Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2011 FBO #3679
SOURCES SOUGHT

R -- Quality Indicator Survey (QIS)

Notice Date
12/19/2011
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Health and Human Services, Centers for Medicare & Medicaid Services, Office of Acquisition and Grants Management, 7500 Security Blvd., C2-21-15, Baltimore, Maryland, 21244-1850
 
ZIP Code
21244-1850
 
Solicitation Number
APP120249EW
 
Archive Date
2/4/2012
 
Point of Contact
Eddie B. Woodard, , John Cruse,
 
E-Mail Address
eddie.woodard@cms.hhs.gov,
(eddie.woodard@cms.hhs.gov, ontracting)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: List Contractor Requirements: Contractor shall submit capability statements as noted below by demonstrating their ability to perform the required services through past and current experiences. Background: This is a SOURCES SOUGHT NOTICE to determine the availability of potential small businesses (e.g., 8(a), service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, and women-owned small business) in accordance with FAR 7.104(d). The potential small business will need to demonstrate the following: 1. Ability to conduct Registered QIS Surveyor trainings and Train-the-Trainer trainings that include classroom activities, mock surveys, compliance assessments, training preparation activities, and train-the-trainer workshops. These trainings will occur in multiple states 2. Ability to schedule, coordinate, and conduct multiple concurrent QIS trainings 3. Ability to recruit and retain qualified instructors 4. Ability to monitor and manage improvements and lessons learned from QIS trainings by summarizing criteria in compliance assessment measures, designing and developing assessment tools, and developing and revising training materials 5. Ability to maintain and revise Web-based training materials 6. Ability to create simulations of conditions surveyors might encounter for a variety of learning scenarios 7. Ability to design practice/training opportunities that have repeatable solutions 8. Ability to use new technologies to improve the training experience and shorten time-to-competency 9. Ability to create training presentations/videos that can be easily accessed by a geographically diverse group; for example, viewed on You Tube 10. Ability to design refresher trainings, both face-to-face and remotely accessed, that have imbedded performance assessments 11. Ability to design a flexible, scalable training approach; for example, 2 days in classroom and the rest of the time taking self-selected training modules Responses must be submitted no later than January 20, 2012. Capability statements will not be returned and will not be accepted after the due date. This is not an invitation for bid, request for proposal or other solicitation and in no way obligates CMS to award a contract. The sole intent of this Sources Sought Notice is to obtain capabilities for set-aside and procurement planning purposes. Please provide the follow Business information: 1. DUNS Number 2. Company Name 3. Company Address. 4. Company Point of Contact, phone number and email address 5. Type of company under NAICS, as validated via the Central Contractor Registration (CCR). Additional information on NAICS codes can be found at www.sba.gov. Any potential government contract must be registered on the CCR located at http://www.ccr.gov/index.asp. 6. Corporate structure (corporation, LLC, sole proprietorship, partnership, limited liability partnership, professional corporation, etc.); 7. Current GSA Schedules appropriate to this Sources Sought 8. Point of Contact, phone number and email address of individuals who can verify the demonstrated capabilities identified in the responses. 9. Responders should also include a statement about whether or not they have an approved Federal audited accounting system. If the responder has an approved accounting system, please provide the certification in which the accounting system was deemed adequate (e.g. the name of the audit agency and audit number). You may submit as an attachment, which will not count towards the overall page limit. Teaming Arrangements: Entities seeking to respond to this notice as a team or to rely on subcontractors to perform any portion of the work must include the above-requested information and certifications for each entity on the proposed team or each proposed subcontractor. Teaming arrangements are encouraged. The contractor and any subcontractors must not have any relationships or arrangements through business operations or its employees that could be considered as possibly lessening the company's objectivity concerning any aspect of the proposed tasks. If such relationships or arrangements exist, contractors or subcontractors shall be required, during the procurement process (if one occurs), to identify potential conflicts of interest and discuss how the conflicts will be addressed and mitigated. This sources sought is for information and planning purposes and is not to be construed as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will not be notified of the results of the evaluation. All information submitted in response to this announcement must arrive on or before the closing date. All capability statements can be submitted via e-mail to the point of contact listed below. Responses must be submitted not later than January 20, 2012, 10:00am. Responses shall be limited to 10 pages. Resumes of key people are limited to 2 pages and may be submitted as an attachment. Attachments will not count towards the page limit.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/HCFA/AGG/APP120249EW/listing.html)
 
Place of Performance
Address: 7500 Security Blvd., Mail Stop BE-30-03, Baltimore, Maryland, 21244-1850, United States
Zip Code: 21244-1850
 
Record
SN02641588-W 20111221/111219234139-0dc25be12193841310f5bbe06053985a (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.