Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 16, 2016 FBO #5441
SOURCES SOUGHT

R -- Small Business: Coaching & Mentoring to Pine Ridge Hospital, South Dakota

Notice Date
10/14/2016
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 801 Thompson, TMP 605, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
IHS-17-236-SS-00002
 
Archive Date
10/20/2016
 
Point of Contact
Vito Pietanza, , Santiago Almaraz,
 
E-Mail Address
vito.pietanza@ihs.gov, santiago.almaraz@ihs.gov
(vito.pietanza@ihs.gov, santiago.almaraz@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT NOTICE: SMALL BUSINESS SET-ASIDE COACHING & MENTORING TO THE PINE RIDGE HOSPITAL, SOUTH DAKOTA INTRODUCTION: The Division of Acquisition Policy (DAP) at the Department of Health and Human Services (HHS), Indian Health Service (IHS) wants to identify viable small businesses to identify the Phase II IHS Hospital Management Team for the Pine Ridge Hospital in South Dakota. The subject of this requirement is for coaches and mentors for the Phase II permanent Hospital Management Teams. The Indian Health Service (IHS), an agency within the Department of Health and Human Services, is responsible for providing federal health services to American Indians and Alaska Natives (AI/AN). The provision of health services to members and descendants of federally-recognized tribes grew out of the special government-to-government relationship between the federal government and Indian tribes. The IHS is the principal federal health care provider and health advocate for Indian people, and its goal is to raise their health status to the highest possible level. The IHS provides a comprehensive health service delivery system for approximately 2.2 million American Indians and Alaska Natives who belong to 567 federally recognized tribes in 35 states. ** This is a Small Business owned set-aside Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified Small Business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. BACKGROUND: A Systems Improvement Agreement (SIA) between the Centers for Medicare & Medicaid Services (CMS) of the United States Department of Health and Human Services, and the Indian Health Service (IHS) of the United States Department of Health and Human Services regarding the Pine Ridge Public Health Service Indian Hospital in South Dakota. The SIA is being implemented to further the objectives of Titles XVIII and XIX of the Social Security Act, to facilitate the delivery of quality health care services to the community served by the Hospital, and to promote consistent compliance by the Hospital with all of the applicable Medicare Conditions of Participation (CoPs) and the requirements of the Emergency Medical Treatment and Labor Act ("EMTALA"). One of the key requirements of the SIA is for IHS to identify a Phase II IHS Hospital Management Team for the Pine Ridge Hospital, Pine Ridge, South Dakota. The subject of this requirement is for coaches and mentors for the Phase II permanent Hospital Management Teams. DESCRIPTION OF REQUIREMENT: IHS will engage the services of an experienced and qualified hospital management firm to provide a team of Coaches/Consultants to work on-site with each of these hospital executive leaders, consisting of a Chief Executive Officer Coach/Consultant, Chief Operations Officer Coach/Consultant, Chief Nurse Officer Coach/Consultant, Chief Medical Officer Coach/Consultant and Chief Quality Management Officer Coach/ Consultant. The permanent federal Hospital Management Team will work closely with the Hospital Coaches/Consultants to build the structures, processes and skills that the permanent Hospital management team will need to achieve successful outcomes both clinically and operationally; provide support and coaching to address identified learning needs; and make interim, ongoing and final recommendations to support effective succession planning and successful transition to sustained and sustainable successful administration of the hospital. Specific emphasis will be placed on improving competencies to effectively address un-remediated deficiencies identified in internal and external surveys of the Hospital, and to maintain improvements. INSTRUCTIONS TO INDUSTRY: Interested Small Business firms are highly encouraged to respond to this notice. However, businesses should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Responses must directly demonstrate the company's capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above. The Government requests interested parties submit a written response to this notice which includes: 1. Company name and a brief description of their company's business size (i.e. annual revenues and employee size); 2. Company point of contact, mailing address, telephone and fax numbers, DUNS number, and website address; 3. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with Government representatives; 4. Business status (i.e., Small Business, SDB, 8(a), HUBZone, SDVOSB, WOB, etc.). Type of company is validated via the System for Award Management (SAM). All respondents must be registered on SAM located at https://www.sam.gov ; 5. Description of same/similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners; 6. Anticipated teaming arrangements (i.e. prime contractor/subcontractor, joint venture, mentor-protégé relationship, etc.); 7. Applicable GSA Schedule number or other available procurement vehicle; 8. Date Submitted. Responses must be submitted not later than Wednesday, October 19, 2016, 10:00 A.M. (EST). Capability Statements will not be returned and will not be accepted after the due date. The maximum number of pages for submission is three (3) pages (excluding cover page). Capability statements should be e-mailed directly to the Primary Point of Contact (POC) listed below. SUBMISSIONS WILL ONLY BE ACCEPTED VIA ELECTRONIC MAIL. * TELEPHONE CALLS WILL NOT BE ACCEPTED AND THERE WILL BE NO RESPONSES TO QUESTIONS. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses or the Government's use of such information or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on a government GPE. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Primary POC : Vito Pietanza, Contract Specialist Division of Acquisition Policy/Indian Health Service Department of Health & Human Services vito.pietanza@ihs.gov Secondary POC : Santiago Almaraz, Division of Acquisition Policy/Indian Health Service Department of Health & Human Services/Indian Health Service santiago.almaraz@ihs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/IHS-17-236-SS-00002/listing.html)
 
Place of Performance
Address: Pine Ridge Hospital, Pine Ridge, South Dakota, 57770, United States
Zip Code: 57770
 
Record
SN04304673-W 20161016/161014233818-c8db57263ce2d1e6323f8d9187024e0d (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.