SOURCES SOUGHT
R -- Technical Assistance for Network Grantees
- Notice Date
- 4/3/2014
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting 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
- 14-HRSA-TA-DOB
- Archive Date
- 5/2/2014
- Point of Contact
- Donnie O'Brien, Phone: (301) 443-3486
- E-Mail Address
-
do'brien@hrsa.gov
(do'brien@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 Technical Assistance Contract for Network Grantees. This requirement is to provide technical assistance (TA) to the grantees of the Network Development, Network Planning, and Rural Health information Technology (RHIT) Workforce Grant Programs and to build the capacity of the grantees to successfully implement their programs and create sustainable outcomes. The grantees for the Network Development and Network Planning programs are non-categorical and the topical area addressed by the network is determined by the needs of the community. Contractor will be required to deliver the following: 1. Establish a technical assistance team 2. Establish the technical assistance plan and execute technical assistance. 3. Develop and facilitate bi-monthly webinars 4. Conduct and participate on site visits 5. Develop a plan to assess the Network Development grantee program sustainability 6. Development of grantee directories 7. Development of the RHIT Workforce Sourcebook 8. Development of evaluation plan for Network Development grantees 9. Provide guidance in conducting self-assessment for Network Planning grantees 10. Provide guidance on strategic plan for Network Development grantees 11. Develop directory of CEHRT vendors 12. Analyze data reports submitted by grantees on PIMS 13. Perform TA and create close-out TA reports for Network Planning 14. Conduct TA calls with POs 15. Status reporting 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 (address each separately) of the following requirements 1. Experience working in rural, frontier and tribal communities is required. ORHP requires that candidates have experience and knowledge in rural health issues. Candidates shall clearly understand the challenges faced in rural communities and among rural non-profit or public entities, rural health clinics, critical access hospitals and/or tribal and migrant organizations. Candidates shall clearly understand the challenges faced in rural communities in providing access to quality healthcare. Candidates shall clearly understand the challenges in developing and sustaining rural health networks. 2. Successful candidates shall demonstrate experience in designing and implementing comprehensive technical assistance programs to support health improvement and strengthen systems of care specifically in rural settings. Candidates shall demonstrate specific experience providing technical assistance to three of ORHP's 330A grant programs (Rural Health Network Development Grant Program, Rural Health Network Planning Grant Program, and Rural Health Information Technology Workforce Grant Program). 3. Candidates shall demonstrate experience working with diverse communities and populations, including tribal communities, Alaska natives, migrant farmworkers, immigrant populations, African-American communities, elderly populations, children and youth, and the medically underserved. 4. Candidates shall demonstrate access to technical assistance providers with a wide array of expertise in health issues (including diabetes, obesity, dental health, school based health programs) and expertise in network capacity building: a. Network board development b. Strategic planning/alignment c. Feasibility planning d. Team building e. Leadership development f. Organizational change management g. Return on investment analysis h. Sustainability planning and implementation i. 501(c)(3) guidance or other non-profit assistance j. By-law creation and/or revision among rural networks k. Developing community and member support 5. Candidates shall demonstrate experience and expertise with rural health information technology (HIT). This includes experience with data collection and validation from electronic health records (EHR) and registries. Candidate shall be knowledgeable about national standards and requirements (e.g. meaningful use). Candidates shall be knowledgeable about recruitment and retention of HIT providers in rural areas, with an emphasis on veterans. 6. Candidates shall have already developed technical assistance resources targeted for grantees from ORHP's 330A grant programs. 7. Candidates shall have the necessary infrastructure to support the provision of an integrated, multi-mode technical assistance program to approximately 45 grantees simultaneously. A Firm Fixed Price contract is anticipated, for one (1) base year plus four (4) option years. The previous source for this requirement was Georgia State University Research Foundation. The NAICS Code is 541611, with a small business size standard of $14,000,000. 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 20 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 541611 (size standard $14,000,000) 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). Additional information on NAICS codes can be found at www.sba.gov 4. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System for Award Management (SAM) database (http://www.sam.gov) in order 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 named below not later than 2:00 PM Eastern Standard time on April 19, 2014 for consideration. All responses should be e-mailed to do'brien@hrsa.gov Responses to this announcement will not be returned, and there will not 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 or for information that will 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/531fe96330a68d0b392e541216aefdd9)
- Record
- SN03328094-W 20140405/140403235710-531fe96330a68d0b392e541216aefdd9 (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 |