SOURCES SOUGHT
A -- VA Copywriting Services For Primary Health Guide And Two Scientific Manuscripts
- Notice Date
- 8/29/2022 11:53:35 AM
- Notice Type
- Sources Sought
- NAICS
- 711510
— Independent Artists, Writers, and Performers
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26222Q1645
- Response Due
- 9/5/2022 8:00:00 AM
- Archive Date
- 11/04/2022
- Point of Contact
- Daniel Kneizeh, Contract Specialist, Phone: (520) 792-1450 Ext 1x4045
- E-Mail Address
-
daniel.kneizeh@va.gov
(daniel.kneizeh@va.gov)
- Awardee
- null
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this source sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) Unique Entity ID (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below The Veterans Affairs, Greater Los Angeles Health Care System (VAGLAHS) located at 11301 Wilshire Blvd., Los Angeles, CA 90073 is seeking a potential qualified contractor that can provide Copywriting Services. Important information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 711510, SBA Size Standard ($8 Million Dollars). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail to daniel.kneizeh@va.gov. All information submissions to be marked Attn: Daniel Kneizeh, Contract Specialist and should be received no later than 8:00 am PST on September 5, 2022. DRAFT PERFORMANCE WORK STATEMENT Copywriting for VA Primary Care Staff Guide PACT Intensive Management (PIM) National Evaluation Center (NEC) VA Greater Los Angeles Healthcare System 1. Introduction The purpose of this Statement of Work (SOW) is to outline the tasks and responsibilities of the contractor in relation to copywriting services for a VA Primary Care staff guide on high-risk patient management for the VA Los Angeles HSR&D Center of Innovation (COIN) also called the Center for the Study of Healthcare Innovation, Implementation & Policy (CSHIIP) at the VA Greater Los Angeles Healthcare System (VAGLAHS). The contractor shall furnish all labor, materials, travel, lodging and any other supplies or equipment necessary to perform the requirements as outlined in this SOW. 1.1 Background Increasing health burden and costs of caring for patients with multiple chronic conditions or high complexity make them a logical target for efforts to meet what the Institute for Healthcare Improvement has labeled the triple aim : improving the patient experience of care (including quality), improving population health, and reducing per capita costs. Costs and utilization of services in these high-risk patients is high. Thus, resources required to address their unmet needs can be recouped with even modest improvements in their outcomes. Several promising programs have been developed by the private sector to address these populations and studied in research settings. Although Department of Veterans Affairs (VA) has implemented several programs for these high-risk , vulnerable patients -- such as GeriPACT, Home Based Primary Care (HBPC), or Hospital-at-Home -- capacity is limited and inconsistent across VA to address the needs of those at the top 5 percent of utilization and costs. 2. Scope The purpose of this contract is to copywriting services for a VA Primary Care staff guide on high-risk patient management. The Vendor will work solely with the VA Greater Los Angeles Health Services Research and Development (HSR&D) Center of Innovation leadership and staff on the tasks below. The Vendor shall provide all resources necessary to accomplish the deliverables described in this SOW, except as otherwise specified. 3. Tasks and Deliverables Tasks and Deliverables 3.1.1. Editing corrections and recommendations for the VA Primary Care staff guide on high-risk patient management. Addressing issues related to technical content, style, clarity, use of language, grammar, formatting, and compliance with VA publishing formatting and production requirements. The guide is approximately 50-60 pages in length and requires at least two comprehensive reviews over 12 months. 3.1.2. Editing corrections and recommendations for issues related to clarity, use of language, grammar, and formatting for two full-length scientific original manuscripts suitable for publication submission. Itemized Costs and deliverable dates for Tasks Deliverable Date Deliverable Estimated cost 12 months after contract award VA Primary Care staff guide on high-risk patient management editing corrections and recommendations $ TBD 12 months after contract award First Scientific Manuscript editing corrections and recommendations $ TBD 12 months after contract award Second Scientific Manuscript editing corrections and recommendations $ TBD TOTAL $ TBD 3.2. Hours of Operation Normal tour-of-duty hours at the VAGLAHS are 8:00 am to 4:30 pm, Monday through Friday, excluding Federal holidays. There may be instances in which the vendor s workday may be outside of this period. The vendor is required to coordinate these times with the designated Program Manager. In accordance with 5 U.S.C. 6103, Executive Order 11582 and Public Law 94-97 the following national holidays are observed and for the purpose of this contract are defined as Legal Federal official holidays . New Year s Day January 1st Martin Luther King s Birthday Third Monday in January President s Day Last Monday in January Memorial Day Last Monday in January Juneteenth June 19th Independence Day July 4th Labor Day First Monday in September Columbus Day Second Monday in October Veteran s Day November 11th Thanksgiving Day Fourth Thursday in November Christmas Day December 25th When a holiday falls on a Sunday, the following Monday will be observed as a National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government Agencies. Acceptance/Period of Performance Upon completion of the mandatory tasks, the VAGLAHS COR shall monitor monthly via a report by the research team/Principal Investigator to confirm the deliverables are progressing and on track for completion by the end of the period of performance. The VAGLAHS team shall develop and implement a Quality Assurance Plan (QAP). The QAP shall document the process that will verify and validate quality assurance in compliance with the requirements and ensure these requirements meet the VAGLAHS s expectations. VA GLAHS Responsibilities The VA HSR&D COIN will assign a VA Center-based Project Manager who shall provide access to the appropriate personnel (management, technical, subject matter expertise, etc.) necessary to fulfill the vendor s requirements in a timely fashion. The VA HSR&D COIN shall provide the Vendor a list of key personnel associated with the project along with the name and contact information for the POC/Project Manager. Travel All travel shall be responsibility of the vendor. Whenever possible, conference calls and video conferencing should be used. Completion Date The vendor shall have all services rendered and equipment received no later than 12 months from the date of Contract Award. VHA Supplemental Contract Requirements for Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors Contractor employees who work in or travel to VHA locations must comply with the following: Documentation requirements: If fully vaccinated, shall show proof of vaccination. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination. If unvaccinated and granted a medical or religious exception, shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test. Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. Documentation will not be collected by the VA; contractors shall, always, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the COVID-19 Screening Tool. Check regularly for updates. Contractor employees who work away from VA locations, but who will have direct contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, always, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5b04056b08d94abf948dee6b132f0d5c/view)
- Place of Performance
- Address: Department of Veterans Affairs VA Greater Los Angeles Health Care System 11301 Wilshire Blvd, Los Angeles 90073, USA
- Zip Code: 90073
- Country: USA
- Zip Code: 90073
- Record
- SN06445342-F 20220831/220829230134 (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 |