SOURCES SOUGHT
Q -- IHS Tele-Health Services Initiative
- Notice Date
- 2/16/2016
- Notice Type
- Sources Sought
- NAICS
- 622110
— General Medical and Surgical Hospitals
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 801 Thompson, TMP 605, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- 16-236-SOL-00023
- Archive Date
- 3/16/2016
- Point of Contact
- Paul B. Premoe, Phone: 3014434470, Michael Fischer, Phone: 3014436749
- E-Mail Address
-
paul.premoe@ihs.gov, michael.fischer@ihs.gov
(paul.premoe@ihs.gov, michael.fischer@ihs.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION This is a Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified sources. Your responses to the information requested will assist the Government in determining the appropriate acquisition strategy. BACKGROUND The Great Plains Area Office of the Indian Health Service (IHS) is charged with providing health care services to the eligible Native American population within North Dakota, South Dakota, Iowa, and Nebraska. In order to achieve IHS' commitment for improving Great Plains Area's health care system to allow better access and efficient spending to patients, the IHS intends to expand a utilization of health care services provided through telemedicine. Recruiting and retaining medical staff in South Dakota and the Great Plains are challenging due to the medical facilities' remoteness of the locations. Therefore, increased usage of telemedicine services can provide a powerful leveraging of resources to increase access to care in IHS facilities. The purpose of this requirement is to acquire a solution for the provision of telehealth in two key areas: emergency services and specialty consultations (inclusive of behavioral health). Tele-emergency services will support the Emergency Departments within the IHS Great Plains facilities, allowing immediate access to providers specifically trained in emergency medicine. Tele-consultation will allow IHS patients to receive specialty consultations within their service unit, significantly improving access to care by reducing the delay and costs involving patient travel. This tele-health requirement will include, but is not limited to, the coverage of the following medical specialties: acute care; bariatric surgery; behavioral health; cardiology; diabetes/endocrinology; diabetic education; dialysis; dietician services; eating disorders; emergency medicine; ENT; genetic counseling; gynecological/oncology; hematology/oncology; home care; hospice; infectious disease; long term care; maternal fetal medicine; neonatology; nephrology; nursery; occupational medicine; orthopedic surgery; pacemaker clinic; palliative care; pediatric behavioral health; pediatric endocrinology; pediatric sleep medicine; pediatric surgery; pulmonology; radiology/mammography; reproductive medicine; rheumatology; sleep medicine; transplant; vascular surgery; and wound care. RESPONSE INFORMATION THE CAPABILITLY STATEMENT PRESENTED MUST CLEARLY DEMONSTRATE THE CONTRACTOR'S EXPERTISE AND EXPERIENCE IN TELE-HEALTH SYSTEM IMPLEMENATION, MANAGEMENT, ENHANCEMENT, PROVIDER SERVICES, AND MAINTENENANCE SERVICES. The capability statement shall sufficiently address how the tele-health solution will be delivered to the target population for the proposed project in a manner that promotes patient safety and improved clinical quality in a cost-effective manner with enough patient encounters to reach programmatic goals. The methodology must ensure that the offeror has the capacity to successfully sustain a large-scale implementation of the proposed solution. In particular, responses SHALL address each of the following information to be considered a complete and compliant response. • Contractor's past performance information that is relevant to this requirement in terms of type and magnitude of work; • Contractor's capability to simultaneously implement, support and maintain tele-health systems for 14 remote health care facilities in Great Plains Area. The statement should include a brief summary of average response time for patient care; • A high-level detailed breakdown describing each tele-medicine component that make up the contractor's tele-health solution (e.g. live distance examination, medical data storage and transfer, remote patient monitoring, mobile health, etc.). -- The information should include sufficient details to allow IHS to comprehend the functionality and benefits of each component offer in supporting the interoperability of the systems between IHS and the contractor; • Overview of a required IT telecommunications infrastructure (e.g. equipment, bandwidth, network connectivity). Brief description of contractor's utilization of FCC Universal Service Program (if applicable); • Contractor's methodology to encourage and achieve engagement of patients and providers throughout the contract period; • Contractor's approach to train tele-health technicians at the IHS originating sites; • Contractor's estimated implementation schedule with associated time milestones. • Contractor's perceived outline of responsibilities (i.e. contractor and federal staff); • Overview of achieving IT security clearance for all medical staff on past contracts; the successful contractor will need to access the IHS Electronic Health Record (EHR) requiring an appropriate security clearance; • Brief description of how the contractor's tele-health services are priced (i.e. per labor category, per subscription of service, etc.); • Overview of contractor and contractor staff qualifications/certifications (e.g. Board Certification, DEA Registration, National Practitioner Data Bank, Nurse Licensing, etc.); • It is preferred that the successful contractor shall provide a copy of their credentialing process INSTRUCTIONS TO INDUSTRY All interested parties are encouraged to respond. Responses must directly demonstrate the contractor's capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above. Generic capability statements are not sufficient and will not be considered compliant with the requirements of this notice. The Government requests interested parties submit a written response to this notice which includes the following information: a. Company Name b. Company DUNS number c. Company point of contact, mailing address, and telephone number(s), and website address d. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives e. Date submitted f. Company GSA Schedule number or other available procurement vehicle (if applicable) g. Company's System for Award Management (SAM) registration status. All respondents must register on SAM located at http://www.sam.gov/. Disclaimer and Important Notes. This notice does not obligate the Government to award contract. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses or the Government's use of such information or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses are received, a pre-solicitation synopsis and solicitation may be published on a government GPE. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Responses must be submitted via e-mail as directed below, no later than 12:00 p.m. (EST) on March 1, 2016. No questions will be accepted. Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for this submission is fifteen (15) pages. Interested parties shall submit their response to this notice to all (3) three individuals listed below in order to be considered compliant. Primary POC: Paul Premoe Contract Specialist Email: paul.premoe@ihs.gov (301) 443-4470 Michael Fischer Contract Specialist Email: michael.fischer@ihs.gov (301) 443-6749 Secondary POC: Stephen J. Yuter Contracting Officer Head of the Contracting Activity Email: stephen.yuter@ihs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/16-236-SOL-00023/listing.html)
- Record
- SN04020554-W 20160218/160216234235-93c402c88fc0119916b8e14e77051c21 (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 |