Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 29, 2014 FBO #4569
DOCUMENT

R -- VA Survey of Veteran Enrollees' Health and Utilization of VHA - Attachment

Notice Date
5/27/2014
 
Notice Type
Attachment
 
NAICS
541910 — Marketing Research and Public Opinion Polling
 
Contracting Office
Department of Veterans Affairs;Health Administration Center;3773 Cherry Creek Drive North, Suite 450;Denver CO 80209
 
ZIP Code
80209
 
Solicitation Number
VA74114I0149
 
Response Due
6/4/2014
 
Archive Date
8/3/2014
 
Point of Contact
Richard M Stockton
 
E-Mail Address
0-1647<br
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION VA Survey of Veteran Enrollees' Health and Utilization of Health Care The purpose of this Request for Information (RFI)/Sources Sought is to identify qualified small business contractors who are able to meet Veterans Health Administration (VHA) requirements and gather other readily available market information. This RFI is for information and planning purposes only. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs (VA) to form a binding contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this RFI. Further, the Department of Veterans Affairs is not seeking proposals and will not accept unsolicited proposals or any cost or pricing data. Personal Services contractors are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be the sole responsibility of the contractor. All submissions will be treated as business confidential materials, become Government property, and will not be returned. Background VHA is a part of the Department of Veterans Affairs (VA) and administers the largest integrated health care system in the nation. In October 1996, Congress enacted the Veterans' Health Care Eligibility Act of 1996 (Public Law 104-262). Among other requirements, this law required that VHA implement a priority-based enrollment system. It is critical for VHA to understand enrolled Veterans' health care needs and their use of VA health care services and programs relative to their use of any non-VA health care services and programs (i.e. VA reliance). In addition, the role demographic and socioeconomic factors play in enrolled Veterans' health care usage patterns is important to VHA's planning process. The major vehicle for obtaining this data is the annual "VA Survey of Veteran Enrollees' Health and Utilization of Health Care" (Survey of Enrollees). There is no other valid or current information available in VHA's administrative databases on all enrollees' health status, income, and "reliance" upon the VA healthcare delivery system. With increasing reliance on web-based social networking for communication and decreasing use of land-based telephone lines in an increasingly mobile society, VHA expanded the scope of this project in 2012 to include multi-mode survey techniques. Statistical understanding of the implications of moving to a multi-mode format is critical to the success of this project. Description of Tasks Task 1: Development of Methodological tests to reduce survey bias The contractor will gather additional information on outcomes, test alternative procedures, and conduct methodological research to improve the methodology of this survey and assess the quality of information in the sampling frame of administrative records as well as potential survey bias. This may include 1) advice to VA on how to enhance the coding of case level outcomes to better understand reasons for survey bias or 2.) research that may include tracing Veterans with inadequate contact information, and testing strategies for identifying and handling Veterans residing in institutions, etc., to correct for observed biases. A separate report will be required discussing testing conducted, outcomes, and recommendations. The report will be shared with OMB. Task 2: Pre-survey Preparation 2.1 Sample Design and weighting schedule: VHA has permission from OMB to interview up to 42,080 Veterans each year. VHA's current sample design stratifies by geographic location, enrollee priority group, and pre/post enrollee status. In addition, oversampling of special populations is considered on a year to year basis. Conclusions about the universe of enrollees must be able to be extrapolated from sample. A minimum of successful interviews will be required for each priority group within each enrollment group within each VISN. Current sample allocation is as follows: 125 interviews for priority groups one through five, at least 250 for combined priority group six/seven/eight, and priority group six sampled at the same rate as priority group seven/eight. VHA will work with contractor to reach appropriate size for stratified random sample. Sample will be used both in field-testing of survey instrument and data collection. Contractor will complete complex weighting schedule, incorporating health measures into the non-response (and frame coverage) adjustment to mitigate biases in the survey response data. This adjustment corrects for the differential non-response by health utilization and demographic information. The contractor will perform non-response bias adjustments to correct for observed biases, i.e. between those enrollees with and without valid contact information and provide analysis to evaluate the impact, and perform weights and adjustment for non-response bias. 2.2 Survey Instrument Refinement and Conversion: Contractor will be asked to assist in assessing and refining the survey instrument for question clarity, ease of understanding and usability. VHA ADUSH/P&P will provide contractor with survey in Microsoft Word format. The contractor will be expected to convert the survey tool into the appropriate format for a multi-mode survey administration (CATI, PAPI, CAWI). 