Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2006 FBO #1662
SOURCES SOUGHT

B -- BASIS Reporting Recruitment and Management

Notice Date
6/13/2006
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101 5600 Fishers Lane, Rockville, MD, 20857
 
ZIP Code
20857
 
Solicitation Number
Reference-Number-SS06T006002
 
Response Due
6/28/2006
 
Archive Date
7/13/2006
 
Description
THIS IS NOT A SOLICITATION. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), INVITATION FOR BID (IFB), REQUEST FOR QUOTES (RFQ), REQUEST FOR APPLICATION (RFA) OR AN ANNOUNCEMNT OF A SOLICITATION AND DOES NOT ASSUME THE GOVERNMENT WILL AWARD A CONTRACT OR PROCEED WITH ANY OF THE ABOVE SOLICITATIONS IN THE NEAR FUTURE. THIS NOTICE IS ONLY FOR MARKET RESEARCH PURPOSES. The U.S. Department of Health and Human Services (HHS), Office of Public Health and Science is seeking capabilities statements from organizations with the core competency to provide assistance in recruiting hospitals and bloods centers to participate in daily reporting to BASIS and to provide ongoing management of participating institutions to ensure low attrition rates and high reporting quality. The NAICS Code is 541690 and the size standard is $6.5M. BASIS is a Web-based system and will be operational by the third quarter of FY2006. By the end of FY2007, OPHS/DHHS expects to be receiving daily reports from approximately 350 transfusing hospitals and 85 blood collection centers. Participation will be voluntary and uncompensated. Because of this, attaining and maintaining target participation levels and regular and consistent reporting will require an effective multi-pronged program to recruit, monitor and assist participants. OPHS envisions the need for ongoing monitoring and management of participants in order to minimize attrition and sustain reporting quality. Service would include (a) recruiting hospitals and blood centers to achieve target participation levels, (b) acting to correct unacceptable reporting patterns or to attempt to maintain participation of institutions when there are indications that they will quit BASIS, and (c) monitoring of data reporting quality during each institution=s first 2 months of reporting. The capability statement should address all the following capabilities (a) experience and expertise in designing and managing quality assurance programs that incorporate such methods as sampling and calculation of performance statistics, which are needed to evaluate the accuracy, consistency, and reliability of data being reported daily to BASIS (b) detailed knowledge of systems in the U.S. for collecting, processing, distributing and transfusing blood products (c) knowledge of blood inventory management practices used by blood collection centers and hospital-based transfusion services (contractor must demonstrate an understanding of blood inventory accounting concepts and statistics) (d) expertise in federal public health responsibilities, current policies and programs relating to the safety and availability of blood and (e) demonstrated experience in building business relationships with and communicating effectively with key staff of blood collection centers and hospital transfusion services. Experience in recruiting and retaining organizational participation in programs similar to BASIS would be a plus. Interested contractors possessing ALL of the required capabilities to meet the above requirement should submit a cover letter along with a capability statement not to exceed 5 pages demonstrating the ability to perform ALL aspects of the effort described therein. Responses must include the following: name and address of the firm, named central point of contact along with email address; DUNS number; any applicable commercial price list(s); size of business, including average annual revenues for the past 3 years and number of employees; ownership; whether they are a large, small, small-disadvantaged, 8(a) HUBZone, woman-owned, historically black college or university and/or minority service institute, number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners; list of customers covering the past five years; and additional documentation such as company literature and brochures. If this additional documentation supports the required capabilities it is incumbent to address this reference in the cover letter or other area of the capability statement and indicate specifically how it addresses the capabilities sought. A mere referenced website is unacceptable for purposes of this announcement and will not be considered or reviewed. Capability statements must be submitted via email to pscacquisitions@psc.gov to the attention of Jonathan Hamlet and referencing this announcement number. No statements delivered by mail or by hand shall be accepted under any circumstances. Responses are due no later than 12:00 PM Eastern Time, June 28, 2006
 
Place of Performance
Address: DHHS/OS/OPHS, 1101 Wootton Parkway Suite 250, Rockville, MD
Zip Code: 20852
 
Record
SN01068408-W 20060615/060613220345 (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.