SOURCES SOUGHT
R -- HRSA HSB Reconsideration Panel Facilitator
- Notice Date
- 12/11/2015
- Notice Type
- Sources Sought
- NAICS
- 923120
— Administration of Public Health Programs
- 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
- 16-HRSA-TC1
- Archive Date
- 1/15/2016
- Point of Contact
- Timothy J Corrigan, Phone: 3014435587
- E-Mail Address
-
tcorrigan@hrsa.gov
(tcorrigan@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 provide Reconsideration Panel Facilitator Services for the Health Resources and Services Administration (HRSA), Healthcare System Bureau (HSB). The Countermeasures Injury Compensation Program (CICP), within HSB, HRSA, administers the compensation program specified by the Public Readiness and Emergency Preparedness Act (PREP Act). The PREP Act provides compensation to individuals for serious physical injuries or deaths from pandemic, epidemic, or security countermeasures identified in declarations issued by the Secretary pursuant to section 319F-3(b) of the Public Health Service Act (PHS Act) (42 U.S.C. 247d-6d). The CICP covered countermeasures include: (1) pandemic influenza vaccines; (2) pandemic antiviral countermeasures (including Tamiflu®, Relenza® and peramivir); and (3) pandemic influenza diagnostics, personal respiratory devices (such as N 95 filter face masks), and respiratory support devices (such as mechanical ventilators) and certain Ebola vaccines and therapeutics. In addition, covered security countermeasures include any vaccine, antimicrobial/antibiotic, other drug or antitoxin, and/or diagnostic or device to identify, prevent and/or treat: (1) anthrax countermeasures; (2) smallpox countermeasures; (3) botulism countermeasures; and (4) acute radiation syndrome countermeasures. Requesters have the right to request reconsideration of any or all decision(s) made by the CICP regarding their cases. Contractor will be required to: 1. Review all requests for reconsideration of administrative, medical, and compensation decisions made by CICP medical staff and submitted to the Office of the Associate Administrator, HSB, and HRSA. 2. Obtain and review all corresponding case documentation for each request for reconsideration, which may include the request for benefits package, medical records, financial records, and other relevant documentation. 3. Determine the CICP Reconsideration Panel meeting dates and case load. Select the necessary number of panelists and the panelists based on necessary skill sets needed to review of all requests for reconsideration. The panelists will be derived from an existing pool of Public Health Service Commissioned Corp Officers who are health professionals. 4. Determine if a life care planner is needed to advise the panel regarding future medical care needs and/or vocational counselor is needed to advise the panel on employability issues regarding individuals injured by countermeasures. The life care planner and vocational counselors are to be selected from existing contracts. 5. Manage the transmittal of case documentation before and after a Reconsideration Panel meeting. Transmittals will be managed between HSB staff, Reconsideration Panel panelists, and Office of the General Counsel (OGC) attorneys to ensure compliance with all information security and privacy requirements. Files will be transmitted using the HRSA/NIH Secure Mail and File Transfer Zip and passphrase decryption method. This shall be in accordance with within 42 Code of Federal Regulations (CFR) Part 110 Countermeasures Injury Compensation Program (CICP): Administrative Implementation. Information includes sensitive data encrypted to comply with confidentiality and privacy requirements. The link to this rule is http://www.hrsa.gov/cicp/about/forms/admininterimfinalrule101510.pdf. 6. Prepare a written draft Report of Findings for each request for reconsideration reviewed during a Reconsideration Panel meeting. The report shall include the following: • An overview of the case documentation reviewed and any other materials submitted by Panel members; • A synopsis of the Panel's discussion, including any independent research conducted by Panel members and OGC Attorney; and • The recommended action(s) on the case. 7. Provide detailed orientations for new volunteer Commissioned Corps health professionals that will serve on reconsideration panels, in addition to a potential life care planner and/or vocational counselor that advise these panels. This information will include the law and regulations which govern the CICP, the purpose and functions of the reconsideration panel, responsibilities of the panel, and HIPAA requirements. 8. Comply with HRSA requirements regarding protection of Personally Identifiable Information (PII) and Personal Health Information (PHI). Interested contractors shall submit their capabilities and experience for consideration. Provide a detailed description of your company's experience and demonstrated abilities to meet the requirements above. The primary place of performance shall be the contractor's facility. The anticipated period of performance is (1) 12 month base period and one (1) 12 month option period. The NAICS Code is 923120, Administration of Public Health Programs. 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 five (5) 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 923120 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). Additional information on NAICS codes can be found at www.sba.gov 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) database (http://www.sam.gov) in order 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. Do not submit pricing information in response to this source sought. 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, Tim Corrigan at TCorrigan@hrsa.gov below not later than 2:00 PM Eastern Standard time on December 31, 2015 for consideration. All capability statements must be received by e-mail. NO QUESTIONS WILL BE ENTERTAINED AT THIS TIME. THIS IS FOR MARKET RESEARCH ONLY. Responses to this announcement will not be returned, and there will not be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this notice may be reflected in the subsequent solicitation, and HRSA may contact one or more respondents for clarifications or for information that will enhance the Government's understanding. This notice is for 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/2b2a87453dc44e8e434e5766e99465b9)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN03967585-W 20151213/151211234122-2b2a87453dc44e8e434e5766e99465b9 (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 |