Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 14, 2019 SAM #6589
SOURCES SOUGHT

R -- Quality Readiness Preparation (VA-19-00099936)

Notice Date
12/12/2019 11:51:41 AM
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24520Q0092
 
Response Due
12/19/2019 8:59:59 PM
 
Archive Date
02/17/2020
 
Point of Contact
Randall.brown@va.govCaitlin.hippensteel@va.gov
 
E-Mail Address
Randall.brown@va.gov
(Randall.brown@va.gov)
 
Awardee
null
 
Description
SUBJECT: Joint Commission (JC) Continuous Readiness Assessment Services and Educational ProgramsDISCLAIMER: This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any other kind of offers will be considered in response to this Sources Sought. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the Sources Sought will not be returned. At this time, questions concerning the composition and requirements for a future Request for Quote will not be entertained. SUBJECT: The Department of Veterans Affairs is conducting market research in order to provide a Continuous Readiness Assessment JC Survey and/or Education for the purpose of performance improvement, improving system effectiveness, and achieving and maintaining compliance with JC standards for the selected VISN 5 facilities and its CBOC s. The government anticipates awarding a Firm Fixed Price multiple award contract that will provide the support services listed within the below attachment. OBJECTIVE: See attachment. RESPONSE INSTRUCTIONS:Name and Address of CompanyAny small business designation as certified by the Small Business Administration A through description of experience in managing requirements of this nature.CONTACT INFORMATION: Any questions related to this Sources Sought shall be directed to Randy Brown at Randall.brown@va.gov . All information regarding Capabilities Statements or any other proprietary information relative to this Sources Sought shall be submitted via email to Randall.brown@va.gov no later than 12:00 pm EST on 19 Dec 2019. ATTACHMENT 1Statement of WorkFor Joint CommissionContinuous Readiness Mock Surveys and Education Program VISN 5 The following Statement of Work outlines contractor requirements regarding the provision of The Joint Commission (TJC) Continuous Readiness Assessment Services and Educational Programs to six of the VISN 5 facilities along with their respective sub-stations and Community Based Outpatient Clinics:VA Maryland Health Care System (STA 512), Maryland (Multi-Division Site)Beckley VAMC (STA 517), Beckley, West VirginiaLouis A Johnson VAMC (STA 540), Clarksburg, WVMartinsburg VAMC (STA 613), Martinsburg, WVWashington DC VAMC (STA 688), Washington DCHuntington VAMC (STA 581), Huntington WVSCOPEThe Contractor is to provide a Continuous Readiness Assessment JC Survey and/or Education for the purpose of performance improvement, improving system effectiveness, and achieving and maintaining compliance with JC standards for the selected VISN 5 facilities and its CBOC s. The assessment will be inclusive of the four TJC programs: Hospital, Home Care, Behavioral Health (including Opioid), and Nursing and Rehabilitation.Period of PerformanceThis is a blanket purchase for a period of five years performance. TASKA Continuous Readiness Assessment is important so that all areas of potential non-compliance are identified before TJC survey team arrives. As part of the Continuous Readiness Assessment, the Contractor will contact the Contracting Officer s Representative (COR) to have key documents sent to them for an off-site review at a minimum of four weeks prior to their visit. The on-site visit will follow the off-site review of the key documents. To accomplish the goal of TJC Continuous Survey Readiness, the Contractor shall perform the following activities:Provide a draft Continuous Readiness Assessment Agenda and/or Education Plan to the VISN and Medical Center Point of Contact (POC) three weeks prior to the visits.Assessment of patient-focused and organizational functions across all programs.Performance of patient care and patient system tracer activities utilizing tracer methodology.Evaluation of patient records and other information systems that support the delivery of quality patient care.Inpatient Mental Health Environmental Safety assessment.Examination of the organization s Performance Improvement Process including the mechanisms in place to address sentinel and other untoward events.Review of competency assessments, orientation, training, education, credentialing and privileging, leadership and governance, and planning processes.We will include an optional analysis of the condition of the physical plant, Environment of Care (EOC)/ Annual Workplace Evaluation (AWE), emergency management, Life Safety and, when applicable, the organization s Statement of Condition and/or open plans for improvement (PFI). This requirement is optional due to an existing contract between the Department of Veterans Affairs (10E2) and a vendor who should provide these services. We will only include this as an optional task.Beginning-of-the-day strategic sessions with leadership to discuss the key findings of the day and to provide time for questions.Provide a comprehensive exit briefing to the facility and VISN leadership and/or designated audience at the end of the facility survey.Educate and consult with staff, one-on-one and small groups, throughout the Continuous Readiness Assessment to improve their understanding of TJC survey process, quality performance and standards. Conduct education sessions, not to exceed 2 hours per session, on topics