Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2015 FBO #4922
DOCUMENT

R -- Veteran Directed Home and Community Based Services Program (VD-HCBS) - Attachment

Notice Date
5/15/2015
 
Notice Type
Attachment
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Strategic Acquisition Center - Frederick;Department of Veterans Affairs;321 Ballenger Center Drive, Suite 125;Frederick MD 21703
 
ZIP Code
21703
 
Solicitation Number
VA119A15N0158
 
Response Due
5/29/2015
 
Archive Date
7/28/2015
 
Point of Contact
Selena Robinson
 
E-Mail Address
1-0748<br
 
Small Business Set-Aside
N/A
 
Description
Request for Information The Department of Veterans Affairs (VA) is issuing this Request for Information in accordance with FAR 15.201(e). The agency does not intend to award a contract but rather gather information on pricing, delivery and other market information pertinent for acquisition planning. The result of this market research will contribute to determining the method of procurement and identify parties having an interest in and the resources to support this requirement for the following: DESCRIPTION The VA is seeking to roll out a national program to divert Veterans from nursing home care to in-home care by the end of fiscal year 2018. The Veteran Directed Home and Community Based Services Program (VD-HCBS) is part of VA's Homemaker/Home Health Aide Program, designed to provide Veterans with a trained person who can come to the Veteran's home to assist with personal care and daily living activities. The VD-HCBS program includes a special focus on Veterans with Traumatic Brain Injury (TBI). VA Medical Centers (VAMCs) will partner with state and local agencies to implement and sustain this program nationwide. State and local agencies will provide the Veteran with: a.a flexible budget which the Veteran and/or representative can use to purchase home care and other services from family members and others in order to remain at home; b.a counselor/planner to assist the Veteran in making decisions; and c.financial management services to pay workers/taxes and ensure the Veteran's budget is on target. Each VAMC will purchase a service package from the local Aging and Disability Network Agency for Veterans. VAMCs evaluate Veterans who currently reside in nursing homes or are targeted for nursing home placement and are identified as candidates for transition to in-home care under the VD-HCBS program. VHA requires the technical assistance of a Contractor to implement this program in a competent manner. The concept of consumer-directed care is fundamentally different from any VHA experience in health care. The Contractor will evaluate state and local agencies' programmatic and financial competence and readiness to implement and support the program. In addition, the Contractor will provide training and technical assistance to VAMCs and Veterans Integrated Service Networks (VISNs) on the concepts and principles of sustainable participant (Veteran) directed services. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. INTRODUCTION AND PURPOSE OF THE RFI With this RFI we request information regarding your company and your services. The same information will be gathered from different companies and will be used to evaluate what suppliers we will follow up with in the sourcing process with a Request For Proposal (RFP) or Request for Quotation (RFQ). If your organization has the potential capacity and experience to perform these contract services, please provide the following information: 1)Organization name, address, email address, Web site address, telephone number, and size, NAICS code, SIN Category and GSA Schedule and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability and experience. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. In addition to discussing your capability statement addressing the DRAFT PWS, a series of questions regarding capability must be answered. Please reference question number with each response as follows: 1.Please explain the company's experience in implementing participant directed home and community based programs? Please limit the response to no more than one page. 2.List the state and local governments you have worked with to implement participant directed programs. Include the name of the agency, location and the title of the specific program. 3.Please explain the company's ability to evaluate financial management services in a participant directed program? Please limit the response to no more than one page. 4.Describe your experience in design and development of community-based services for individuals with traumatic brain injuries. Please limit the response to less than one page. 5.Describe any experience working with VA medical centers in implementing new programs. Please limit the response to no more than one page. 6.What labor categories are required to provide the deliverables assigned to each task outlined in the Statement of Work within the prescribed period? 7.Provide the socio-economic status of your company. 8.Provide any GSA schedule numbers your company holds, under which these services may be purchased. 