2.3 Survey pre-test: Contractor will test the survey instrument on a small sample of Veterans to ensure that results will achieve VA's expectation. All modes of survey administration will be used in this pre-test. VA staff will be enabled to listen in on CATI pre-test. This pre-test will be used to test item wording and skip patterns. It should also be large enough to test the response distributions on new or key questions. 2.4: Pre-Survey Notification letters will be sent to each sampled enrollee. Depending on survey mode(s) selected, letters may be modified to suit the method of delivery. Contractor will provide VHA with recommended survey content. The letter will include a list of Frequently Asked Questions (FAQs) regarding the survey's purpose, describe the information that will be collected, provide information about the VA office conducting the survey and the contractor performing the survey, and indicate when the survey call should be expected or the when the survey should be completed. The contractor will create groups of replicates to release for data collection. The contractor will direct the printer when to release the series of replicates for the most expeditious fielding of the survey. The contractor will have in place address validation protocols required for bulk mailing and will articulate their protocols in their proposal. Task 3: Data Collection Contractor will have up to 18 weeks to collect 42,000 completed interviews stratified as agreed to in sample plan. Contractor will provide weekly updates on progress towards completed interviews and alert COR immediately if project is at risk of not being successfully completed within designated timeframe. Contractor will alert COR via e-mail of any adverse events immediately upon occurrence and follow up within 24 hours with a written report. Contractor will need the capability to facilitate a warm transfer to the VA Crisis line in the event that a caller reaches a Veteran who needs assistance. Contractor will forward any returned letters to COR on a bi-weekly basis. Similarly, Contractor will forward copies of any written correspondence, including comments noted in PAPI white space to the COR on a bi-weekly basis. Task 4: Data Results 4.1 Summarization: All data collected will be compiled and summarized into a final survey file in SAS (or other mutually agreed to format) for analysis. Data summarization will include file cleaning and editing, and data will be accessible by Enrollee Type, VISN, Priority Group, and any identified special population. Weighting adjustment, documentation, and program code to allow VA to calculate the weights on subsequent surveys will accompany data set. 4.2 Contractor will provide a written Methods report documenting Survey collection methods. At a minimum, this will include sample design and allocation, response and cooperation rates, data collection methods and results by mode, and weighting adjustments. 4.3 Methodological Experiments Findings: Contractor will provide a separate report describing methodological tests and subsequent findings. 4.4 A Survey Results report for public dissemination will describe the survey results as generalized to the overall VA Enrollee population. At a minimum, the report will discuss the general demographics, Public and Private Health Insurance Coverage, Prescription Use, Key Drivers of Enrollee Use of VA Health Care, self-reported health status, and any targeted questions such as Cigarette Smoking Status or Long Term Care use. Where appropriate, trends from previous years should be addressed. An outline can be found in Appendix B. 4.5 In the Award Year only, two focused studies designed to further analyze findings from the tabulated results; topics will be determined by the government and provided in such a way that the government will be able to replicate the process and presentation of results for independent analysis of other topics. Task 5: Disposal of databases provided by VHA All VHA data will be returned to VHA or destroyed in accordance with VA Security procedures immediately upon completion of the contract. The contractor is not to maintain any copies of VHA data after the contract has concluded. Required Demonstrated Knowledge and Experience "Demonstrated project management skills with ability to communicate effectively "Demonstrated ability to develop all aspects for data collection from hardware requirements to software requires, risk management, and validation "Demonstrated knowledge of statistics "Demonstrated knowledge of technical support "Data analysis and programming "Prior experience implementing large scale national data collection programs using complex sample designs of as many as 250,000 total sample members. "Prior experience in producing multiple data files from these large scale data collection efforts efficiently using file specification provide by VHA. "Prior experience that demonstrates the ability to perform the above data collection and data production requirements of the proposed Contract using the most cost-efficient methods available and to meet deadlines for both data collection and producing multiple data files on a timely basis. "Prior experience in mulit-mode surveys where at least a large proportion of the survey sample has been comprised of persons 65 years of age or older and persons with disabilities. "Prior experience working collaboratively with other large organizations such as VHA or other governmental organizations in large scale multiple data collection and data file preparation efforts using multiple survey forms. "Have a track record of keeping to a schedule managing multiple data collection efforts on an annual basis over several years and producing multiple data files on a timely, preferably annual basis. "Can adapt to changes on a timely basis depending on the needs of VHA "Demonstrated capability to maintain strict data confidentiality standards including all requirements for use of, access to, and storage of VHA data files and for fulfilling all HIPAA regulations. Submittal Information Please responded to this RFI if your company can perform this requirement in accordance with FAR Part 52.219-14 Limitations on Subcontraction (Nov 2011) Limitations on Subcontracting (Nov 2011) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Applicability. This clause applies only to- (1) Contracts that have been set aside or reserved for small business concerns or 8(a) concerns; (2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) concerns; and (3) Orders set aside for small business or 8(a) concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. (End of clause) It is requested that interested contractors submit a response (electronic submission) of no more than 5 pages in length, single spaced, 12 point font minimum that addresses the above information. The Government will not review any other data, attachments that are in excess to the 5 pages. In response to the RFI, interested contractors shall submit the following information no later than 06/04/2014 to richard.stockton2@va.gov. Mark your response as "Proprietary Information" if the information is considered business sensitive. NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI. The government will not review any other information or attachments included, that are in excess of the 5 page limit. 1.Past Experience - Provide the following information on a maximum of three similar projects completed within the last three years for which the responder was a prime or subcontractor. a.The name, address, and value of each project b.The Prime Contract Type, Firm Fixed-Price, Cost Reimbursement or Time and Material c.The name, telephone and address of the owner of each project d.A description of each project, including difficulties and successes e.Your company's role and services provided for each project. 2.Capabilities/Qualifications - Description of the capabilities/qualifications/skills your company possesses to perform the work as well as your company's ability to comply with HIPPA, section 508, and VA security requirements. 3.In-house capability - Data used for this project is highly sensitive and contains individual records. Therefore, it is highly desirable that the work performed on this project is not performed through a sub-contractor. 4.Company Information /Socio-Economic Status - Provide your company size and Socio-Economic status. Provide your current Contract number under the Classification Code Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, Woman-Owned Small Business, Disadvantaged Small Business, and Hub Zone. If Service-Disabled or Veteran Owned Small Business, is your company and or partners registered in VA's VetBiz repository? 5.Price information - Provide your commercial price history and rough order of magnitude for the same or similar products/solutions. 6.Other Market Information - Provide any other relative information, however this information must be included within the 5 page limitation. Contractor will submit a response to each of the above six (6) items. If non-applicable to your company's submittal, so state in your response. See attached document: Survey of Enrollees_All OMB approved questions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAHAC741/VAHAC741/VA74114I0149/listing.html)
 
Document(s)
Attachment
 
File Name: VA741-14-I-0149 Survey of Enrollees_All OMB approved questions.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1386615&FileName=VA741-14-I-0149-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1386615&FileName=VA741-14-I-0149-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03376552-W 20140529/140527234356-d7644fdfda85bf38855af53e958f5087 (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.