Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 19, 2014 FBO #4773
SOURCES SOUGHT

R -- Clinical Care Management Program Technical Support Services for the Department of the Navy Bureau of Medicine and Surgery

Notice Date
12/17/2014
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018915QCCMP
 
Response Due
12/22/2014
 
Archive Date
12/22/2014
 
Point of Contact
Mary Mezzatesta; 215-697-9691; mary.mezzatesta@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Sources Sought Synopsis for information and planning purposes to identify the availability of potential sources capable of providing the Department of the Navy, Bureau of Medicine and Surgery (BUMED) with Clinical Care Management Program technical support services. A single award, Firm Fixed Price type contract is anticipated with a period of performance commencing on or around 03/01/2015 through twelve months thereafter with four (4) subsequent one-year option periods. The applicable NAICS code and size standard are 541990 (All Other Profession, Scientific, and Technical Services) and $15 Million, respectively. BUMED is strategically aligning the Clinical Care Management (CM) Program within the Medical Directorate for Healthcare Business Operations to ensure CM is integrated with medical management, referrals, disease management, and utilization management and requires program management support services to provide administrative and management expertise to achieve Navy Medicine ™s Clinical CM Program objectives. Objectives include standardization of policy, improved financial and programmatic monitoring, and increased program effectiveness. The Clinical CM Program, henceforth referred to as the CM Program, is a part of BUMED ™s Wounded, Ill, and Injured (WII) program and is also a part of a larger Department of Defense (DOD) effort to improve transition of care within the Department of Navy (DON) and coordinated with the Department of Veterans Affairs (DVA), TRI-CARE, and other sources of care. The Contractor shall provide dedicated care management subject matter expertise, program management, evaluation, and administrative support to Navy Medicines Care Management Program (M93). The M93 mission is to provide policy guidance to promote a single standard for the delivery of Navy CM practice; to increase transparency and integration into Veteran Affairs and Department of Defense programs; to centralize information for informed decision making and performance trending; and to measure and enhance patient outcomes. The Contractor ™s support shall primarily focus on management, evaluation, and administrative activities; familiarity with the policies related to, and the delivery of, CM services. The Contractor shall coordinate with, and report to, the Director, Care Management, Liaison, Navy Safe Harbor, WII (BUMED M9-B3), henceforth referred to as COR, for technical guidance, coordination, and reporting of all activities. See the attached Performance Work Statement (PWS) for further details. Offerors possessing the requisite skills, resources and capabilities necessary to perform the stated requirements attached hereto are invited to respond to this market research survey/sources sought synopsis via the submission of an executive summary, no more than five (5) pages in length. The submission should include the following information and should reference N00189-15-Q-CCMP: 1. Company name, address, point of contact name, phone number, fax number and email address. 2. Contractor and Government Entity (CAGE) Code. 3. If the items/services can be solicited from a GSA schedule, provide the GSA contract number. 4. If the items/services can be solicited from a Seaport-e MAC, provide the Seaport-e contract number. 5. Size of business - Large Business, Small Business, Small Disadvantaged Business, 8(a), Hubzone, Woman-owned, Veteran-Owned, and/or Service Disabled Veteran-owned. 6. Capability statement displaying the contractor ™s ability to perform the Performance Work Statement (PWS) requirements attached herein in support of BUMED, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last five (5) years. This relevant past performance information should identify the applicable contract number; total contract dollar amount; contract period of performance; description of the relevant services provided to include a brief description of the services performed; and a customer point of contact with corresponding telephone number and e-mail address. All submissions are required to be submitted via e-mail to mary.mezzatesta@navy.mil no later 5:00pm (local time/Philadelphia, PA) on 22 December 2014. Please direct any questions concerning this sources sought synopsis to Mary Mezzatesta via email or via phone at 215-697-9691. This announcement constitutes a sources sought synopsis for written information only and is not to be construed in any way as a commitment by the Government. This is not a solicitation announcement for proposals and a contract will not be awarded from this announcement, nor will the Government pay for the information received in response to this announcement. Respondents will not be notified of the results. Please note the information contained within this sources sought synopsis will be updated and/or may change prior to issuance of an official Pre-Solicitation synopsis notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018915QCCMP/listing.html)
 
Record
SN03598819-W 20141219/141217234721-373344ce1498017c628a274d8d29737d (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.