Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2016 FBO #5178
MODIFICATION

U -- Simulation-Based Obstetrical Training Program w/ Models

Notice Date
1/25/2016
 
Notice Type
Modification/Amendment
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Other Defense Agencies, Defense Health Agency, Contract Operations Division - Falls Church, 7700 Arlington Blvd., Suite 1M401, Falls Church, Virginia, 22042, United States
 
ZIP Code
22042
 
Solicitation Number
HT0011-16-RFI-COES
 
Archive Date
2/12/2016
 
Point of Contact
Chrystal M. Pierce, Phone: 703-681-5937, Gina M. Walker, Phone: 703-681-6571
 
E-Mail Address
chrystal.m.pierce.ctr@mail.mil, gina.m.walker2.civ@mail.mil
(chrystal.m.pierce.ctr@mail.mil, gina.m.walker2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT - - - This Amendment extends the Response Date to January 28, 2016 at 12:01 pm. The Response Date is extended to allow Offerors more time, because the Snow Emergency resulted in Government closure for two days. Offerors are encouraged to respond. DEFENSE HEALTH AGENCY (DHA) Request for Information (RFI) - HT0011-16-RFI-COES Notice Type: Sources Sought Synopsis: UPDATED CLOSING DATE: 01/28/2016 Purpose of this Request for Information (RFI): This RFI is being issued by the Defense Health Agency (DHA), Contract Operation Division Falls Church (COD-FC) to conduct Market Research on Industry’s Capabilities in development and implementation of a simulation-based Obstetrical training program within the Military Health system. This program will allow the individual military inpatient facilities to conduct in-situ obstetric simulation training using their currently assigned personnel who will attend an obstetric simulation train-the-trainer instructor course. Scope: This contract will hire, train and deploy educators to implement an in-situ evidenced-based Obstetrical simulation training program to 50 Military inpatient facilities worldwide for three years. The educational content for the training program already exists, but the contractor team will assist in modification and distribution of training materials as needed with the assistance of Military Health Service (MHS) subject matter experts. Content regarding instructions on how to collect and report training data will be created by the contractor’s team in consultation with MHS representatives. A training team, composed of at least one board certified Obstetrician, will provide initial instructor training at several (3-5) regional training centers (with other hospitals in the region sending trainees to these training events) as well as initial training on site for up to 15 small, low-volume hospitals. These training sessions will include Train the Trainer Training. This will be conducted within the first year of award. The training team will conduct follow-up site visits to each of the 50 institutions after initial training to evaluate the implementation of the program as well as follow up trainings including additional Train the Trainer Trainings as needed. This will be conducted within the second year of award. The training team will conduct follow-up site visits to each of the 50 institutions after initial training to evaluate the implementation of the program as well as follow up trainings including additional Train the Trainer Trainings as needed. This will be conducted within the second year of award. This will be conducted within the third year of award. This contract is also for services to oversee and manage the purchase and deployment of simulation models to all 50 military hospitals. Simulation models should be simple to operate and low-maintenance such that instructors may attend the introduction course and then use them at their own institution. The number of simulators for each institution should reflect expected training volume, which should be assumed to be: i. At least quarterly in-situ simulation drills on the labor and delivery unit ii. Every provider at the institution will attend a minimum of a 4 hour training course every two years. Course size is expected to be between 10-20 and courses offered not more than 4-5 times per year. The full body or female pelvis simulation models must be able to adequately simulate at least the following obstetric emergencies: i. Postpartum hemorrhage ii. Breech vaginal delivery iii. Umbilical cord prolapse iv. Shoulder dystocia v. Operative vaginal delivery Develop an IT solution that will track and trend Obstetrical training and update training statistics and a dashboard while providing standard reports at least semi annually. The IT solution must have the ability to do the following: i. Send back information about performance from the in-situ obstetric training drills that are conducted at the MTF (including attendees, drill types, team functioning) ii. Interface with 50 MTF sites in order to input the checklists for the in-situ drills into the electronic system to report performance data on drills iii. Does not have to send any sensitive data (no Personal Health Information {PHI} or Personally Identifiable Information {PII}) iv. The system may utilize either a web-based or mobile platform, but it must be accessible on the local military network at each institution and comply with network / security standards. Confirmation of access for all sites should be done. Data does not have to be stored on the military network itself. v. The data must be accessible for review by the POC for DHA Perinatal Advisory Group, Service Perinatal leaders and Patient Safety leaders, and analytic review. Reports and analysis will be completed at the MTF, Service and MHS level quarterly. i. The training team will be working collaboratively to integrate with MTFs providing planning and completion of tasking to COR and provide required reports. Estimated Period of Performance: Base period of twelve (12) months and two (2) twelve-(12) month option periods. How to Respond: This is a Request For Information ONLY; it is not a request for competitive proposals. It is issued solely for Information and Planning Purposes – It does not constitute a Solicitation nor does it restrict the Government as to the ultimate Acquisition Approach. In accordance with Federal Acquisition Regulation (FAR) 15.201, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Should your firm desire to submit a capability statement, it should demonstrate the Offeror's experience and expertise to provide the services identified above within the time frame required and without substantial duplication of cost to the Government. The statement shall include business size; ability to self-perform work; layers of subcontracting; and any other information indicating a legitimate ability to meet these specific requirements. The NAICS code for this action is 611710, Educational Support Services. However, Offerors with NAICS code 339113, Surgical Appliance and Supplies Manufacturing may wish to respond. Statements should not exceed 10 pages in length. Feedback will be accepted. The Government does not intent to respond to questions. Responders 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 solely at the interested vendor’s expense. Not responding to this RFI does not preclude participation in any future Request for Proposal (RFP), if any is issued. The formal closing date for this RFI and submission of Responses is January 25, 2016 EST. All Question and Responses shall be submitted electronically, with Subject “Company Name, HT0011-16-RFI-COES to the following e-mail: chrystal.m.pierce.ctr@mail.mil - or by telephone, (703) 681-5937. The official DoD contact for this RFI to whom all requests and communications should be addressed is: Chrystal M. Pierce Contract Analyst DHA Contract Operations Directorate Email: chrystal.m.pierce.ctr@mail.mil All responses must include: a.) Company name; b.) Company address; c.) Company business size; d.) Current North American Industry Classification System (NAICS) Codes; and e.) Point-of-contact name, telephone number, and email address. Contracting Office Address: 7700 Arlington Blvd. Suite 1M401 Falls Church, Virginia 22042 United States Primary Point of Contact: Chrystal M. Pierce Contract Analyst DHA Contract Operations Directorate Email: chrystal.m.pierce.ctr@mail.mil Phone: (703) 681-5937 Secondary Point of Contact: Gina M. Walker Contracting Officer Email: gina.m.walker2.civ@mail.mil Phone: 703-681-6571
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a2de2f06f885099abaa9a722fc8e586b)
 
Place of Performance
Address: 7700 Arlington Blvd., Falls Church, VA 22042 and approximately 50 other locations worldwide, Falls Church, Virginia, 22042, United States
Zip Code: 22042
 
Record
SN04000331-W 20160127/160125234247-a2de2f06f885099abaa9a722fc8e586b (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.