9.Given the various tasks and scope of the requirement, what NAICS code is most appropriate to this requirement? In your response, provide supporting details. Structure of Responses Contractors should respond to this RFI by e-mail to Selena.Robinson@va.gov. Limit response to a maximum of 10 pages. The Point of Contact (POC) for this RFI is as follows: Selena Robinson Contract Specialist Strategic Acquisition Center - Frederick 321 Ballenger Center Drive, Suite 125 Frederick MD 21703 202-461-0748 Timeframe 05/15/2015- The RFI issued 5/29/2015-Submission of RFI responses due NLT 12:00pm EST Draft Performance Work Statement BACKGROUND The Veterans Health Administration (VHA) Office of Geriatrics and Extended Care (GEC) is required to expand the Veteran Directed Home and Community Based Services (VD-HCBS) Program to all Department of Veterans Affairs (VA) Medical Centers (VAMC) to include development, implementation and evaluations of a VD-HCBS Program for Veterans with TBI. The purpose of this requirement is to provide Veteran-centric services in a sustainable manner and to re-balance VHA's investment in Long Term Services and Supports (LTSS) by shifting resources from nursing homes to home and community based services. VHA requires expert assistance in the areas of sustainable VD-HCBS programs and TBI in order to meet these requirements. VHA has initiated the VD-HCBS program, in conjunction the United States Administration for Community Living, to divert at-risk individuals from nursing home care to in-home care. VD-HCBS is part of VA's Homemaker/Home Health Aide Program, designed to provide Veterans with a trained person who can come to the Veteran's home to assist with personal care and daily living activities. The program includes a special focus on Veterans with TBI. VAMCs will partner with state and local agencies to implement this program nationwide. VA anticipates the national rollout will be completed by the end of fiscal year 2018. State and local agencies will provide the Veteran with: a.a flexible budget which the Veteran and/or representative can use to purchase home care and other services from family members and others in order to remain at home; b.a counselor/planner to assist the Veteran in making decisions; and c.financial management services to pay workers/taxes and ensure the Veteran's budget is on target. Each VAMC will purchase a service package from the local Aging and Disability Network Agency for Veterans. VAMCs evaluate Veterans who currently reside in nursing homes or are targeted for nursing home placement and are identified as candidates for transition to in-home care under the VD-HCBS program. VHA requires the technical assistance of the Contractor to implement this program in a competent manner. The concept of consumer-directed care is fundamentally different from any VHA experience in health care. The Contractor will evaluate state and local agencies' programmatic and financial competence and readiness to implement and support the program. In addition, the Contractor will provide training and technical assistance to VAMCs and VISNs on the concepts and principles of sustainable participant (Veteran) directed services. SCOPE OF WORK The Contractor shall provide all resources necessary to accomplish the deliverables described below. The purpose of this project is to: a.Advise VAMC and GEC staff in determining when state and local agencies have met readiness requirements; b.Provide VAMC, GEC, Veteran Integrated Service Networks (VISN) and Region staff with technical assistance c.Train VAMC and VISN staff on the concepts and principles of sustainable participant (Veteran) directed services. PERFORMANCE DETAILS PERFORMANCE PERIOD The period of performance shall be one 12-month base with two 12-month option periods, subject to the availability of appropriated funds. Exercise of options lies in the VA's sole discretion. Any work at the Government site shall not take place on Federal holidays or weekends. There are ten (10) Federal holidays set by law (USC Title 5 Section 6103) that VA follows: Under current definitions, four are set by date: New Year's DayJanuary 1 Independence DayJuly 4 Veterans DayNovember 11 Christmas DayDecember 25 If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday. The other six are set by a day of the week and month: Martin Luther King's BirthdayThird Monday in January Washington's BirthdayThird Monday in February Memorial DayLast Monday in May Labor DayFirst Monday in September Columbus DaySecond Monday in October ThanksgivingFourth Thursday in November PLACE OF PERFORMANCE The Contractor Program Analyst shall support this effort at the Department of Veterans Affairs Central Office (VACO), 810 Vermont Ave NW, Washington DC 20420. All other work, except travel, shall be performed at the Contractor's location. The Contractor Program Analyst will require access to the VA Network. TRAVEL The Government anticipates travel under this effort. All travel will be reimbursed in accordance with the Joint Travel Regulation. TASKS AND DELIVERABLES The Contractor shall provide all tasks and deliverables described within this PWS. All deliverables shall be submitted to the COR, in accordance with the PWS Schedule of Deliverables, and shall meet the standards set forth in the Quality Assurance Surveillance Plan (QASP). Unless otherwise stipulated, written deliverables shall be phrased in plain English. Statistical and other technical terminology shall not be used without providing a glossary of terms. The Contractor shall assign a Project Manager (CPM) to provide oversight of all contracted efforts. The CPM shall communicate with the COR on all issues related to project outcomes. The CPM shall attend the kickoff meeting in person to discuss the project approach, schedule, milestones, and points of contact. 