SOURCES SOUGHT
R -- Uniform Data System (UDS) Data and Technical Assistance
- Notice Date
- 3/13/2013
- 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
- 013005600
- Archive Date
- 4/11/2013
- Point of Contact
- Jennifer Lohmeier, Phone: 301-443-5592, Francis R Murphy, Phone: (301) 443-5165
- E-Mail Address
-
jlohmeier@hrsa.gov, fmurphy@hrsa.gov
(jlohmeier@hrsa.gov, fmurphy@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 support the annual collection of Bureau of Primary Health Care (BPHC) Uniform Data System (UDS) data and technical assistance activities related to UDS data This requirement is summarized as the following under Section 330(k)(3)(I)(ii) of the Public Health Service Act: "Program Data Reporting Systems: Health center has systems which accurately collect and organize data for program reporting and which support management decision making." Draft Statement of Work (SOW) I. Background Health centers are non-profit private or public entities that serve designated medically underserved populations/areas or special medically underserved populations comprised of migrant and seasonal farmworkers, the homeless or residents of public housing. One of the key health center program requirements regarding the "Management and Finance" of a health center is that: • The health center has systems, including Management Information Systems (MIS) in place that can accurately collect and produce data to support health center oversight and direction. • The health center submits accurate and timely reports, as required (e.g., UDS, FFR, HCQR). • The health center provides a complete Clinical and Financial Performance Measures Form with its annual application to demonstrate performance improvement. This requirement is summarized as the following under Section 330(k)(3)(I)(ii) of the Public Health Service Act: "Program Data Reporting Systems: Health center has systems which accurately collect and organize data for program reporting and which support management decision making." The Bureau of Primary Health Care (BPHC) Uniform Data System (UDS) is a program performance reporting system for health centers that receive BPHC grant support and for Federally Qualified Health Center (FQHC) Look Alikes, which aligns with a key health center program requirement for "Management and Finance." The BPHC UDS has been collected for over 15 years and collects program performance data from the following programs: • Community Health Centers • Migrant Health Centers • Public Housing Primary Care • Health Care for the Homeless • Other health centers under Section 330 • FQHC Look Alikes The UDS reports contain data on services, staffing, and financing from over 1,200 health centers and over 100 FQHC Look Alikes. Health centers annually submit calendar year data through the UDS module of the Electronic Handbook (EHB), an electronic reporting system. The UDS data are used to support critical management decisions by enabling BPHC to analyze the individual and collective of each health center in providing primary health care services to the nation's underserved populations. In addition, these data are useful to health centers for program management and performance improvement, to project officers for monitoring and technical assistance, and to HRSA for documenting the value and impact of the programs. II. Purpose This requirement is to support the annual collection of BPHC UDS data and technical assistance activities related to UDS data. The Contractor shall perform manual development, training, technical assistance, streamlined data verification activities prior to report submission, and various data analyses. The Contractor shall ensure the reliability and validity of the data through training and technical support to health centers and shall collaborate with HRSA EHB system developers to enhance the reporting tools and develop various standardized reports. The Contractor shall also conduct analyses to support management of the programs. III. Specific Tasks 1: Provide UDS Analytic Support 2: Provide UDS Service Area Analysis 3: EHB support and UDS Enhancement 4: Data Verification 5: Revise UDS Reporting Related Materials 6: Develop Training Plan and Identify Training Dates 7: Revise Training Materials and Presentation for Subsequent Year UDS Training 8: Notification of Health Center Training and Distribution of Training Materials 9: Conduct Training 10: Conduct Technical Assistance and Training for Health Centers and HRSA Staff on UDS Reporting, Content, Access, and Use 11: Staff a Toll-Free Technical Assistance Line and E-mail Address for Health Center communications ** Offeror shall demonstrate its experience in managing UDS data collection, validation and reporting using customized UDS data management tools. A Firm-Fixed Price Type contract is anticipated, for a one (1) year Base period plus four (4) one-year Option periods. The previous source for this requirement was John Snow, Incorporated. The NAICS Code is 541611, with a small business size standard of $14.0M. 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 (Business Size Standard of $14M), 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 System for Award Management (SAM), at https://www.sam.gov/portal/public/SAM/ 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 Contract Specialist named below not later than 10:00 AM Eastern Standard time on Wednesday, March 27, 2013 for consideration. Please provide all responses by E-mail and request a return receipt for your records. 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. POINTS OF CONTACT Jennifer Lohmeier, Contract Specialist Health Resources and Services Administration Office of Acquisition Management and Policy 5600 Fishers Lane, Room 13A-55 Rockville, Maryland 20857 Email: jlohmeier@hrsa.gov PLACE OF PERFORMANCE The work shall be performed at the Contractor's location with periodic meetings identified in the "Specific Tasks" as occurring on-site in Rockville, MD.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/735da3d494fca9969f162c5a1a37e1d7)
- Record
- SN03011234-W 20130315/130313235113-735da3d494fca9969f162c5a1a37e1d7 (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 |