Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
SPECIAL NOTICE

R -- Expert Statistical Technical Assistance to Title X Program - Notice of Intenet to Sole Source

Notice Date
6/15/2017
 
Notice Type
Special Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Acquisition Management Services, 7700 Wisconsin Ave, Bethesda, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
HRS196078
 
Archive Date
7/20/2017
 
Point of Contact
Zipora Chepkoit,
 
E-Mail Address
zipora.chepkoit@psc.hhs.gov
(zipora.chepkoit@psc.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
PDF of Notice Pursuant to the authority of FAR 13.106-1(b)(1)(i), the Contracting Officer may solicit from one source if the Contracting Officer determines that the circumstances of the contract action deem only one source is reasonably available. The Department of Health and Human Services (DHHS), Program Support Center (PSC), Acquisition Management Services (AMS), on behalf of the Office of the Assistant Secretary for Health (OASH), intends to issue a sole source to: Far Harbor, LLC 816 Congress Avenue, Suite 1400 Austin, TX 78701 The HHS Office of Population Affairs (OPA) is developing clinical performance measures for contraceptive care, which will greatly improve the quality of contraceptive services and reduce rates of teen/unintended pregnancy and improve birth spacing. The measures will be used by the Title X program's approximately 4000 clinics that serve more than 4 million clients, as well as other public and private providers. OPA has developed claims-based measures that were endorsed by the National Quality Forum in fall 2016. Medicaid has funded 14 states to report on the claims-based performance measures for the period 2015-2018. The Centers for Disease Control and Prevention and the American Congress of Obstetricians and Gynecologists also support the measures. Every three years these measures will have to be submitted for maintenance to NQF. Far Harbor, LLC, a statistical consultant entity, conducted the reliability testing for the claims-based measures by adapting a methodological approach developed by Rand (Adams 2012) to best suit the nested, hierarchical structure of claims data. Far Harbor, LLC, is solely responsible for the adaptation of the reliability methodology and is the only entity that has been approved to access confidential family planning data that was used to conduct the analyses included in OPA's application package for initial NQF endorsement. A similar approach will be used to test the reliability of new electronically-based measures (i.e., eMeasures) for contraceptive care that are currently under development by OPA using electronic health records data. Far Harbor, LLC, is uniquely qualified to conduct the validity and reliability testing of these eMeasures, ensuring alignment with previous methodology used for the claims-based measures. Far Harbor, LLC, has already conducted some work with OPA on development and testing of the eMeasures. The new eMeasures will be the first electronic contraceptive care measures using newly developed standardized family planning data elements. The eMeasures need to be tested on a larger scale using at least two different electronic health records, so that the eMeasures can be submitted to NQF for endorsement in spring 2019. In addition, Far Harbor, LLC, has developed statistical programs to help entities calculate the contraceptive care measures. As developers of the statistical programs, Far Harbor, LLC will provide technical assistance to entities using the statistical programs over the next two years to analyze the data necessary for the NQF application. Ongoing statistical expertise is needed to complete the development of the contraceptive care eMeasures. Far Harbor's team of highly skilled consultants, specialized in statistics, population research, survey design, data visualization, and scientific writing, present them as uniquely qualified to OPA's needs. Far Harbor has extensive experience using the measures and the adapted reliability methodology and is, therefore, the only organization that can respond with the speed needed for the spring 2019 NQF submission. There is no known company that can provide this service with the desired knowledge and ability to meet established deadlines without costly delays to the government. This is not a solicitation for competitive proposal. No solicitation document is available. All responsible sources that have determined that they can provide the same services may submit a capabilities statement that speaks to the services that OASH is seeking in this proposed acquisition. The email subject line must reference HRS196078. All responses are due by July 5, 2017, 10:00 AM Eastern Time and can be sent to Zipora Chepkoit at Zipora.Chepkoit@psc.hhs.gov. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/HRS196078/listing.html)
 
Record
SN04546987-W 20170617/170616000210-68aa9f84f6485aa8e2b836a0f6fbcf29 (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.