DOCUMENT
Q -- Patient Aligned Care Teams / Veterans Assessment Improvement Laboratory project. Literature reviews Critical appraisal methods - Attachment
- Notice Date
- 6/30/2017
- Notice Type
- Attachment
- NAICS
- #541720
— Research and Development in the Social Sciences and Humanities
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- VA26217N1251
- Response Due
- 7/5/2017
- Archive Date
- 7/20/2017
- Point of Contact
- Alejandro M. Gonzalez, Contract Specialist
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. The purpose of this sources sought announcement is for market research purposes to gain knowledge of potential qualified sources and their SBA size classification in relation to NAICS 541720. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall be in writing and include the following: Company name Address Point of contact Phone, fax, and email DUNS number Cage Code Tax ID Number Type of small business, e.g. Services Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), 8(a), HUBZone, Women Owned Small Business (WOSB), Small Disadvantaged Business, or Small Business [NOTE: If you are a SDVOSB or VOSB, you must submit your certification from the Center for Verification and Evaluation (CVE) (https://www.vip.vetbiz.gov/)], Must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below Provide any certifications, licenses and /or other pertinent documents/evidence that is required to perform the requested services. If possible, provide an estimate price for the request service below. Please provide previous or current works that are in similar size, and complexity as the Government requirement. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Business who respond to a solicitation on this project must be registered and verified with the Vet Biz Registry located at http://vip.vetbiz.gov. After review of the responses to this sources sought synopsis, a solicitation announcement may be published to www.FBO.gov. Responses to this sources sought synopsis are not considered adequate responses to solicitation notice. Statement of Work Update of Rapid Review on the Spread of Quality Improvement Interventions Veterans Assessment & Improvement Laboratory (VAIL) VA Greater Los Angeles Healthcare System 1. Introduction The purpose of this Statement of Work (SOW) is to outline the task and responsibilities of the contractor in relation to conducting an update of a rapid review on the spread of quality improvement interventions for the VA Los Angeles HSR&D Center of Innovation (COIN) also called the Center for the Study of Healthcare Innovation, Implementation & Policy (CSHIIP) at the VA Greater Los Angeles Healthcare System (VAGLAHS). The contractor shall furnish all labor, materials, travel, lodging and any other supplies or equipment necessary to perform the requirements as outlined in this SOW. 1.1 Background The aim of the VA Patient Aligned Care Teams (PACT) Veterans Assessment and Improvement Laboratory (VAIL) project is to promote the implementation of evidence-based interventions in quality improvement (QI) efforts. The Research Health Scientist and their team completed a rapid review on the spread of such QI efforts and have written a paper to describe their findings. In order to have the paper accepted for publication, since time has passed since the initial review, they must update the rapid review to ensure that it includes all current published findings. Vendor will be highly trained in evidence-based literature reviews and critical appraisal methods and not invested in specific healthcare innovation or interventions, will support VA QI practitioners in obtaining responsive and unbiased overviews of the existing literature. 2. Scope The Vendor will work solely with the VA Greater Los Angeles Health Services Research and Development (HSR&D) Center of Innovation leadership and staff on the tasks below. The Vendor shall provide all resources necessary to accomplish the deliverables described in this SOW, except as otherwise specified. 3. Tasks and Deliverables Tasks 3.1.1. Update the rapid review of spread of QI interventions 3.1.1. Revise and resubmit the drafted manuscript 3.2 Deliverables Revised manuscript suitable for publication Itemized Costs and deliverable dates for Tasks Deliverable Date Deliverable Estimated cost Revised manuscript suitable for publication TOTAL 3.2. Hours of Operation Normal tour-of-duty hours at the VAGLAHS are 8:00 am to 4:30 pm, Monday through Friday, excluding Federal holidays. There may be instances in which the vendor s workday may be outside of this period. The vendor is required to coordinate these times with the designated Program Manager. In accordance with 5 U.S.C. 6103, Executive Order 11582 and Public Law 94-97 the following national holidays are observed and for the purpose of this contract are defined as Legal Federal official holidays. New Year s Day January 1st Martin Luther King s Birthday Third Monday in January President s Day Last Monday in January Memorial Day Last Monday in January Independence Day July 4th Labor Day First Monday in September Columbus Day Second Monday in October Veteran s Day November 11th Thanksgiving Day Fourth Thursday in November Christmas Day December 25th When a holiday falls on a Sunday, the following Monday will be observed as a National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government Agencies. Acceptance/Period of Performance Upon completion of the mandatory tasks, the VAGLAHS shall monitor on a monthly basis and verify the completion of tasks by. Any problems with the vendor are identified during the acceptance period. Please note that any problems during the acceptance phase will result in a reset of the acceptance phase, resulting in a new 3-week acceptance phase as outlined above. The vendor and the VAGLAHS shall jointly cooperate in the development and implementation of a Quality Assurance Plan (QAP). The QAP shall document the process that will verify and validate quality assurance in compliance with the requirements and ensure these requirements meet the VAGLAHS s expectations. The vendor shall develop the QAP based on accepted industry standards such as the CMMI SM, ISO 9000, IEEE 12207, or other accepted industry QA standards. The QAP shall detail the processes, procedures, and metrics for assuring quality. The QAP shall also include, at a minimum, a description of the following key activities: Establishment of capable processes Development and implementation of procedures to identify, prevent, and ensure non-recurrence of defective services Establishment of mechanisms for feedback of performance Monitoring and control of critical processes Establishment of a designated point of contact (POC) to serve as the POC for quality control issues/complaints Establishment of reliable methods of record keeping and documentation of all corrective actions and process improvements undertaken during the acceptance period