly progress reports; 5. Provide monthly detailed financial reports; 6. Develop Survey Reports (The Initial and Final Reports); 7. Propose a list of health centers to undergo survey for the calendar year; and 8. Provide final report and products developed under the contract. Qualified contractors (in team or alone) must satisfy the following minimum requirements. Provide a detailed description of your company's experience and demonstrated abilities to deliver each and every one (address each separately) of the following requirements: 1. Provide survey services in accordance with the approved work plan and the contractor's survey policies; 2. Demonstrated success as a national survey program; 3. Demonstrate the ability to survey for regulatory and program expectation evaluation requirements of HRSA/BPHC as supplementary survey requirements; 4. Develop a survey/recognition framework that incorporates health center program compliance; 5. Experience with safety-net providers; 6. Ability to provide technical assistance and logistical coordination of survey services to health centers; 7. Ability to support health center survey readiness to facilitate health centers' consideration of issues prior to them formally embarking on the survey preparation process; 8. Support for ongoing compliance between survey periods and correcting areas cited for deficiency; 9. Provide channels for receipt of ongoing educational training and support to health centers on a national and individualized basis; 10. Provide educational training for surveyors; and 11. Collect, aggregate, analyze and report on survey data. In addition, contractor (in team or alone) must possess: 1. Prior experience in contracts of the type; 2. Have a national presence; 3. History of adherence to contract schedules, including the administrative aspects of performance; 4. Sufficient information management and computer resources for contract implementation; 5. Reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and 6. Ability to address operational issues that impact survey performance. In addition, it is preferable that the Contractor has experience working with federal contracts meeting deadlines while maintaining flexibility in the work process. A cost reimbursement type contract is anticipated, for a base year and up to four option years. This is a similar requirement. The NAICS Code is 541690, with a small business size standard of $7.0 m. 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 specific work as required. Responses must directly demonstrate 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 not exceed 30 single-spaced pages, excluding attachments, 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 541690 (size standard $7m or number of employees) 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 Contracting Officer not later than 2:00 pm eastern standard time on June 17, 2010 for consideration. Please forward responses via e-mail to dwatson@hrsa.gov and forward by delivery, surface mail or fax to the following address: 5600 Fishers Lane, Rockville, MD 20857, Fax 301-443-5295. 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 Governments' understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/65881ada9661fd23855f137d2f195d4f)
- Record
- SN02170224-W 20100609/100607234848-65881ada9661fd23855f137d2f195d4f (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 |