SOURCES SOUGHT
R -- BPHC ACCREDITATION INITIATIVE to encourage and support health accreditation services
- Notice Date
- 2/3/2012
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Health and Human Services, Health Resources and Services Administration, Office of Acquisitions Management and Policy, 5600 Fisher Ln., Room 13A-19, Rockville, Maryland, 20857, United States
- ZIP Code
- 20857
- Solicitation Number
- hhsh2012-dcs1-bl
- Archive Date
- 2/22/2012
- Point of Contact
- BARRY S. LIPTON, Phone: 301-443-1798, Francis R Murphy, Phone: (301) 443-5165
- E-Mail Address
-
BLIPTON@HRSA.GOV, fmurphy@hrsa.gov
(BLIPTON@HRSA.GOV, fmurphy@hrsa.gov)
- Small Business Set-Aside
- N/A
- Description
- General Information Sources Sought Notice Solicitation Posted Date: Due Date: 2/21/2012 Classification Code: R- Professional, Administrative, and Management Support Services NAICS Code: 541690 - Other Scientific and Technical Consulting Services, $ 7m Contracting Office Address Department of Health and Human Services, Health Resources and Services Administration (HRSA) Office of Financial Management (OFM) Division of Procurement Management (DPM) Contracts Operations Branch, Parklawn Building Room 13A-43 5600 Fishers Lane, Rockville Maryland 20857 Description "This is a small Business Sources Sought notice. to support the Accreditation Initiative which provides the following services ambulatory care accreditation survey services and related logistical coordination, accreditation preparation assistance, and data collected activities for Federally-supported health centers. 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; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-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 Accreditation Initiative is one of many quality improvement programs within HRSA/BPHC aimed at increasing the quality of care that Federally-supported health centers provide to the underserved and vulnerable population. Over the years, the Accreditation Initiative has experienced great success and support, and HRSA/BPHC is seeking to refine the Initiative to enhance its continued success and provide expanded opportunity for health centers to achieve accreditation. HRSA/BPHC is committed to assisting health centers, as freestanding ambulatory health care organizations or facilities, to improve the quality of care provided to patients. This new offering is intended to promote a culture of continuous quality improvement and quality assurance within the Health Center Program. HRSA/BPHC encourages health centers to pursue accreditation from an independent accrediting body and continues to recognize accreditation status as a national benchmark of quality. HRSA/BPHC began the Accreditation Initiative in 1997 to create a voluntary opportunity for health centers to achieve accreditation and at the same time satisfy regulatory and program expectation evaluation requirements of HRSA/BPHC. Contractors will be required to: 1. Develop a work plan describing the activities, personnel and timelines for the performance of the tasks of the contract; 2. Conduct on-site accreditation assessments (surveys) of the quality of health care; 3. Provide support health centers' preparation for a survey; 4. Provide written survey reports on the outcomes of surveys to health centers and HRSA/BPHC; and 5. Provide corrective guidance and educational training to health centers to facilitate meeting quality standards. Qualified contractors (in team or alone) must satisfy the following minimum requirements. Provide a detailed description of your company's experience and demonstrated to conduct national surveys and to deliver each and every one (address each separately) of the following requirements: 1. Provide survey services in accordance with an approved work plan; 2. Demonstrated ability to conduct a national survey program; 3. Ability to survey for health center compliance with health center regulatory and program expectation evaluation requirements of HRSA/BPHC. 4. Experience with safety-net providers; 5. Ability to support health center survey readiness to identify issues prior to health centers formally embarking on the survey preparation process. 6. Ability to provide corrective quality improvement guidance to health centers to meet quality standards, especially in survey standard areas cited for deficiency. 7. Provide ongoing educational training and support to health centers on a national and individualized basis; 8. Provide educational training for surveyors; and 9. Collect, aggregate, analyze and report on survey data In addition, contractor (in team or alone) must possess: 1. Prior experience in conducting surveys on a national level; 2. Have a national presence 3. Past performance of meeting contract schedules on complex contracts of this nature; 4. Demonstrated commitment to customer satisfaction; and 5. Ability to address operational issues that impact survey performance. In addition, it is preferable that the Contractor has experience working with federal contracts meeting deadlines while maintaining flexibility in the work process. Interested small business potential offerors 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 specific work as required. Responses must directly demonstrate company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor 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 should not exceed 30 single-spaced pages, excluding attachments, 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. The service provided under this contract is under NAICS Code 541690, with a small business size standard of $7m and status, if qualified as an 8 (a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, 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 potential sources. 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 also requested. 6. If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm's status (see item #3, above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. 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, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication 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 as a result 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 responses to this announcement. Responses to this notice must be received by the Contracting Officer not later than 11:00am eastern standard time on February 21, 2012 for consideration. Please forward responses via e-mail to blipton@hrsa.gov and forward by mail to the following address: 5600 Fishers Lane, Room 13A-43, Rockville, MD 20857. Responses to this announcement will not be returned, nor will there be 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 HRSA may contact one or more respondents for clarifications and to enhance the Governments' understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. Point of Contact: Barry Lipton, Contract Specialist, Phone 301-443-1798, Fax 301-443-5295, and Email blipton@hrsa.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4275b4b0cc979dde9e2dc8e6f7b0e3b3)
- Place of Performance
- Address: Human Health Services, HRSA, Parklawn Building-13a-43, 5600 Fishers Lane, Rockville Md 20857, ROCKVILLE, Maryland, 20857, United States
- Zip Code: 20857
- Zip Code: 20857
- Record
- SN02667457-W 20120205/120203234449-4275b4b0cc979dde9e2dc8e6f7b0e3b3 (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 |