as specified by the facility POC s.Provide focus reviews for problematic areas identified during the mock survey process to assess progress.Within two weeks of the completions of the Continuous Readiness Assessment, the contractor will provide a detailed report, which identifies areas of non-compliance to the VAMC Director and Director of Quality Management. Contractor will provide best practices and recommendations designed to bring VISN 5 Medical Centers and CBOC s into compliance with TJC standards. The report will include description of findings and a recommended action plan, when deficiencies have been identified. A written and electronic copy of the report will be provided to the VAMC Director and VISN Quality Management Officer.OPTIONAL PERIODThe contractor will provide a 2-day follow-up visit to review the highest priority open recommendations (as determined by the VAMC Director, Director of Quality Management, and VISN Quality Management Officer upon review of the initial report). DELIVERABLESProvide an optional on-site educational program for Environment of Care (EOC)/Life Safety including Annual Workplace Evaluation (AWE)/Emergency Management, Home Care, Behavioral Health and Nursing and Rehabilitation at the DC VAMC. Provide on-site educational programs for 2019 JC Standards and National Patient Safety Goals, Workplace Violence and Physical Security, H&P Requirements to Care Planning, Pain Management and Care Planning, Patient Education and Care Planning, Infection Control, Medication Management (optional, if agreed upon by both parties).Provide announced mock surveys inclusive of the four TJC programs: Hospital, Home Care, Behavioral Health (including Opioid), and Nursing and Rehabilitation.Provide announced mock surveys at the five identified VISN 5 Medical Center and potentially one CBOC to cover the four TJC programs: Hospital, Home Care, Behavioral Health (including Opioid), and Nursing and Rehabilitation.End-of-day strategic sessions with leadership to discuss the key findings of the day and to provide time for questions.Provide a comprehensive exit briefing to the facility and VISN leadership at the end of the facility announced/unannounced mock surveys, where applicable.Within two-weeks of the completions of the Readiness Assessment, contractor will provide a detailed report, which identifies areas of non-compliance. Contractor will provide best practices and recommendations designed to bring the VISN 5 facilities into compliance with the TJC standards. The report will include description of findings and a recommended action plan when deficiencies have been identified. A written and electronic copy of the report will be provided.Physician(s) with qualifications and experience required to perform a methodical in-depth quality assessment for total of fourteen (14) business days for no less than eight (8) hrs/day.Registered nurse(s) with qualifications and experience required to perform a methodical in-depth quality assessment for total of fourteen (14) business days for no less than eight (8) hrs./day. Environmental consultant(s) with expertise in Life Safety Codes with qualificationsand experience required to perform a methodical in-depth quality assessment for a total of fourteen (14) business days for no less than eight (8) hrs/day. Both parties will have to agree on this prior to any follow up visit.Review specified Community Based Outpatient Clinic to be determined.Follow up Site Visit:13. Environmental consultant(s) with expertise in Life Safety Codes with qualificationsand experience required to perform a methodical in-depth quality assessment for a total of ten (10) business days for no less than eight (8) hrs/day. Both parties will have to agree on this prior to any follow up visit.14. Registered nurse(s) with qualifications and experience required to perform a methodical in-depth quality assessment for total of ten (10) business days for no less than eight (8) hrs/day.COR RESPONSIBILITIESVISN 5 s Contracting Officer s Representative (COR) will act as the Contracting Officer s liaison and contractor s dedicated representative. The VISN 5 COR for this requirement is: William Sivley849 International DriveSuite 275Linthicum, MD 21090410-935-1517William.Sivley@va.gov ADDITIONAL GOVERNMENT REPRESENTATIVESThe POC s at each respective VISN 5 Medical Center and respective CBOCs for this requirement are: Beckley VA Medical Center and CBOC sSamantha Birchfield 200 Veterans DriveBeckley, WV 25801(304) 255-2121x4288Samantha.Birchfield@va.govVA Maryland HCS (Baltimore VAMC, Perry Point and Loch Raven Divisions of VAMHCS and CBOCs )Lakesia Campbell10 N. Greene StreetBaltimore, MD 21201410-605-7009Lakesia.Campbell@va.gov Louis A Johnson VA Medical Center and CBOC sJeffrey Swenskie1 Medical Center DriveClarksburg, WV 26301(304) 623-3461 x2263Jeffrey.Swenskie@va.gov Martinsburg VA Medical Center and CBOCsVirginia (Denise) O Dell501 Butler AvenueMartinsburg, WV 25401304-263-0811 ext. 4035Virginia.Odell@va.govDC VA Medical Center and CBOCsGeraldlene (Geri) Adams50 Irving Street, N.W.Washington, DC 20422202-745-8564Geraldlene.Adams@va.gov Hershel Woody Williams VA Medical Center and CBOC sPaula McKee1540 Spring Valley DriveHuntington, WV 25704304.429.6741x2237Paula.McKee@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7122d3eaf6414e41b04cba8195e6cddd/view)
 
Place of Performance
Address: This is a multi-station requirement;See attachment for specific locations
 
Record
SN05515793-F 20191214/191212230311 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.