Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2018 FBO #5986
DOCUMENT

R -- Access to Care Mystery Shopper Assessment - Attachment

Notice Date
4/12/2018
 
Notice Type
Attachment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Strategic Acquisition Center - Frederick;Department of Veterans Affairs;321 Ballenger Center Drive, Suite 125;Frederick MD 21703
 
ZIP Code
21703
 
Solicitation Number
36C10X18Q0135
 
Response Due
4/25/2018
 
Archive Date
5/25/2018
 
Point of Contact
Willliam Milline
 
E-Mail Address
-215-0857<br
 
Small Business Set-Aside
N/A
 
Description
NAICS 541699 (tentative) Agency: Department of Veterans Affairs Office: Veterans Health Administration (VHA) Product Effectiveness Notice Type: Posted Date: Sources Sought 04/12/2018 Response Date: 04/25/2018 Classification Code: To be determined based off of the responses from this sources sought NAICS Code: 541699 (tentative) *LOOKING FOR ANY BUSINESSES THAT CAN PROVIDE THE SERVICE* Synopsis: THIS IS NOT A SOLICITATION. This is a Request for Information (RFI)/Sources Sought notice issued in accordance with FAR 15.201(e) to conduct market research. This RFI is issued solely for information and planning purposes it does not constitute a Request for Quote (RFQ) - or a promise to issue a RFQ in the future. This request for information does not commit the Government to contract for any supply or services whatsoever. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals and will not accept unsolicited 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 RFQ, if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will NOT be returned. This announcement is based upon the best information available and is subject to future modification. Contracting Office Address: Department of Veterans Affairs (VA), Strategic Acquisition Center - Frederick 321 Ballenger Center Drive, Suite 125, Frederick, MD 21703 Point of Contact: William Milline, Contract Specialist 240-215-0857 William.Milline@va.gov Kimberly McLaughlin, Contracting Officer 240-215-1664 Kimberly.McLaughlin2@va.gov Overview: The Veterans Health Administration (VHA) Office of Quality, Safety, and Value Product Effectiveness (PE) program office performs measurement assessments and analyses on specially selected health care programs, products, and processes to ensure they are effective and/or meet the needs of VHA stakeholders and ultimately provide business value to VHA. Results from PE projects support VA stakeholders at the highest executive level of VA to measure these programs effectiveness and make recommendations on improving their performance. PE findings are intended to be used to validate investment decisions, provide accountability, identify gaps and challenges, and support continuous improvement of VHA mission critical health information, health informatics, and internal process improvement projects. PE uses a rigorous process to conduct assessments which ultimately inform decision making by senior program leaders, top-level agency leadership, and members of Congress. These decisions have a direct impact on the success of the mission and most importantly on the provision of health care services to Veterans. Please respond to this RFI if your company can perform this requirement in accordance with FAR Part 52.219-14 Limitations on Subcontracting (Nov 2011) As prescribed in 19.508(e) or 19.811-3(e), insert the following clause: Limitations on Subcontracting (Nov  2011) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Applicability. This clause applies only to (1) Contracts that have been set aside or reserved for small business concerns or 8(a) concerns; (2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) concerns; and (3) Orders set aside for small business or 8(a) concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for (1) Services (except construction). At least 50  percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a non-manufacturer of such supplies). The concern shall perform work for at least 50  percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15  percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25  percent of the cost of the contract, not including the cost of materials, with its own employees. (End of clause) This is only an overview/summary does not include all requirements to complete Performance Work Statement (PWS). Specific Response Instructions: Please submit your RFI response in accordance with the following: 1) No more than 20 pages (excluding transmittal page). Include the name, email address and phone number of the appropriate representative of your company; 2) Submit your response via email to William Milline @ William.Milline@va.gov or Kimberly McLaughlin @ Kimberly.McLaughlin2@va.gov 3) Submit your response by 12:00 P.M. (EST) on 04/25/2018; 4) Mark your response as Proprietary Information if the information is considered business sensitive; 5) NO MARKETING MATERIALS IN RESPONSE TO THIS RFI. The government will not review any other information or attachments included, that are in excess of the 20 page limit. Information Requested from Industry: In response to the RFI, interested contractors shall submit the following information: Company Information / Socio-Economic Status Provide the company size and POC information. Provide GSA contract number if applicable or state if open market VA has identified the appropriate North American Industry Classification System (NAICS) Code 541990 All Other Professional, Scientific and Technical Services, which has a size standard of $15 Million for this RFI. Please identify and explain any other NAICS codes your company believes would better represent the predominated work included in the attached PWS. Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic Status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small business, Women-Owned Small Business, Disadvantaged Small business, and Hub Zone. If Service Disabled or Veteran Owned Small business, is your company and or partners registered in VA s VetBiz repository? Background/Past Experience Provide the following information on a maximum of three projects similar to the draft PWS. All projects referenced must have been completed within the last three years for which the responder was a prime or subcontractor. The name, address, and value of each project. The Prime Contract Type, Firm Fixed-Price, Cost Reimbursement or Time and Material The name, telephone and address of the owner of each project A description of each project, including difficulties and successes Your company s role and services provided for each project. Capability and Experience What is your strategy for Hiring/Recruitment of Veterans? Please describe how you have compensated Veterans for similar assessments. How would you compensate them for this assessment? What experience do you have in hiring Veterans and/or compensating them in other ways? What experience do you have with working with the guidelines provided in the paperwork reduction act (https://www.opm.gov/about-us/open-government/digital-government-strategy/fitara/paperwork-reduction-act-guide.pdf regarding utilizing Veterans for collecting data? Do you believe that Office of Management and Budget (OMB) approval is required for this kind of assessment? Why/why not? Do you have experience hiring trained actors to conduct mystery shopper/secret shopper assessments? Please provide examples. Please describe your high-level strategy and approach for successfully conducting this assessment. What do you see as the primary risk factor(s) for successfully executing this assessment? Please provide any suggestions for how to enhance the RFI provided? What is your capacity to ramp-up the number of medical centers being assessed? (i.e., what is the largest number of Veterans or mystery shoppers your company has managed in the past and how many medical centers were assessed at one time?) Can you provide the following Key Personnel in accordance to the attached PWS minimum requirements? Program Manager Project Manager Business Analyst III Systems Analyst II Consultant II Field Operations Manager Subject Matter Expert (SME) II Data collection and customer experience assessment consultant(s) SME Clinical Consultant Teaming Arrangements Description of Teaming Partners, Joint Ventures that your company would consider to perform work. Price Information Provide your commercial price history and rough order of magnitude for the same or similar products/solutions. Other Federal Experience Identify the federal contract vehicles NOTE: The PWS is a draft and is subject to change
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/36C10X18Q0135/listing.html)
 
Document(s)
Attachment
 
File Name: 36C10X18Q0135 36C10X18Q0135.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4222484&FileName=36C10X18Q0135-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4222484&FileName=36C10X18Q0135-000.docx

 
File Name: 36C10X18Q0135 Draft PWS Access to Care Mystery Shopper Assessment.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4222485&FileName=36C10X18Q0135-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4222485&FileName=36C10X18Q0135-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Veteran's Health Administration (VHA);Product Effectiveness (P.E.);Washington, D.C.
Zip Code: 20420
 
Record
SN04887600-W 20180414/180412230907-005dbfc7e65031093f11283f2a593833 (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.