SOURCES SOUGHT
Q -- HT0011-RFI-16-004 Nurse Advisory Line
- Notice Date
- 11/5/2015
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Defense Health Agency - Contract Operations Division-NCR
- ZIP Code
- 00000
- Solicitation Number
- NAL
- Archive Date
- 12/1/2015
- Point of Contact
- Roberto Saenz, Phone: 703-681-3980
- E-Mail Address
-
roberto.saenz2.civ@mail.mil
(roberto.saenz2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: The Defense Health Agency (DHA) is issuing this sources sought synopsis as a means of conducting market research to identify the availability of potential sources / vendors having the ability to provide: 1) telehealth nurse triage based on evidence based algorithms to direct patients to the most clinically appropriate level of care including self-care, urgent care, and emergent care. 2) specified Military Treatment Facility (MTF) appointing services, 3) customized MTF transfers to support the MTF's capabilities, 4) civilian network referral services, 5) civilian network provider and MTF locator support services, and 6) customer service. This service shall be offered 24 hours a day, 365 days a year for all TRICARE beneficiaries located anywhere in the world (both Continental United States (CONUS) and Outside the Continental United States (OCONUS)). Anticipated call volume is expected to be approximately 70,000 calls per month. Customized internal processes will be required to direct callers based on their beneficiary status (Active Duty, Active Duty Family Member, Retiree, and Retiree Family Member) and TRICARE health plan. More information on TRICARE health plans can be found at: http://www.tricare.mil/Plans/HealthPlans.aspx. Other capabilities include the ability to provide real time information sharing, business intelligence, reporting, and archiving of documented call encounters at a corporate, regional, and local level and interoperability with existing military applications and systems to include the Defense Eligibility Enrolled Reporting System (DEERS), Composite Health Care System (CHCS), and the new military electronic health record called the Defense Healthcare Management Systems Modernization (DHMSM) system. Interoperability includes using DEERS to verify caller eligibility to use the service, accessing multiple CHCS hosts to make appointments with callers' Primary Care Manager, Primary Care Team, or Primary Care Clinic or submitting network urgent care referrals, and documenting caller information, triage notes, booking appointments, and submitting network urgent care referrals in the new DHMSM. All interested contractors are invited to provide information to contribute to this market survey / sources sought including, commercial market information. This sources sought notice is for information and planning purposes only, and shall not be construed as a solicitation or as an obligation on the part of the DHA. DHA is currently conducting market research to locate qualified, experienced, and interested potential sources. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this sources sought announcement. Submission Instructions: Interested parties who consider themselves qualified to perform the above listed services are invited to submit a response to this Sources Sought Notice by 11/16/2015. All response must be emailed to: Mr. Roberto Saenz at roberto.saenz2.civ@mail.mil. Please provide the following information: Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 20 pages in length, single spaced, 12 point font minimum. The Government will not review any other data or attachments that are in excess of the 20 pages. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. 1. Interested parties shall furnish the following minimum information: a. Company name and address. b. Company point of contact name, telephone number and email address. c. Please describe your companies socio-economic status: Large or Small Business HUBZone Small Business Serviced Disabled Veteran-owned Small Business (SDVOSB) Women-owned Small Business (WOSB) Small Disadvantage Business (SDB) Section 8(a) of the Small Business Act d. Does your firm have a DUNS number? If so, please provide. If not, you must register with Dun & Bradstreet at: http://www.dnb.com e. Is your firm registered with the System for Award Management (SAM) at https://www.sam.gov/portal/SAM/#1? If yes, please provide the company DUNS number. If not, please register as soon as possible. f. Please identify if your company holds a Federal Supply Schedule (FSS) Contract, and/or part participants in other Government Wide Acquisition Contracts (GWAC). g. Does your firm have a website address? Please provide. 2. Capabilities: Please provide a written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. Description of the capabilities / qualifications / skills your company possesses to perform services described in the synopsis to include describing your organization's capability to: a. Integrate into a military treatment environment that is currently transitioning to a new electronic health record. b. Provide global services both Continental United States (CONUS) and Outside the Continental United States (OCONUS). c. Provide seamless customer service, nurse advice, and appointing services (what is your current process?). d. Provide appointing services for a military treatment facility. e. Support real-time (RT) information sharing, business intelligence, reporting, and archiving. f. Hold and maintain an accreditation by governing bodies' e.g. Health Call Center Accreditation. 3. Describe your staffing capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, please address the administrative and management structure of such arrangements. Provide an estimated number of staff you anticipate needing to perform the services described in the synopsis. 4. Past Experience: Briefly describe of the company history relative to similar requirements. 5. Describe your company's ability / capability to provide common qualifications of the people who are providing these services? ***Government may consider extending invitations for selected contractor(s) to a vendor day. This is for market research and has no impact on future solicitations or contracting action.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2d81e7e6c0969de094966fda478f97f8)
- Place of Performance
- Address: 7700 Arlington Blvd, Falls Church, Virginia, 22042, United States
- Zip Code: 22042
- Zip Code: 22042
- Record
- SN03940036-W 20151107/151105235110-2d81e7e6c0969de094966fda478f97f8 (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 |