SOURCES SOUGHT
R -- Resident FTE Assessment for CHGME
- Notice Date
- 2/24/2012
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management 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
- RHPI6218
- Archive Date
- 3/21/2012
- Point of Contact
- Hanif S Abdul-Amin,
- E-Mail Address
-
habdul-amin@hrsa.gov
(habdul-amin@hrsa.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE February 24, 2012 Description This is a SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) to provide the requirements of the "Resident Full-time Equivalent (FTE) Assessment Program - An Assessment of Resident FTE Counts Reported by Children's Hospitals Participating in the Children=s Hospitals Graduate Medical Education (CHGME) Payment Program." The Children's Hospitals Graduate Medical Education Payment Program is seeking sources to continue the Resident Full-time Equivalent (FTE) Assessment Program. The Resident Full-time Equivalent (FTE) Assessment Program purpose is to assess (i.e., audit) the resident FTE counts reported by children's hospitals in their initial applications for CHGME Payment Program funding. Scope of Work: 1. Provide a comprehensive work plan, review approach, and methodology 2. Execute Resident FTE Assessment Program 3. Complete Resident FTE Assessment review file folder for each hospital audited 4. Participate in and provide support, where appropriate, in PRRB processes and proceedings 5. Provide summary of audited Intern and Resident Information System data files 6. Update Methodology Report 7. Complete Resident FTE Assessment Program fiscal year end summary report 8. Develop, organize, facilitate, and/or participate in CHGME Payment Program-specific conferences, meetings, and training sessions 9. Provide proposal on Intern and Resident Information System software modification Qualifications: 1. Understanding of the objective and scope of work 2. Knowledge and understanding of the CHGME Payment Program's policies, regulations and guidelines 3. Knowledge and understanding of the Centers for Medicare and Medicaid Services' laws, policies, regulations and practices related to the auditing of resident FTE counts 4. Expertise in all aspects of resident FTE assessment, including but not limited to: a. Hospital graduate medical education rules and practices b. Medical residency program accreditation guidelines c. Resident eligibility documentation 5. Qualified personnel and related experience of personnel and their organization in performing similar work to include but not limited to: a. Senior and junior auditors with knowledge and experience related to graduate medical education and resident FTE audit methodology and procedures b. Data Analyst/Statistician with experience managing and summarizing extensive datasets c. Programmer/Software Developer with understanding of the Intern and Resident Information System 6. Ability to effectively plan, execute and report on all areas of a resident FTE assessment program A Cost plus fixed-fee contract is anticipated, for one base year period of performance and four option years of performance. The previous source for this requirement was Blue Cross Blue Shield Associates. The NAICS Code is 54611, with a small business size standard $6 million. 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 the specific work as required. Responses must directly demonstrate the 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 shall be limited to 10 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 541611 (size standard $ or number of employees) 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, 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 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, Request for Proposals, Solicitation, 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 Contract Specialist named below not later than 10:00 a.m. Eastern Standard time on Tuesday, March 6, 2012, for consideration. Acceptable method of transmitting responses: E-Mail. Responses to this announcement will not be returned. Furthermore, 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 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. POINTS OF CONTACT Hanif S. Abdul-Amin, e-mail: habdul-amin@hrsa.gov. PLACE OF PERFORMANCE To be determined
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/754fe75086f462e015f1f81c71246597)
- Record
- SN02682536-W 20120226/120224234854-754fe75086f462e015f1f81c71246597 (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 |