Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 26, 2021 SAM #7208
SPECIAL NOTICE

76 -- Labor Management Institute Survey of Hours Book (VA-21-00094159)

Notice Date
8/24/2021 12:07:38 PM
 
Notice Type
Special Notice
 
NAICS
511130 — Book Publishers
 
Contracting Office
PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77621Q0481
 
Archive Date
10/23/2021
 
Point of Contact
Stephen Bradny, Contract Specialist, Phone: 216-447-8300
 
E-Mail Address
stephen.bradny@va.gov
(stephen.bradny@va.gov)
 
Awardee
null
 
Description
Page 2 of 2 SPECIAL NOTICE NOTICE OF INTENT LMI PSS Annual Survey of Hours Report Contracting Opportunities Notice: 36C77620Q0481 The Department of Veterans Affairs (VA), Program Contracting Activity Central (PCAC) intends to solicit from a single source, Labor Management Institute Inc. (LMI), for the LMI 29th PSS Annual Survey of Hours Report. The VA intends to solicit LMI, 5001 American Blvd. W., Suite 805, Minneapolis, MN 55437, for one print copy of the survey of hours report for each VA Medical Center, VISN Office, and necessary VHACO Program Offices for a total of two-hundred fifteen (215) copies, and one electronic version to be provided to the Office of Nursing Services. The Hourly Report to the VA facilities and offices is crucial to ONS and the VA for The Staffing Methodology initiative which is a unit-based staff budgeting process that requires data to drive the full-time equivalent employee (FTEE) recommendations and develop the nursing hours per patient day (NHPPD) baseline comparison. This service is specific to one contractor. This service is not available through any other business. LMI is a leading national workforce management, research, education and consulting company that finds correlations in both worked and non-worked time that contribute to the misalignment of staff to workload volumes and the misuse of labor hours in the form of extra and unnecessary overtime, bonus, incentives or other premium pay, conflicts in HR, scheduling, staffing, timekeeping, payroll policies and practices, cost overruns to budget and adverse outcomes to employees, patients and/or customers. The survey includes direct, indirect and total worked hours by unit of service (e.g. HPPD, Visits, Surgical Cases, Deliveries etc.) and caregiver to patient ratios (RN, LPN, Nursing Assistants) and adverse patient outcomes and length of stay for 95 unit types in 13 service lines for rural, community and teaching hospitals. Additionally, the report includes caregiver to patient ratios multi-year comparisons of 170 workforce management data elements including OT, agency, travelers hours and dollars usage, non-unit based educators, staffing office and float pool usage, time to fill RN positions by hospital type as well as other data including average cost/inpatient day average length of stay (ALOS) and med errors and med errors with injury and patient falls and falls with injury by unit type. The contractor shall provide physical comparison data to provide unit specific comparison data that facilities can use to build their NHPPD recommendations. The data should provide benchmark self-reported data. The data needs to be: Industry, nursing specific external data The data should be broken down into hospital categories (such as community, teaching, and rural) Unit type specific (for example, a unit should be able to drill down to look at comparison data for a palliative care, Cath lab, endoscopy, etc. unit) The comparison data should drill down by direct HPPD average, low, high, mid-point/mid-range The direct HPPD care should also stratify the data into buckets displaying the percentage of units that reported HPPD within those bucket ranges (for instance, 20% of facilities reported 6-8.2 direct HPPD). The report should contain self-reported data from at least 3,000 patient care units The report should be available in print (physical) format (as opposed to electronic). This procurement is being conducted in accordance with FAR 13.106-1(b). For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available, exclusive licensing agreements. The NAICS code for this procurement is 511130, Book Publishers and the Small Business Administration Size Standard is 1,000 Employees. This notice of intent to is not a request for competitive quotes. No solicitation document is available and telephone requests will not be accepted. However, any responsible source who believes it is capable of meeting the requirements may submit a capability statement, proposal, or quotation, which shall be considered by the agency, only if received by the closing date and time of this notice. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses received to this notice is solely within the discretion of the Government. Responses to this notice are due on or before Tuesday, August 31, 2021, 11:59 PM Eastern Time to this procurement s contract specialist, Stephen Bradny at Stephen.Bradny@va.gov. Submittal Information: Contractors having the skills and capabilities necessary to perform the stated requirements should submit a single spaced, 12-point font minimum, response to the information identified in the Sources Sought Notice. Please also submit a cover page which includes, at a minimum, the company s name, address, Dunn & Bradstreet (DUNS) number, General Service Administration (GSA) contract number (if applicable), point-of-contact name, phone number, and e-mail address. Companies shall provide clear and unambiguous evidence to substantiate their capability to fulfill the requirements outlined in this Special Notice.   Please provide Company business size and status - (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, Women-Owned Small Business, etc.) Any affiliate information (parent company, joint venture partners, potential teaming partners, and VA Mentor Protégé Program membership status), as well as the number of years in business should also be provided. Contracting Office Address: Department of Veterans Affairs Program Contracting Activity Central 6150 Oak Tree Blvd, Suite 300 Independence, OH 44131
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f4d07b479e824b219ab8c3defe96e7f5/view)
 
Record
SN06108073-F 20210826/210824230122 (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.