Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2018 FBO #6173
SOURCES SOUGHT

R -- IHS Internal Medical Quality Assurance Review

Notice Date
10/16/2018
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 5600 Fishers Lane, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
19-236-SOL-00002
 
Archive Date
12/1/2018
 
Point of Contact
Paul B. Premoe, Phone: 3014434470, Natasha A. Royal, Phone: 3014436687
 
E-Mail Address
paul.premoe@ihs.gov, natasha.royal@ihs.gov
(paul.premoe@ihs.gov, natasha.royal@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice: 19-236-SOL-00002 IHS Internal Medical Quality Assurance Review INTRODUCTION This is a Sources Sought Notice. This is NOT a solicitation for proposals, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified sources; (2) their socio-economic business type such as Small Indian-Owned Firm; Small Business; Small Disadvantaged Business; Service Disabled Veteran Owned Small Business; Women Owned Small Business; or Certified HUBZone Small Business. Your responses to the information requested will assist the Government in determining the appropriate acquisition strategy. CONTRACT PURPOSE AND OBJECTIVES Providing quality health care services to American Indians and Alaska Natives requires that IHS provide a safe treatment environment for its patients. The IHS intends to perform an internal patient safety medical quality assurance review of the Indian Health Service's (IHS) policies and procedures regarding the reporting of allegations of sexual abuse of IHS patients by IHS clinical staff. The review will focus on the Oklahoma City, Billings, and Great Plains Areas, and will include a review of whether policies and procedures have been and are being followed with regard to protecting patients from sexual abuse by providers in the health care delivery environment, and to identify any improvements IHS could implement to better protect both patients and staff. BACKGROUND IHS is assessing both a retrospective and current state of the agency's compliance with existing laws, regulations, and policies regarding patient safety and protection of patients from sexual abuse and assault. IHS takes very seriously its responsibilities to protect Indian patients and especially Indian children and is committed to improving its system to ensure the maximum protection of IHS patients. RESPONSE INFORMATION THE CAPABILITLY STATEMENT MUST CLEARLY DEMONSTRATE THE FIRM'S CAPABILITY AND EXPERIENCE IN INTERNAL MEDICAL QUALITY ASSURANCE REVIEW. The capability statement shall sufficiently address how the responder's internal medical quality assurance review solution will be delivered for the proposed project. The qualifying response for this notice must ensure that the offeror has the experience and capacity to take part in this specific type of requirement. The contractor will perform a fact- finding inquiry and record review at the Oklahoma Area, Billings Area and Great Plains Area Offices. The objectives of the review will be to: (a) identify facts relating to IHS's policies and procedures regarding the reporting of allegations of sexual abuse of IHS patients by clinical staff; (b) identify any possible process or system failures and the contributing causes of any such process or system failures; and (c) make recommendations for improvement In particular, the responders SHALL address each of the following information: • Contractor's past performance information that is relevant to this requirement. • Contractor's capability to Collect and organize any facts regarding reported allegations of sexual abuse of minor IHS patients and perform a thorough analysis of factors that contributed to any possible underlying process and system failures (root causes). • Contractor's methodology to identify the contributing factors. • Specific breakdown information that elaborates the contractor's plan to identify the root causes. • Contractor's approach to make recommendations for improvement and elimination of root causes to IHS. • Contractor's perceived outline of responsibilities (i.e. contractor and federal staff). • Brief overview of contractor and contractor staff qualifications/certifications. The response above shall accommodate the anticipated period of performance of November 2018 through April 2019. INSTRUCTIONS TO INDUSTRY All capable parties are encouraged to respond. Responses must directly demonstrate the company's capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above. Generic capability statements are not sufficient and will not be considered compliant with the requirements of this notice. The Government requests interested parties submit a written response to this notice which includes: a. Company point of contact, mailing address, and telephone number(s), and website address b. Applicable company GSA Schedule number or other available procurement vehicle. c. Company's System for Award Management (SAM) registration status. Disclaimer and Important Notes. This notice shall not obligate the Government to award 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. Furthermore, 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). Responses must be submitted via email, no later than 12:00pm EST on November 16, 2018. Questions are due on 12:00pm EST on October 23, 2018. Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for this submission is ten (10) pages. Interested parties shall submit their response to this notice to the both individuals listed below in order to be considered compliant.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/19-236-SOL-00002/listing.html)
 
Record
SN05125919-W 20181018/181016230607-cffb3506c31668f9294b1c61bd11f302 (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  © 1994-2020, Loren Data Corp.