Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2009 FBO #2768
SOURCES SOUGHT

R -- SUPPORT CONSULTATION, EDUCATION AND PROMOTION OF CHILD HEALTH

Notice Date
6/23/2009
 
Notice Type
Sources Sought
 
NAICS
813920 — Professional Organizations
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
IHS1063050
 
Archive Date
7/23/2009
 
Point of Contact
Raleigh Tanner, Phone: 202-260-8856
 
E-Mail Address
raleigh.tanner@psc.hhs.gov
(raleigh.tanner@psc.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; 92) whether they are small businesses; HUBZone small businesses; service-disabled veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; women-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. The Indian Health Service, through the Department of Health and Human Services, Program Support Center, Strategic Acquisition Services, Division Acquisition Management, requires a Contractor to provide continuing support for consultation, education and promotion of child health activities on the behalf of the Indian Health Service and Indian children. This will be in the form of Indian Health Service Area and local site visits, continuing education sessions, continued Area by Area liaison contacts and semi-annual reports that will allow the aggregation to assess for overall trends and further recommendations. Key recipients are health care personnel, including clinicians, pediatricians, advanced practice nurses, physician assistants, nurses, nurse midwives, pharmacists, behavioral health specialists, and social service providers working with children and families; community health representatives working with MCH populations; hospital, clinic, and tribal leadership; as well as Indian Health Service Area, Headquarters and Health Board leadership. Scope of work: (1) Pediatric consultation site visits, follow-up and reports: The Contractor shall conduct child health consultation visits within an area chosen by the Indian Health Service Chief Clinical Consultant for Pediatrics based on Area and Tribal consultation. Two to four sites will be selected for visit, depending on the depth of the consultation to be provided. (2) Reports and Business Meeting Minutes: Contractor shall annually submit committee membership roster, change in bios, and bylaws updates. Contractor shall twice a year submit minutes of all committee and subcommittees of the Committee on Native American Child health (CONACH) Meetings. (3) Continuing Medical Education (CME) at site visits: Contractor shall provide continuing medical education presentations during the Child health consultation visits (described in A) to child health professionals and stakeholders in the community and Service Unit (SU). (4) Technical Assistance and activity report: Contractor shall provide technical assistance (TA) to Indian Health Service Tribal, and urban Indian sites related to topics such as business practices, grant writing, integration of oral health and medical care, etc. Follow through with site visits recommendations regarding TA as developed in the written reports will be emphasized in the Area liaison reports. (5) Contractor shall provide evidence of advocating for Native American child health through preparation of AAP policy statements. Clinical Reports on an as needed basis, and sharing information through meeting exhibits and/or articles in related newsletters. The advocacy can include the publicizing of successful strategies being used in Native American child health programs around the country so that they may be adapted for use elsewhere. (6) Reach out and Read Indian Health Coalition: The Contractor shall collaborate with the Reach Out and Read (ROR) National Center to plan and implement a Coalition focused on Indian Health Service, Tribal and Urban sites. (7) International Pediatric Biennial Conference: The Contractor, in collaboration with an ad hoc planning committee composed of membership from First Nations and Inuit Health Branch (FNIHB), Health Canada, the Canadian Pediatric Society, and other representative native organizations, will plan and conduct a pediatric conference to be held every other year drawing participants and presenters from North America and other indigenous populations with the basic aim to share best and promising practices that impact clinical care rendered to AIAN infants, children, and youth and their indigenous communities. Performance Conditions: Contractor shall provide services in such a manner as to meet the highest Standards of professional ethics and conduct, particularly in regard to Confidentiality and patient rights. If at any time during the term of this contract, the Government suspect’s unprofessional behavior, the contractor will be contacted and requested to take personal action. Period of Performance: Twelve months from date of award with four (4) twelve months options. The North American Industry Classification System (NAICS) code is 813920 and the small business size standard is average annual receipts for the preceding three fiscal years not in excess of $7 million. The contractor shallll have demonstrated knowledge of the dynamics of support for consultation, education and promotion of child health activities on the behalf of the Indian Health Service and Indian children. Vendors must possess the following capabilities by providing a detailed description of your company’s (including its teammates, if applicable) experience and demonstrated abilities to meet (address each separately) the following capabilities: 1) Recognition as a national leader in consultation, education and promotion of child health activities of Indian children. 2) Documented expertise in best practices of consultation, education and promotion of child health activities of Indian children. 3) Extensive experience of working with and knowledge of American Indian/Alaska Native communities/children. 4) Knowledge and experience of the Indian Health Service Federal system of Healthcare delivery. 5) History of collaboration with Federal and non-profit agencies. 6) Well established relationships with healthcare facilities and Tribal/Community pediatric/children in conducting child health consultation visits based on Area and Tribal consultation. 7) Knowledge and experience working with multi-disciplinary staff including hospital and clinic administrators, for key recipients are health care personnel including clinicians, pediatricians, advanced practice nurses, physician assistants, nurses, nurse midwives, pharmacists, behavioral health specialists, and social service providers working with children and families; community health representatives working with MCH populations; hospital, clinic and tribal leadership; as well as Indian Health Service Area, Headquarters and Health Board leadership. Interested small businesses are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents’ capacity and capability to perform the specific work as required. Interested vendors must submit information regarding the respondents’: (a) staff expertise, including their availability, experience, and formal and other training, specifically related to the requirement; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government and private contracts and references, and other related information that provides evidence of the respondent’s capability and experience. Responses must directly demonstrate the company’s capability, experience, and/or ability to marshal resources effectively and efficiently perform each of the tasks described above and provide evidence that the vendor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 (“Limitations on Subcontracting”). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall be limited to 20 pages, and must include: (1) Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. (2) Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. (3) Business size for NAICS 813920 (size standard $7 million) and status, if qualified, as a small business. Businesses claiming 8 (a) or HUBZone qualifications must be certified by SBA, Service-Disabled Veteran-Owned Small Business must be listed in the VetBiz Vendor information Pages. (4) DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as a potential source. (5) Identification of the firm’s GSA Schedule contract(s) by Schedule number and Contract number and SINs that are applicable to this potential requirement are requested as well. Please submit copies of any documentation such as letters or certificates to indicate firm’s status (see item # 3 above). To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only and does not constitute an Invitation for Bids, Request for Proposals, Solicitation, Request for Quotes, or an indication that the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted because of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for response to this announcement. Responses to this notice must be received by the Contract Specialist named below, by 3:00 PM Eastern Standard Time on July 8, 2009, for consideration. Responses to this Notice must be submitted via electronic mail (e-mail) to the Contract Specialist. Responses to this announcement will not be returned, nor any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and PSC may contact one or more respondents for clarifications and to enhance the Government’s understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/IHS1063050/listing.html)
 
Place of Performance
Address: 801 THOMPSON AVENUE, ROCKVILLE, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN01854026-W 20090625/090624000909-deccda89bc34967ca251ce50ab0a1a75 (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.