SOURCES SOUGHT
Q -- in-House adult airway training - Package #1
- Notice Date
- 6/18/2012
- Notice Type
- Sources Sought
- NAICS
- 621493
— Freestanding Ambulatory Surgical and Emergency Centers
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
- ZIP Code
- 20892-5480
- Solicitation Number
- 12-008575
- Archive Date
- 7/12/2012
- Point of Contact
- Priscilla S.Abalos, Phone: 3015943879
- E-Mail Address
-
priscilla.abalos@nih.gov
(priscilla.abalos@nih.gov)
- Small Business Set-Aside
- Emerging Small Business
- Description
- Sole source Justification SOW The National Institutes of Health, Clinical Center, (Critical Care Medicine Department) is conducting a small business market survey/sources sought to help determine the availability and technical capability of the following entities, as registered and validated at Central Contractor Registration (CCR) at https://www.bpn.gov/ccr/ : • 8(a) Small Business • HUBZONE Small Business • Service Disabled Veteran Owned Small Business • Small Business • Veteran Owned Small Business • Women Owned Small Business This market survey/sources sought is not a request for proposals/quotes and No formal solicitation document exist at this time. Government is not committed to award a contract pursuant to this announcement. The information from this market research is for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research and the Government will not entertain questions concerning this market research or pay for any costs incurred in the preparation of information for responding to this market survey/sources sought notice. BACKGROUND: The Critical Care Medicine Department (CCMD) was established in November 1977 to provide medical care for critically ill patients throughout the Clinical Center who have potentially reversible medical problems. Critical care medicine may be defined as the observation, diagnosis, treatment, and rehabilitation of patients with overt or potential failure of vital functions. The Department is currently composed of the following sections: • Clinical Medical Services • Critical Care Therapy and Respiratory Care • Research Section • AIDS Section • Administrative Services The mission of the Department is to (a) provide superb care for Clinical Center patients who may benefit from critical care services, (b) improve both understanding and management of the critical disease processes, c) train health care professionals to understand, provide, and improve critical care services. The activities of the Department have been directed principally towards: • Organizing, developing and maintaining a medical facility capable of providing a full spectrum of superb critical care and specialized outpatient services to the Clinical Center 24 hours per day, 365 days per year. • Maintaining a consultative service to assist in the management and care of critically ill patients throughout the Clinical Center. • Managing emergency services such as the "code blue" cardiac arrest team. • Maintaining an educational and training program in critical care for therapists, nursing and physician staffs. • Providing national leadership in directing the standards and goals of critical care clinical practice, training, and research. CCMD Mission To provide high quality and cost effective clinical service that meets the needs of CC patients and NIH Institutes, to facilitate the research goals of NIH Institutes and investigators, and to conduct high quality research and training in Critical Care Medicine. 2. PURPOSE The purpose of this SOW is to secure the services of adult airway training for the CCMD Clinical Fellows and Senior Staff. The Clinical Fellows and Senior Staff are unable to receive this training from the Clinical Center's (CC) Anesthesia Department due to the low volume of intubations performed in their operating room and narrow spectrum of pathology. The primary purpose is to assure the CCMD Clinical Fellows and Attendings are properly trained and competent to place airways in adult CC patients on an elective and emergent basis. The Clinical Center's Anesthesia department is not in-house 24/7 and the responsibility for airway emergencies falls to the CCMD Clinical Fellows and Attending at night, weekends and holidays. If patients have airway emergencies and an airway cannot be established within 1-5 minutes, depending on the scenario, death or permanent disability will result. The hospital has an ethical imperative to provide qualified staff to handle this expected emergency, and CCMD has been designated as the responsible entity. Moreover, the liability entailed in having suboptimal training is enormous, as is the political liability for the organization if an adverse outcome occurs due to poor staff training. 3. QUALIFICATIONS • Board certified anesthesia staff • At least 25 cases per day in patient volume • Experience teaching residents and fellows • Located within 45 minutes by car or public transportation from Clinical Center so that training does not disrupt other clinical responsibilities • Availability of cases and instruction without excessive competition from other local hospital staff in need of training such as the host institutions residents and fellows. 4. SCOPE OF WORK Independently and not as an agent of the Government, the Contractor(s) shall provide consistent contract personnel with access to a diverse range of patient material to deliver adult airway training to the CCMD. The Government reserves the right to remove someone that is not performing in conformance with the services being requested. Note: Benefits and holiday pay will not be provided for in this contract. 5. SPECIFIC DUTIES The duties listed below are a general list of the duties for this requirement. • Operating room (OR), preoperative and post operative airway training in performing standard procedures • Didactic training in the OR or at the bedside on technical skills and cognitive knowledge needed to manage airways safely in emergent and non emergent settings. • Didactic training on the drugs and devices need to manage airways in a variety of routinesettings as requested by the contract officer. 6. PERIOD OF PERFORMANCE The period of performance for this contract will be July 1, 2012 to June 30, 2013. Service: Once Hours: Normal business hours for anesthesia department/operating room Location: Contractor's operating room/anesthesia department must be within 45 minutes of the NIH Campus. 7. IDs/SECURITY CLEARANCE Contractor's will not need to visit the NIH Campus as all training will be done at the contractor's place of employment, therefore, no NIH badge or criminal background checks will be required. 8. MALPRACTICE INSURANCE Contractors must provide their own malpractice insurance. 9. QUALITY CONTROL AND MONITORING Contractor performance will be monitored by Government personnel for compliance with the degree of skill, customer service, and learning expected of a reasonably prudent health care provider in a similar professional setting. Competence/Conduct/Performance NIH reserves the right to terminate service agreement based on poor performance, inappropriate behavior or attendance issues. 