Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2013 FBO #4241
MODIFICATION

69 -- Commercial Service, Central Venous Catheter Placement (CVCP), Train the Trainers (SEE Combined Solicitation, Synopsis, W900KK-13-R-0044.

Notice Date
7/3/2013
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK-13-R-0TBD
 
Response Due
7/4/2013
 
Archive Date
9/1/2013
 
Point of Contact
David Light, 407 208-3295
 
E-Mail Address
PEO STRI Acquisition Center
(david.t.light@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Commercial Service, Central Venous Catheter Placement (CVCP), Train the Trainers (SEE Combined Solicitation, Synopsis, W900KK-13-R-0044. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This is an update from the prior Sole Source Notice of intent to award - back to a small business set aside competition. ACQUISITION APPROACH: As a result of recent market research the Government intends to solicit small businesses. This future contract will be competitively based on a best value continuum In Accordance With (IAW) FAR 13.5. This requirement was originally posted as a Sources Sought Notification on 02 May 2013. During this period, no additional capabilities or contact with the Government was made and on 10 May 2013, the suspense date and SSN concluded. On 28 Jun 2013 a notice of intent to award was publicized. On 01 July 2013 an additional source provided capabilities prior to the 05 July suspense date resulting in the recent market research update. The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) the Assistant Program Manager for Medical Simulations (APM MEDSIM) and the Veterans Health Administration Team, has an initial requirement to procure a commercial service of 63 Central Line Placement Train the Trainers for the Simulation Learning, Education and Research Network (SimLEARN) Program. The initial requirement NAICS Code: 339112 - Surgical Medical is hereby refined as NAICS Code: 541511 - Custom Computer Programming Services. It is anticipated that the contract type will be Firm Fixed Price (FFP). Critical requirements: Central Venous Catheter, Placement Training. The Contractor shall deliver simulation-based (SB) CVCP Training to personnel at VHA Veterans Affairs Medical Center (VAMC) locations. The Contractor shall deliver SB CVCP Training to Mastery with demonstrated effectiveness, supported by previously published peer reviewed documentation of statistically significant clinical outcome improvement including reduction of CLABSIs, reduction in complications, and improved success rates. Courses of Instruction. The Contractor shall deliver SB CVCP Training that includes three courses of instruction: Initial Qualification Training. The Contractor shall deliver SB CVCP Training Courseware that provides Initial Qualification to providers who require initial training, competency assessment, and certification in Central Line Placement. Refresher Training. The Contractor shall deliver SB CVCP Training courseware that provides refresher training, competency assessment, and certification to providers who have previously been trained and certified in Central Line Placement. Train the Trainer. The Contractor shall deliver SB CVCP Training and courseware that teaches providers and qualifies them to instruct other providers in Central Line Placement for Initial Qualification and Refresher Training. Initial Review at SimLEARN. The Contractor shall deliver all three courses of instruction to the SimLEARN Program Office for initial Government review and approval before delivering the instruction to other VHA locations Simulators. The Government will provide as Government Furnished Equipment (GFE) Central Line Placement Trainers, Simulab CentraLineMan (Simulab Part No. CLM-40) simulators, catheters, and guide wires. Ultrasound Guided Insertion. The Contractor shall deliver SB CVCP Training that teaches ultrasound guided catheter insertion techniques using Government Furnished ultrasound machines (GE LOGIQ e BT12). Internal Jugular Vein Placement. The Contractor shall deliver SB CVCP Training that teaches ultrasound guided Internal Jugular Vein Catheter placement. Subclavian Placement. The Contractor shall deliver SB CVCP Training that teaches Subclavian Catheter placement. Aseptic Technique. The Contractor shall deliver SB CVCP Training that includes the practice of Aseptic Technique in Central Line Placement. Central Line Bundle. The Contractor shall deliver SB CVCP Training that teaches the implementation of the Institute for Healthcare Improvement (IHI) Central Line Bundle. Time Out Procedures. The Contractor shall deliver SB CVCP Training that teaches the implementation of Time Out Procedures in Central Line Placement. Training Effectiveness. The Contractor shall deliver SB CVCP Training to Mastery with demonstrated effectiveness, supported by previously published peer reviewed documentation of statistically significant clinical outcome improvement including reduction of CLABSIs, reduction in complications, and improved success rates. Software Licenses. The Contractor shall deliver CVCP Training software licenses that allow VHA providers to access the training and training materials through the VA Training Management System (TMS) or any future VA replacement training documentation system. Training Materials. The Contractor shall deliver with the CVCP Training system any instructional materials, curriculum, and courseware associated with the training. Training Materials for Train the Trainer. The Contractor shall deliver hard copy and electronic copy of courseware training materials used for Train the Trainer instruction. Training Materials for Initial Qualification Training and Refresher Training. The Contractor shall deliver electronic copy of training materials used in the Initial Qualification Training and the Refresher Training. Training Materials Accessibility. The Contractor shall deliver media, electronic, and print documents that are compliant with the Commercial Off-The-Shelf (OTS) media accessibility standards of Section 508 of the Rehabilitation Act of 1973. Training Materials Data Rights. The Contractor shall deliver with the CVCP Training system the rights for the VHA to distribute instructional materials, curriculum, and courseware across the VHA. Metrics. The Contractor shall perform an analysis of VHA data on Central Line Placement complications and develop a methodology for the VHA to collect and analyze data to support the identification of trends in Central Line Placement complications. Certifications. The Contractor shall deliver a CVCP Training system that includes a certification program that is consistent with the VHA Employee Education System (EES) Training Management System (TMS) or any future VA replacement training documentation system for tracking of provider credentials and certifications. Accreditation. The Contactor shall deliver a CVCP Training system that supports the Accreditation for Continuing Education of VHA providers. Deliverables. The Contractor shall submit two data items for this contract, IAW DD Forms 1423, Contract Data Requirements List (CDRL). TMS/Evolutionary System Implementation Report. The Contractor shall submit a TMS/Evolutionary System Implementation Report 45 days after contract award. (CDRL A001) Simulation Training Effectiveness Report. The Contractor shall submit a Simulation Training Effectiveness Report 6 months after the 50th training session, capturing the effectiveness of simulation based CVCP training. (CDRL A002) Schedule. The Contractor shall deliver all CVCP Training and complete all instruction Not Later Than (NLT) 60 days after contract award. The point of contact for this effort: Mr. David Light, Contract Specialist, U.S. Army PEO STRI Acquisition Center/KOV, 12350 Research Parkway, Orlando, FL 32826, e-mail: david.t.light@us.army.mil TELEPHONE RESPONSES AND INQUIRIES WILL NOT BE ACCEPTED. DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. No funds are available to pay for preparation of responses to this notification. Responders are advised that the US Government will not reimburse any contractor for any information or administrative costs incurred in the response to this notice. All costs associated with responding to this notice will be assumed by the interested party. Not responding to this notice does not preclude participation in any future RFP or other solicitation, if any is issued. The Government will use the information received to determine whether other sources are available and capable to satisfy this requirement. A determination by the Government not to compete is solely within the discretion of the Government. Information received is considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-13-R-0TBD/listing.html)
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
Zip Code: 32826-3276
 
Record
SN03106848-W 20130705/130703234824-eb6880c4c460c8af3b670f94658c24a8 (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.