DOCUMENT
99 -- Sources Sought for Document Preparation Services - Attachment
- Notice Date
- 12/30/2010
- Notice Type
- Attachment
- NAICS
- 813920
— Professional Organizations
- Contracting Office
- Department of Veterans Affairs;Program Contract Activity Central;4141 Rockside Road - Suite 110;Seven Hills OH 44131
- ZIP Code
- 44131
- Solicitation Number
- VA70111RI0041
- Response Due
- 1/13/2011
- Archive Date
- 3/14/2011
- Point of Contact
- Courtney E. Redic
- E-Mail Address
-
Contract Specialist
(Courtney.Redic@va.gov)
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought Notice (SS) is for information and planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. 1. Background: In 1992, VA, through a contract with the West Virginia Medical Institute, Inc. (WVMI), developed explicit criteria to be used to review care. These criteria were largely developed by leading clinicians in healthcare and were intended to represent state-of-the-art practice in the community. With the assistance of Dr. Donald Berwick and his staff at the Institute for Healthcare Improvement and in collaboration with VA clinicians, these criteria were followed by fundamental clinical practice guidelines for rehabilitation of patients following a stroke or lower extremity amputation. VHA's first endeavor to integrate evidence into the development of clinical practice guidelines was realized in the pioneering work of Dr. Karl Hammermeister who developed the CARE Guide RT for Ischemic Heart Disease that was published in September 1996. Shortly thereafter, VA's contract with WVMI was modified to clearly address VA's "Prescription for Change" which stated, "VA will standardize clinical processes (e.g., with nationally developed clinical guidelines) ¦" In 1998, the Department of Defense and VA partnered to advise the DoD/VA Executive Council on the use of practice guidelines to improve the quality of health and support population health management across both Departments. The VA/DoD Evidence-Based Clinical Practice Guideline (CPG) Work Group was established to: a.Advise the Executive Council regarding the development and implementation of clinical practice guidelines. b.Identify areas for clinical practice guideline adaptation based on the operationally defined needs of VA and the DoD. c.Facilitate the federal guideline adaptation process. d.Identify a maintenance process for fielded VA/DoD guidelines that monitors the development of new technologies/practices/pharmacotherapy that should be incorporated into the guidelines to keep them current. e.Champion the integration of clinical practice guidelines into current and developing information systems to further optimize guideline implementation. f.Ensure integration of practice guidelines with existing VA/DoD health promotion, disease prevention, and wellness initiatives. g.Encourage research related to practice guidelines within VA/DoD. VA and DoD have collectively produced the following evidence-based clinical practice guidelines: Tobacco Use CessationUncomplicated Pregnancy Chronic Fatigue and PainChronic Obstructive Pulmonary Disease (COPD) Low Back PainIschemic Heart Disease PsychosisBipolar Disorder HypertensionMajor Depressive Disorder Substance AbusePost-deployment: I. Screening Health Exam II.Medically unexplained symptoms AsthmaSubstance Use Disorder Concussion/mild Traumatic Brain InjuryDyslipidemia Diabetes MellitusPost-operative Pain Opioid Therapy in Chronic PainStroke Rehabilitation Chronic Kidney DiseasePost Traumatic Stress Disorder (PTSD) Lower Limb AmputationManagement of Obesity "The CPG products can be viewed via the internet at: http://www.healthquality.va.gov. "Several guidelines are also posted on http://www.guidelines.gov ""Guidelines for Guidelines" describes the current development and update process being used by both Departments. 2. Scope: VHA wishes to enter into a contractual agreement with an organization that has a proven track record for medical meeting documentation support and document development, editing and production. Optimally, the organization would have clinical practice guideline or evidence synthesis development and meeting support expertise. The contractor shall provide all resources necessary to accomplish the requirements of the SOW. The purpose of this solicitation is to establish and operate a contracted system to assist the Offices of Quality and Performance (OQP) as well as the Chief, Quality Management Division, United States Army Medical Command (USAMEDCOM) and clinicians in Veterans Health Administration (VHA) of the Department of Veterans Affairs and the Department of Defense (DoD) develop evidence-based clinical practice guidelines. Evidence-based clinical practice guidelines will be used to: a.Reduce variation and ensure predictable quality of care and resource utilization; b.Reduce errors and ensure the safety of the care provided; and c.Promote accountability to the optimum standard of care based on the most current state of scientific knowledge. A key element in the development of evidence-based Clinical Practice Guidelines is iterative editing and document preparation to ensure that the final CPG reflects the evidence presented and consensus of the clinical experts when there is insufficient evidence. Contractor shall be required to produce written materials necessary to document the guideline development process, culminating in the production of a full clinical practice guidelines (CPG) including algorithms, recommendations, evidence tables, bibliographies, appendices, as well as a CPG summary, CPG provider reference tools (such as Pocket Cards), and CPG metrics. All in a format established by the VA/DoD Evidence-Based Clinical Practice Guideline (VA/DoD EBCPG) Work Group. Because this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of the solicitation. Respondents will not be notified of the results of the evaluation. The Government reserves the right to consider a small business, SDVOSB, VOSB or 8(a) set-aside based on responses hereto. 3. Submittal Information: All responses must include the following information: Company name, cage code, CCR number, Dunn & Bradstreet number, company address, Point-of-Contact name, phone number, fax number, and e-mail. The subject line of the correspondence should clearly display the Sources Sought number. Also please provide the following information in your response; a. The type of work your company has performed in the past in support of the same or similar requirement. b. Has your company been awarded a prime contract for a project of this nature before? c. Provide or describe experience managing a team of subcontractors. d. Describe specific technical skills your company possesses which ensures the capability to perform the described tasks. e. Provide company business size and status (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, HubZone Small Business, etc.), the number of years in business, affiliate information: parent company, joint venture partners, and potential teaming partners. 4. It is requested that interested contractors submit a response (electronic submission) of no more than 5 pages in length, single spaced, 12 point font minimum that addresses the above information. Be sure to include this Sources Sought Number in the Subject Line of the email. Submissions (responses) shall be received by no later than 4 P.M., Eastern Standard Time on January 13, 2011. At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. Contractors having the skills and capabilities necessary to perform the stated requirements should forward an e-mail only to the primary point of contact listed below. NO PHONECALLS WILL BE ACCEPTED. Contracting Office Address: VA National Energy Business Center (VA-NEBC) 4141 Rockside Rd. Suite 110 Seven Hills, OH 44131 Primary Point of Contact: Courtney Redic, Contract Specialist E-Mail: Courtney.Redic@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/333dd587fe361f972d84168745806736)
- Document(s)
- Attachment
- File Name: VA-701-11-RI-0041 VA-701-11-RI-0041.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=168623&FileName=VA-701-11-RI-0041-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=168623&FileName=VA-701-11-RI-0041-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-701-11-RI-0041 VA-701-11-RI-0041.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=168623&FileName=VA-701-11-RI-0041-000.docx)
- Place of Performance
- Address: 4141 Rockside Road;Suite# 110;Seven Hills, Ohio
- Zip Code: 44131
- Zip Code: 44131
- Record
- SN02352406-W 20110101/101230233629-333dd587fe361f972d84168745806736 (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 |