10. EMERGENT PERSONNEL POLICY The Contractor for this service is performing the service off-site, at their own facility and are not considered Emergency Employees. 11. INVOICE REQUIREMENTS 1) One invoice once the service has been completed (itemized) 2) List name of contractor 3) Dates service provided 4) Exact hours worked to complete service 5) Bill Rate per Hour 6) Total for entire invoice A. The contractor shall submit the original and a copy of the invoices concurrently as follows: a. An original to the following designated payment office: National Institutes of Health Office of Financial Management Commercial Accounts, Room 4B-432 2115 East Jefferson Street MSC 8500 Bethesda, Maryland 20892-8500 b. One copy to the Administrative Officer at: National Institutes of Health Critical Care Medicine Department, Clinical Center 9000 Rockville Pike Building 10, Room 2C145 Bethesda, Maryland 20892 12. EVALUATION CRITERIA Proposals submitted will be evaluated in accordance with three factors. These factors in order of importance are technical, cost, and past performance. Although technical factors are of paramount consideration in the award of the contract, past performance, and cost/price are also important to the overall award of the contract decision. All evaluation factors other than cost or price, when combined are significantly more important than cost or price. In any case, the Government reserves the right to make an award to that offeror whose proposal provides the best overall value to the Government. The Government intends to award without discussions, although discussions may be conducted at the discretion of the Contracting Officer. Technical proposals shall be rated by the following adjectival method: Exceptional, Exceeds specified performance or capability. Any weakness are minor Acceptable, Meets evaluation standards, has good probability of satisfying requirements. Average risk offeror would fail to meet the requirements. Weaknesses are not major Marginal, Fails to meet evaluation standards, has significant deficiencies. There is low probability of success Unacceptable, Fails to meet minimum requirements. Deficiencies are so major or extensive that a major revision to the proposal would be necessary. Training Services The Offeror must demonstrate that the staff involved in this contract are board certified in anesthesiology and must demonstrate a daily volume of at least 25 cases that could be evaluated as potential training cases. Technical Skills Contract staff must have experience and proficiency in the following areas: • Adult intubation and airway management • Training and education Cost Cost will be considered in the overall evaluation of the offered services to ensure award is made to the offeror presenting the best value to the government. In the event that two offerors are considered technically equivalent, cost will be become the significant factor in the determination. Past Performance Offerors must submit the following information as part of their proposal: Offeror's past performance information will be evaluated subsequent to the technical evaluation. However, this evaluation will not be conducted on any offeror whose proposal is determined to be technically unacceptable. A list of at least 1 reference where services provided were similar in nature to the solicitation work scope in the last three years. Each offeror will be evaluated on their performance feedback received from provided reference(s). Performance information will be used for both responsibility determinations and as an evaluation factor against which offeror's past performance will be highly influential in determining the relative merits of the offeror's proposal and in selecting the offerors whose proposals are considered most advantageous to the government. In the case of an offeror without record of relevant past experience or for whom information on the past performance is not available, the offeror may not be evaluated favorably or unfavorably for past performance. ADDITIONAL INFORMATION: The proposed North American Industry Classification System (NAICS) code 621493, (Freestanding Ambulatory Surgical and Emergency Center), and size standard is $10.0 Offerors shall identify if they are the following, based on this NAICS code and their registration/validation at CCR : • 8(a) Small Business • HUBZONE Small Business • Service Disabled Veteran Owned Small Business • Small Business • Veteran Owned Small Business • Women Owned Small Business Offerors shall also indicate if they are a Federal Supply Schedule/General Services Administration (GSA) contract holder and reference that contract number in their response. SUBMITTAL OF RESPONSE: Please submit expressions of interest electronically in your own format to include documentation of capabilities in sufficient detail for the Government to determine that your company and its service possesses the necessary expertise and experience to compete for any acquisitions. Please ensure responses do not exceed ten (10) pages and are submitted in a single document. Responses shall be in sufficient detail to allow the Government to assess the capability of your organization. Responses shall specifically address the capability of meeting the requirements above, and also address the following areas: 1) Past Performance: The capability statement shall show that the responder has sufficient relevant past experience under current or past contracts, in providing personnel to perform services similar to the requirements described above at least 1 reference where services provided were similar in nature to the solicitation work scope in the last three (3) years. 2) Staff Resources: The capability statement shall show that the responder has the ability to demonstrate that the staff involved in this contract are board certified in anesthesiology and must demonstrate a daily volume of at least 25 cases that could be evaluated as potential training cases. Since this is a market survey/sources sought, no evaluation letters will be issued to responders. The due date for submission of this information is 12:00 PM Eastern Standard Time (EST) on June 27, 2012. All submissions shall be submitted electronically to Priscilla Abalos, Contract Specialist, at priscilla.abalos.nih.gov No phone calls please. OTHER GOVERNMENT CONTRACTING OPPORTUNITIES: In addition to this market survey/sources sought, prospective offerors are encouraged to review Government procurement opportunities at the following: www.fbo.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/12-008575/listing.html)
- Place of Performance
- Address: Washington Hospital Center Corporation, 110 Irving St NW Washington DC, 20010-3017, NW, District of Columbia, 20010, United States
- Zip Code: 20010
- Zip Code: 20010
- Record
- SN02778812-W 20120620/120618235132-cee11d8a7d4bc68a082a480f904c488b (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 |