5.1. TASK 1 PROJECT MANAGEMENT PLAN 5.1.1 Kickoff meeting: The Contractor shall attend a kickoff meeting at the VA facility designated below, ten (10) business days after contract award. Department of Veterans Affairs Central Office (VACO) 810 Vermont Avenue Northwest Washington, D.C., 20420 Deliverable: a. Kickoff meeting minutes 5.1.2 Project Management Plan: The Contractor shall provide a Project Management Plan (PMP) annually with updates as needed. The plan will describe the Contractor's plan for completing each task and deliverable. The PMP shall include the task breakdown, risks, quality and technical management approach for each deliverable. Deliverable: a)a) Project Management Plan (PMP) 5.1.3 Monthly Progress Report The CPM shall provide the PM and COR with written Monthly Progress Reports. The report shall cover all work completed during the preceding month and shall present the work to be accomplished during the subsequent month. The report shall also identify any problems that arose during the preceding month, a statement explaining how the problem was resolved or why it remains unresolved. Deliverable: a)Monthly Progress Report 5.1.4 Monthly TBI Progress Report The Contractor shall develop, implement, and evaluate a Veteran-Directed program for Veterans with Traumatic Brain Injuries (TBI). This will include engagement of relevant stakeholders, an assessment of Veteran needs and available programming within and external to VA, development of program procedures, development of participant training tools, and technical assistance in program implementation and evaluation. The Contractor shall prepare a Monthly TBI Progress Report specific to TBI issues, the tools and implementation procedures developed. Deliverable: a)Monthly TBI Progress Report 5.1.5 Quality Assurance Plan The contractor shall provide a Quality Assurance Plan that explains how each task described in this PWS will be checked for accuracy and completion prior to drafts being submitted to the Government. The Government will use a Quality Assurance Surveillance Plan (QASP) to measure the accuracy, completeness and timeliness of contractor tasks and deliverables once they have been completed or submitted. The contractor shall submit their Quality Assurance Plan in Microsoft Word version 2007 or 2010. Deliverable: a)Quality Assurance Plan 5.2 Task 2 Training The Contractor shall develop and conduct quarterly training sessions for VISN and VAMC staff as determined by VHA staff on VD-HCBS and program sustainability. Training topics, formats, and delivery methods shall be coordinated with the Government Project Manager (GPM). Deliverable: a)Quarterly training sessions 5.3 Task 3 Readiness reviews The Government will provide a list of locations in order of precedence for program implementation. The Contractor shall evaluate the Readiness Review documentation, to include program policies, financial management policies and standard operating procedures, at each state and local agency in the locations provided. The contractor shall communicate with the state and local agencies in each location as necessary to verify each has the necessary program and financial management elements in place to administer the VD-HCBS program. The Contractor shall provide a written report on each agency's capabilities. Deliverable: a)Readiness Review Report 5.4 Task 4 Technical Assistance The Contractor shall consult with the VA staff regarding the development and implementation of the consumer-directed model of service delivery. 5.4.1 Technical Assistance to GEC The Contractor shall consult with GEC staff at least weekly via e-mail and/or telephone, and maintain a question and response grid of issues that arise. The Contractor shall also provide Ad Hoc Reports on topical issues as requested. Deliverable: a) Weekly communication; b) Ad Hoc Reports; and c) Question and Response Issue Grid. 5.4.2 Technical Assistance to VAMCs, VISNs and regions The Contractor shall provide technical assistance to Region, VISN and VAMC personnel who are planning to, or currently contracting with VD-HCBS agencies. This assistance shall include concepts in participant-direction, TBI, principles for purchasing veteran-directed services, research findings of this model, business management of a participant-directed model, billing and budget reconciliations, and general question response. A question and response grid of issues covered shall be maintained in this area. Deliverable: a) Weekly communication; b) Ad Hoc Reports; and c) Question and Response Issue Grid. DELIVERABLES - BASE YEAR All deliverables shall be provided to the COR and PM by the specified date and Eastern Standard Time (EST). All deliverables shall be delivered in electronic format as referenced in section 8.3. Deliverable Table PWSTASKCLINDESCRIPTIONDUE DATE 5.1.110001- Kick off meeting minutes Due 1 business days after the meeting 5.1.210002PMP Due 30 business days after award 5.1.310003Monthly Progress ReportDue to COR/PM by COB on the 10th business day of each month EST or EDT 5.1.410004Monthly TBI Progress ReportDue to COR/PM by COB on the 10th business day of each month EST or EDT 5.1.510005Quality Assurance PlanDue 45 business days after contract award to COR/PM 5.220006TrainingTo be completed by the last business day of each quarter 5.33 0007Readiness Review ReportDue to COR/PM by COB on the 10th business day of each month EST or EDT 5.4.140008Weekly Communication email or telephone callBy COB of the last business day of each week 5.4.140009Ad Hoc ReportsDue within 5 business days of each request 5.4.140010Question and Response Issue GridDue to COR/PM by COB on the 10th business day of each month EST or EDT 5.4.240011Weekly Communication email or telephone callBy COB of the last business day of each week 5.4.240012Ad Hoc ReportsDue within 5 business days of each request 5.4.240014Question and Response Issue GridDue to COR/PM by COB on the 10th business day of each month EST or EDT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/VA119A15N0158/listing.html)
 
Document(s)
Attachment
 
File Name: VA119A-15-N-0158 VA119A-15-N-0158_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2048739&FileName=VA119A-15-N-0158-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2048739&FileName=VA119A-15-N-0158-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03733436-W 20150517/150515235523-dec5a4081706ed660093610f9e7bbbf6 (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.