Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 30, 2014 FBO #4540
SOURCES SOUGHT

R -- Small Rural Hospital Transition Project

Notice Date
4/28/2014
 
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-LR
 
Archive Date
5/27/2014
 
Point of Contact
Latarsha Rogers, Phone: 301-443-1433
 
E-Mail Address
lrogers@hrsa.gov
(lrogers@hrsa.gov)
 
Small Business Set-Aside
Total Small Business
 
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 Small Rural Hospital Transition Project (SRHT). This requirement is to provide technical assistance (TA) to provide on-site technical assistance (TA) for the Office of Rural Health and Policy (ORHP) in preparing eight (8) small rural hospitals to successfully transition to the new health care environment. Also, to develop a toolkit incorporating feedback from the TA provided to inform rural communities of tested strategies in preparing for this transition. Contractor will be required to deliver the following: 1. Develop outreach plan 2. Develop an application form and process 3. Rank-order list of hospitals selected to receive technical assistance 4. Develop technical assistance plan 5. Develop on-site technical assistance schedule 6. Participate in site visits 7. Development consultation summaries for each site visit 8. Development toolkit report incorporating feedback from the technical assistance 9. Develop quarterly progress reports 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. Successful candidates shall demonstrate knowledge of the current rural health care delivery system as well as knowledge of key issues affecting small rural hospitals in the changing healthcare environment including: the concurrent need to better measure and account for quality of care in all settings and improve transitions of care as patients move from one care setting to another, the evolution of new payment approaches such as value-based purchasing, and new approaches to care delivery such as accountable care organizations (ACO) and patient-centered medical home. 2. Successful candidates shall demonstrate access to TA providers with expertise in providing technical assistance to small rural hospital staff, administration and Boards of Directors, as appropriate, in the following areas: • Financial Assessments - Improve key financial ratios and profitability, such as, improvements in days in accounts receivable, days cash on hand, total margin, operating margin, debt service coverage, salaries to net patient revenue, Medicare inpatient payer mix, average age of plant years, long term debt to capitalization, total margin, total revenue, and days of cash on hand. • Creating a Quality-Focused Environment - Activities to improve patient care and operations that are related to rural relevant measures. • Aligning Services to Community Need - Meeting local clinical need in an economically viable manner. • To the extent that financial and quality core areas have been stabilized, provide assistance to help recipients of technical assistance consider factors that would make them logical participants in health care systems that focus on value (for example ACOs, shared savings programs, primary care medical homes). 3. Successful candidates shall demonstrate in-depth knowledge of Office of Rural health Policy programs and ability to guide hospitals in using various 330A grants, tools and resources. 4. Successful candidates shall demonstrate experience in performing the following activities related to the provision of technical assistance: developing strategies in response to challenges faced by small rural hospitals preparing for the new health care environment, performing pre on-site planning, setting mutually agreed upon goals and targets with hospitals, developing action plans, developing measurable outcomes, conducting on-site visits, coaching the hospital throughout implementation phase, recommending activities and actions to address challenges, and writing the consultant's summary report. 5. Candidates shall have expertise in developing toolkit reports targeted to small rural hospitals. 6. Successful candidates shall have expertise in developing reports in a format that is 508 compliant and compatible with the GPO, HHS and HRSA writing and publications guidelines. A Firm Fixed Price contract is anticipated, for twelve (12) months. The previous source for this requirement was National Rural Health Resource Center. 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 10:00 AM Eastern Standard time on May 12, 2014 for consideration. All responses should be e-mailed to lrogers@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/dd8f2f29027eef5dc8d367635cd86166)
 
Place of Performance
Address: Contractor's location., United States
 
Record
SN03349900-W 20140430/140428234231-dd8f2f29027eef5dc8d367635cd86166 (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.