SOLICITATION NOTICE
Q -- Consultation Service
- Notice Date
- 3/9/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
- ZIP Code
- 92134-5000
- Solicitation Number
- N0025918N0043
- Archive Date
- 5/31/2018
- Point of Contact
- Reynaldo R. DeVera, Phone: 6195325564
- E-Mail Address
-
reynaldo.r.devera.civ@mail.mil
(reynaldo.r.devera.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice of Intent to Sole Source The Naval Medical Center San Diego (NMCSD) intends to award a sole source purchase order under the authority of FAR 13.106-1(b) due to only one source being available to meet the Government's needs to Joint Commission Resources, Inc., 1515 W 22nd St Ste. 1300, Oak Brook, IL 60523-2000. The requirement is for On-Site Consultation Services for a Mock Survey on 14-18 May 2018 with a Physician (team leader), a PCMH/Ambulatory Consultant, a Nurse, a Behavioral Health Consultant, and an IC Prevention Consultant. This requirement will be performed in accordance with the statement of work as shown below: This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work. Capability statements shall not exceed 5 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source purchase order. Capability statements are due by 04:00 PM Local Time, April 09, 2018. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: Reynaldo.r.devera.civ@mail.mil. Statement of Work Naval Medical Center, San Diego, California 1.0 Scope. This contract requires the contractor to provide expert Joint Commission Accreditation Consultation and Education services to the Naval Medical Center, San Diego, CA (NMCSD). 2.0 Background. Naval Medical Center, San Diego, California is a 277 bed multispecialty hospital and ambulatory military medical treatment facility (MTF) in the San Diego area. The scope of services includes adult, pediatric and neonatal intensive care units, full service emergency department, 18 operating rooms, a rehabilitation center for combat casualties, 11 primary care clinics for more than 92,000 enrolled beneficiaries of all ages extending from San Diego to Imperial county and 10 dental clinics providing active duty care. As a fixed military MTF, NMCSD is required by Department of Defense directive to seek and maintain accreditation by The Joint Commission. NMCSD was last surveyed in October 2016, and is now in the 18 to 36 month timeframe for a reaccreditation survey, which will take place anytime between March 2019 and October 2019. 3.0 Task. The contractor shall perform consultation and education services outlined below: 3.1 Provide Physician, Infection Prevention and Control Consultant, Med Homeport Specialist (PCMH), Behavioral Health Surveyor and Registered Nurse team members to supplement NMCSD mock survey team from 14-18 May 2018. 3.1.a. Physician expertise is required in the following Joint Commission standards areas: Provision of Care, Treatment and Services; including but not limited to operative or high risk procedures, sedation and anesthesia care; Medical Staff Credentialing and Privileging including but not limited to Focused Professional Practice Evaluation and Ongoing Professional Practice Evaluation; Medication Management; and Performance Improvement and Information Management. 3.1.b. Infection Prevention and Control Specialist expertise is required in the following Joint Commission standards areas: Infection Control standards including but not limited to policies, procedures and tracking for high level disinfection and sterilization; processes and procedures related to low level disinfection; policies and procedures related to surgical site infection prevention; identification and reporting of hospital acquired infections and best practices related to infection prevention bundles; and separation of clean and unclean items in patient treatment and storage areas. 3.1.c. Behavioral Health Specialist expertise is required to evaluate the following Joint Commission Behavioral Health Care based programs: a) Intensive Outpatient Post-Traumatic Stress Disorder treatment program with focus to include, but not limited to Care, Treatment, and Services, medication management and Environment of Care standards; b) Intensive Outpatient Program (mood based treatment) with focus to include, but not limited to Care, Treatment, and Services, medication management and Environment of Care standards. Additional review of hospital accreditation focus for Inpatient Behavioral Health services to include, but not limited to, Provision of Care, Treatment and Services standards including use of restraint and seclusion and medication management standards as well as Substance Abuse Rehabilitation intensive outpatient services and outpatient services to include, but not limited to, Provision of Care, Treatment and Services standards including treatment goals and medication management standards. 