SOURCES SOUGHT
U -- Primary Care Faculty Development Evaluation Initiative
- Notice Date
- 7/9/2012
- 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-BHPR-96-DOB
- Archive Date
- 8/7/2012
- Point of Contact
- Donnie O'Brien, Phone: (301) 443-3486
- E-Mail Address
-
do'brien@hrsa.gov
(do'brien@hrsa.gov)
- Small Business Set-Aside
- Total Small Business
- 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 conduct the planning, execution and evaluation of a nationally based, longitudinal faculty development initiative demonstration pilot. The purpose of this contract is also to evaluate the effectiveness of the curriculum and its implementation developing recommendations for subsequent pilots to improve teaching and assessment in primary care. The Health Resources and Services Administration (HRSA), Bureau of Health Professions (BHPr), Division of Medicine and Dentistry (DMD) is seeking a Contractor, with demonstrated subject matter expertise regarding national residency programs and curriculum development in the primary care fields of family medicine, internal medicine, and pediatrics. The evaluation of a nationally based, longitudinal faculty development initiative is to consist of the following: (1) development and execution of recruitment and, pilot methodology and, and evaluation strategy that can be utilized by a team of expert trainers to implement a regional pilot; (2) execution and evaluation of effectiveness, impact, results, and recommendations; and (3) evaluation of the effectiveness and impact of the pilot to produce a final descriptive report. The final descriptive report shall include the consolidation of evaluation and recommendation results from the primary care faculty development demonstration pilot. Qualified contractors 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. A clear understanding and appreciation of the evaluation of health professions training programs and front-line direct service workers. 2. Personnel experience in education and professional along with experience working with the three certifying boards or primary care medicine ( family medicine, internal medicine and pediatrics. 3. Knowledge of residency programs and curriculum development. 4. Knowledge of Recruitment methodology. 5. Experience in assembling, evaluating and analyzing community-based residency training programs. 6. Facility with graduate medical education financing and operations. 7. Close relationships with community-based organizations such as federally-qualified health centers. This is a firm fixed price contract is anticipated for this eighteen months. This is a new requirement. The NAICS Code is 541990. 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 ten [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 541990, 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. 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. Please note that the prime contractor must provide evidence of expertise in workforce modeling. Teaming arrangements which lean on the subcontractor for the majority of substantive and operational skills for this contract will not be considered evidence of prime contractor capability. 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 Contract Specialist named below not later than 4:00 PM Eastern Standard time on July 23, 2012 for consideration. Statements of Capabilities should be sent via email to do'brien@hrsa.gov 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 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/notices/39c0f703549eabe4fbf3574dd6cd7dc0)
- Record
- SN02796898-W 20120711/120709234650-39c0f703549eabe4fbf3574dd6cd7dc0 (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 |