MODIFICATION
Q -- Performance Improvement Services
- Notice Date
- 2/16/2016
- Notice Type
- Modification/Amendment
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018916RZ028
- Response Due
- 2/18/2016
- Archive Date
- 9/30/2016
- Point of Contact
- Jillian Staskin 2156979813
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought Notice is being updated to remove the HUBZone set-aside that was mistakenly included in the original post. This is NOT a HUBZone setaside. Cost Plus Fixed Fee (CPFF) indefinite delivery indefinite quantity (IDIQ) non-personal services contract(s) is anticipated that will consist of a one year base period and four one year option periods. The North American Industrial Classification System (NAICS) code for this acquisition is 541690 and the size standard is $15 million. The government intends to procure performance improvement services in support of the Bureau of Medicine and Surgery. These services will focus on improving access, quality, and cost through improved efficiencies of current state resources. The contractor shall perform tasks that encompass the following: Ancillaries (Labs, radiology, pharmacy, operating rooms, central sterile, central distribution), Supply Chain (Distribution replenishment, inventory receiving, inventory distribution, inventory management, point-of-care inventory management (RFID)); Clinical Service Lines (Obstetrics, orthopedics, mental health, Intensive Care Units, family practice/medical home, wounded ill and injured, other hospital services); and, Administrative Processes (Medical Evaluation Board, manpower change requests, financial management processes, and other administrative processes associated with a global healthcare system). The contractor will perform services in a variety of clinical and other hospital locations, both CONUS and OCONUS. While the focus may be different from project-to-project, each task will involve a scoping, diagnostic and implementation phase. The contractor shall perform analysis which involves the combination of disparate data systems used to accurately describe the current and future states of specific task areas. The contractor will involve the use of mathematical modeling to help inform hospital and headquarters leadership. Additionally, the contractor will be expected to provide education and training sessions to the MTFs and Navy Medicine leadership based on the findings of the studies. Offerors possessing the requisite skills, resources and capabilities (including an approved accounting system) necessary to perform the stated requirement are invited to respond to this sources sought notice via the submission of an executive summary, no more than five (5) pages in length. Responses must use twelve point Times New Roman font. The submission should include the following information: 1) company name, address, and point of contact with corresponding phone number and e-mail address 2) DUNS number, business size and classification 3) relevant corporate experience information. Relevant corporate experience information is defined as experience (within the past five years) that is of the same or similar services to that which is described herein and a technical description of ability to meet the requirement (2 references). The corporate experience should include the applicable contract number, total number of FTE, contract period of performance, a brief description of the services provided AND the relevancy of the services to the proposed Performance Improvement requirement. A customer point of contact with corresponding telephone number and e-mail address should also be included. A brief description of the capability and resources should accompany the references and address technical competencies, organizational experience relative to the key task areas, and provide a statement regarding the accounting system. Standard brochures and/or paraphrasing of the Source Sought Notice will not be considered sufficient to demonstrate the capabilities of an interested party. All submissions are required to be submitted via e-mail to jillian.staskin@navy.mil no later than 1400 EST on 17 February 2015. Please direct any questions concerning this Sources Sought Notice to Jillian Staskin at jillian.staskin@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018916RZ028/listing.html)
- Record
- SN04021621-W 20160218/160216235158-babef4178b46121793f3fb9842a8ae73 (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 |