3.1.e Primary Care Medical Homeport (PCMH)/Ambulatory Care Specialist is required to evaluate the following Joint Commission PCMH based model of primary health care: Assess compliance with the Joint Commission's 2018 Comprehensive Accreditation Manual for Hospitals (CAMH) with specific focus on PCMH/Ambulatory Care standards to include, but not be limited to the 5 core functions and attributes of the PCMH model (Patient Centered care, Comprehensive Care, Coordinated care, Superb access to care and Systems based approach to quality and safety). Observe, assess, and evaluate roles and functions of the patient, organization, primary care clinician, and interdisciplinary team within the requirements of a PCMH and alignment of health care operations in relationship to meeting organizational goals of quality and patient safety. 3.1.f The nurse will provide perioperative and ambulatory consultation services. 3.1.g. The Mock Survey Team will be comprised of a military-representative Team Leader and Subject Matter Experts in addition to the Physician, Infection Prevention and Control, Med Homeport, Nurse and Behavioral Health Surveyor team members specified in this statement of work and to comply with DOD directive DoDI 6025.13 dtd February 17, 2011 requires all fixed MTFs to meet or exceed the standards of appropriate external accrediting bodies. This includes accreditation of all hospitals by TJC and participation, as directed by the ASD(HA), in all TJC quality management programs. 3.2 The contractor will be a part of the mock survey team through 4-survey days, which will include individual and system tracer activities expected during NMCSD's 5-day reaccreditation survey activity. 3.3 Provide NMCSD Quality Management Department and Leadership a written preliminary Mock Survey report on 18 May 2018, detailing identified gaps in compliance with 2018 Joint Commission Hospital Standards and recommended strategies for improvement as well as a final complete report 14 business days after the Mock Survey. 3.4 Provide consultative and educational services to NMCSD Quality Management staff, the Mock Survey Team, NMCSD Leaders and other NMCSD staff, Scribes and Escorts during the course of the mock survey activities. While the focus of the Mock Survey is to identify compliance challenges, it is also expected to be a consultative and educational experience for the organization. 3.5 Health Insurance Portability and Accountability Act (HIPAA) The Contractor shall comply with all requirements of the Health Insurance Portability and Accountability Act of 1996 (HIPAA) (Pub. L. 104-191), as implemented by the HIPAA Privacy and Security Rules codified at 45 C.F.R. Parts 160 and 164, and as further implemented within the Military Health System (MHS) by DoD 6025.18-R, "DoD Health Information Privacy Regulation," January 24, 2003, and DoD 8580.02-R, "DoD Health Information Security Regulation, July 12, 2007. The Contractor shall also comply with all applicable HIPAA-related rules and regulations as they are published and as further defined by later-occurring Government requirements and DoD guidance, including current and forthcoming DoD guidance implementing applicable amendments under the American Recovery and Reinvestment Act of 2009 (ARRA). Any rules and regulations that are published, and/or requirements that are defined after the award date of this contract, and that require expenditure of additional Contractor resources for compliance, may be considered "changes" and will be subject to the "changes" clause under the contract. Breach Response DoD 5400.11-R, "DoD Privacy Program," May 14, 2007, defines a breach as the "actual or possible loss of control, unauthorized disclosure, or unauthorized access of personal information where persons other than authorized users gain access or potential access to such information for other than authorized purposes where one or more individuals will be adversely affected." Within one hour of discovery, the breach must be reported to the US Computer Emergency Readiness Team (US CERT) at https://forms.us-cert.gov/report/ and to the TMA Privacy Office at PrivacyOfficerMail@tma.osd.mil. The Contractor shall adhere to the reporting and response requirements set forth in the Office of the Secretary of Defense (OSD) Memorandum 1504-07, "Safeguarding Against and Responding to the Breach of Personally Identifiable Information," June 5, 2009; DoD 5400.11-R, and applicable TMA Privacy Office guidance, including current and forthcoming DoD guidance on ARRA breach notification requirements, available at: http://www.tricare.mil/tma/privacy/breach.aspx. Systems of Records In order to meet the requirements of 5 U.S.C. 552a, the Privacy Act of 1974, and its implementation within the Military Health System (MHS) under DoD 5400.11-R, " DoD Privacy Program," May 14, 2007, Contractors must identify to the Contracting Officer Representative (COR) systems of records that are maintained or operated for TMA where records of personally identifiable information (PII) collected from individuals are maintained and specifically retrieved