Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2012 FBO #3814
SOURCES SOUGHT

R -- Geriatric Education Center National Training and Coordination Collaborative (NTACC)

Notice Date
5/2/2012
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical 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
12-250-NTACC
 
Archive Date
5/29/2012
 
Point of Contact
Dottie L Watson, Phone: 301-443-2752
 
E-Mail Address
dwatson@hrsa.gov
(dwatson@hrsa.gov)
 
Small Business Set-Aside
N/A
 
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 services for the Geriatric Education Center National Training and Coordination Collaborative (NTACC). The purpose of the NTACC Project is to provide ongoing support and assistance to HRSA to develop and implement evaluation methodologies to link education and training to provider practice improvement and improved health outcomes among Geriatric Education Center (GEC) grantees. NTACC will accomplish this by identifying challenges faced by the GEC grantees in areas of evaluation development and implementation, coordinating the development of standardized data collection tools, methods, and systems, and refining existing Evidence-Based Practice (EBP) protocols, including full development of the third stage of implementation. This contract builds on the previous NTACC contract by moving from general evaluation capacity building to specific evaluation skills related to practice assessment, intervention, and patient health outcomes improvement. The NTACC will serve as a focal point for developing technical assistance materials in the areas of data collection tools, methods, systems, and evaluation with a goal to evaluate EBP projects and tertiary outcomes (i.e. the effect of geriatric education and training for health care providers on patient outcomes). The goals of the NTACC are to: •1) support and foster the national coordination site to provide training tools to HRSA on an ongoing basis in the areas of data collection, methods, systems, and evaluation for GEC grantees; •2) coordinate standardization in the development of data collection and the use of data collection tools and methods, specifically related to EBP projects; •3) identify competencies, formulate baseline assessments, and evaluate geriatric education and training outcomes; •4) standardize measurement methods utilized for geriatric educational program evaluation, and; •5) develop advanced systematic training curricula in support of the design and implementation of the EBP projects. The contractor will be required to: •1. Meet with the Project Officer and other(s) designated individuals; •2. Develop a plan and timeline for refining existing EBP Assessment and Intervention phase evaluation protocols; •3. Implement a NTACC Advisory Panel; •4. Coordinate the peer review and publishing of geriatric-related curricula; •5. Develop a consulting team for education and evaluation; •6. Maintain existing NTACC website; •7. Develop standard reporting recommendations; •8. Propose a plan for technical assistance outreach activities; •9. Provide progress reports, quarterly; •10. Provide a travel plan, and; •11. Provide a final report. Qualified contractors (in team or alone) must satisfy the following minimum requirements. Provide a detailed description of your company's experience and demonstrated abilities to deliver each and every one ( address each separately ) of the following requirements: •1. Provide evaluation protocol development services in accordance with the approved work plan; •2. Demonstrated success as a national training and coordination program; •3. Demonstrate the ability to recruit national level experts in geriatric education within the 5 EBP areas and Alzheimer's Disease; •4. Develop an evaluation protocol that evaluates tertiary outcomes of GEC activities; •5. Experience with Geriatric Education Center grantees; •6. Ability to provide technical assistance materials and logistical coordination to HRSA; •7. Ability to determine GEC grantee readiness to engage in evaluation prior to them formally embarking on the EBP refinement or implementation; •8. Support for ongoing compliance with all relevant Government website regulations, and; •9. Provide needs based technical assistance plan that can be implemented by HRSA staff to provide GEC grantees with ongoing and meaningful technical assistance. In addition, contractor (in team or alone) must possess: •1. Prior experience in contracts of the type; •2. Have a national presence; •3. History of adherence to contract schedules, including the administrative aspects of performance; •4. Sufficient information management and computer resources for contract implementation; •5. Reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and •6. 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. A cost reimbursement type contract is anticipated, for a base year and up to three option years. This is a follow-on requirement. The NAICS Code is 541990, with a small business size standard of $7.0 m. 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 shall 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. Business size for NAICS 541990 (size standard $7m 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, 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 1:00 pm eastern standard time on May 14, 2012 for consideration. Please forward responses via e-mail to dwatson@hrsa.gov and forward by delivery, surface mail or fax to the following address: 5600 Fishers Lane, Rockville, MD 20857, Fax 301-443-5295. 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: Dottie Watson, Contracting Officer, Phone 301-443-2752, Fax 301-443-5295, Email dwatson@hrsa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a5efd0f78052cdcba82fafa164018d2f)
 
Record
SN02737091-W 20120504/120502235429-a5efd0f78052cdcba82fafa164018d2f (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.