Vendor Responsibilities The Vendor must have experience and widely recognized expertise in Modified Delphi method for conducting expert panels and VA access management initiatives. The Vendor must be registered as a VA Vendor within the project s time frame. The Vendor shall be responsible for any and all liability actions or suits when the vendor is at fault or negligent in the performance of installation and testing activities. Pecuniary liability is also included for any and all damages to VA buildings and equipment caused by installation activities. The vendor shall comply with all local building and fire codes in addition to VA policy and procedures at the site. The vendor shall operate under, but not limited, to the following national codes, telecommunications industry standards and practices: National Electric Code (NEC), Building Industry Consulting Service International (BICSI), all standards, Electronic Industries Association/Telecommunications Industry Association EIA/TIA, Americans with Disabilities Act (ADA), National Fire Protection Association (NFPA), Underwriters Laboratories (UL), ITU and IETF and all applicable audio, video, communication, data and control standards. VA GLAHS Responsibilities The VA HSR&D COIN will assign a VA Center-based Project Manager who shall provide access to the appropriate personnel (management, technical, subject matter expertise, etc.) necessary to fulfill the vendor s requirements in a timely fashion. The VA HSR&D COIN shall provide the Vendor a list of key personnel associated with the project along with the name and contact information for the POC/Project Manager. The Study PI will ensure that the vendor and VA project staff are up to date on VA training on privacy and security, as well as project specific training. Travel All travel shall be responsibility of the vendor. Whenever possible, conference calls and video conferencing should be used. Security 7.1 Information Security The vendor shall ensure adequate LAN/Internet, data, information, and system security in accordance with VA standard operating procedures and standard contract language, conditions laws, and regulations. The vendor s firewall and web server shall meet or exceed the government minimum requirements for security. All government data shall be protected behind an approved firewall. Any security violations or attempted violations shall be reported to the VA Project Manager and the VBA Headquarters Information Security Officer as soon as possible. The vendor shall follow all applicable VA policies and procedures governing information security, especially those that pertain to certification accreditation. The contractor shall follow The Veterans Affair Acquisition Regulation (VAAR) security clause VAAR- 852.273-75 SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES sited in section C. Contract Clauses (a) The contractor and their personnel shall be subject to the same Federal laws, regulations such as U.S.C Chapter 21, 29, 31, and VA policies as VA personnel, regarding information and information system security. These include, but are not limited to Federal Information Security Management Act (FISMA), Appendix III of OMB Circular A-130, and guidance and standards, available from the Department of Commerce's National Institute of Standards and Technology (NIST). This also includes the use of common security configurations available from NIST's Web site at: http://checklists.nist.gov. The contractor and their personnel agrees to comply with Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. (b) To ensure that appropriate security controls are in place, Contractors must follow the procedures set forth in "VA Information and Information System Security/Privacy Requirements for IT Contracts" located at the following Web site: http://www.iprm.oit.va.gov 7.2 Contract Personnel Security All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Security and Investigations Center (07C). The level of background security investigation will be in accordance with VA Directive 0710 dated September 10, 2004 and is available at: http://www.va.gov/pubs/asp/edsdirec.asp (VA Handbook 0710, Appendix A, Tables 1 - 3). Appropriate Background Investigation (BI) forms will be provided upon contract (or task order) award, and are to be completed and returned to the VA Security and Investigations Center (07C) within 30 days for processing. Contractors will be notified by 07C when the BI has been completed and adjudicated. These requirements are applicable to all subcontractor personnel requiring the same access. If the security clearance investigation is not completed prior to the start date of the contract, the employee may work on the contract while the security clearance is being processed, but the contractor will be responsible for the actions of those individuals they provide to perform work for the VA. In the event that damage arises from work performed by contractor personnel, under the auspices of the contract, the contractor will be responsible for resources necessary to remedy the incident. 7.3 Data Ownership VA will retain all ownership rights to the data provided to the Vendor or collected by the Vendor and will maintain a complete record (original or copy) of all data obtained in accordance with privacy requirements, the Federal Records Act, and applicable federal records retention requirements. 8. Completion Date The vendor shall have all services rendered and equipment received no later than 12 months from the date of Contract Award and receipt of Contract Award. After reviewing this notice and believe that your firm can provide the requested services, please submit the information as outlined in the first paragraph. Responses to this notice shall be emailed to the attention of Alejandro M. Gonzalez at Alejandro.gonzalez2@va.gov and with the following information in the subject line of the email: VA262-17-N-1251 Patient Aligned Care Teams / Veterans Assessment Improvement Laboratory project. Literature reviews Critical appraisal methods. Telephone responses will not be accepted. Responses must be received no later than July 5, 201, 3:30 PM Pacific Daylight Time (PDT), Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26217N1251/listing.html)
- Document(s)
- Attachment
- File Name: VA262-17-N-1251 VA262-17-N-1251.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3632169&FileName=VA262-17-N-1251-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3632169&FileName=VA262-17-N-1251-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA262-17-N-1251 VA262-17-N-1251.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3632169&FileName=VA262-17-N-1251-000.docx)
- Place of Performance
- Address: VA GLA Medical Center;11301 Wilshire Blvd;Los Angeles, CA 90073
- Zip Code: 90073
- Zip Code: 90073
- Record
- SN04564737-W 20170702/170630234610-8f8bd7337e706b93a30a93d50af1a42f (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 |