using a personal identifier. Upon identification of such systems to the COR, and prior to the lawful operation of such systems, Contractors must coordinate with the TMA Privacy Office at SORmail@tma.osd.mil to complete systems of records notices (SORNs) for submission and publication in the Federal Register as coordinated by the Defense Privacy Office, and as required by DoD 5400.11-R. Following proper SORN publication and Government confirmation of Contractor authority to operate the applicable system(s), Contractors must also comply with the additional systems of records and SORN guidance, in coordination with the TMA Privacy Office, regarding periodic system review, amendments, alterations, or deletions set forth by DoD 5400.11-R, Office of Management and Budget (OMB) Memorandum 99-05, Attachment B, and OMB Circular A-130. Privacy Impact Assessment (PIA) The Contractor shall provide for the completion of a Privacy Impact Assessment (PIA) for any applicable systems that collect, maintain, use or disseminate personally identifiable information (PII) or protected health information (PHI) about members of the public, federal personnel, contractors, or in some cases foreign nationals. To begin the PIA process, Contractors are responsible for the completion of the PIA Determination Checklist. This Checklist provides basic system information to the TMA Privacy Office and ensures that the appropriate decision concerning PIA requirements is made. The Checklist can be downloaded from http://www.tricare.mil/tma/privacy/downloads/2010513/TMAPIADeterminationChecklist.pdf. Contractors are responsible for the employment of practices that satisfy the requirements and regulations of: Section 208 of E-Government (E-Gov) Act of 2002, (Pub. L. 107-347); DoDI 5400.16, "DoD Privacy Impact Assessment (PIA) Guidance," February 12, 2009; and, Office of Management and Budget (OMB) Memorandum 03-22, "OMB Guidance for Implementing the Privacy Provisions of the E-Government Act of 2002," September 26, 2003. When completing a PIA, the Contractor is responsible for using the DoD-approved PIA Template, DD Form 2930, available at http://www.dtic.mil/whs/directives/infomgt/forms/eforms/dd2930.pdf. Completed PIA Determination Checklists and DD Form 2930s will be sent to the TMA Privacy Office at piamail@tma.osd.mil. 3.6 The Contractor shall establish appropriate administrative, technical, and physical safeguards to protect any and all Government data. The Contractor shall also ensure the confidentiality, integrity, and availability of Government data in compliance with all applicable laws and regulations, including data breach reporting and response requirements, in accordance with DFAR Subpart 224.1 (Protection of Individual Privacy), which incorporates by reference DoDD 5400.11, "DoD Privacy Program," May 8, 2007, and DoD 5400.11-R, "DoD Privacy Program," May 14, 2007. The contractor shall also comply with federal laws relating to freedom of information and records management. 3.7 In the event of violations of the Act, a civil action may be brought against the agency involved when the violation concerns the design, development, or operation of a system of records on individuals to accomplish an agency function, and criminal penalties may be imposed upon the officers or employees of the agency when the violation concerns the operation of a system of records on individuals to accomplish an agency function. For purposes of the Act, when the contract is for the operation of a system of records on individuals to accomplish an agency function, the Contractor is considered to be an employee of the agency. (1)Operation of a system of records," as used in this clause, means performance of any of the activities associated with maintaining the system of records, including the collection, use, and dissemination of records. (2) "Record," as used in this clause, means any item, collection, or grouping of information about an individual that is maintained by an agency, including, but not limited to, education, financial transactions, medical history, and criminal or employment history and that contains the person's name, or the identifying number, symbol, or other identifying particular assigned to the individual, such as a fingerprint or voiceprint or a photograph. (3) "System of records on individuals," as used in this clause, means a group of any records under the control of any agency from which information is retrieved by the name of the individual or by some identifying number, symbol, or other identifying particular assigned to the individual.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025918N0043/listing.html)
- Place of Performance
- Address: Naval Medical Center San Diego, 34800 Bob Wilson Drive, San Diego, California, 91913-5000, United States
- Zip Code: 91913-5000
- Zip Code: 91913-5000
- Record
- SN04849629-W 20180311/180309231207-f4627c95f255f02b25f85e498b1d56dc (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 |