DOCUMENT
R -- Clinical Peer Review - Attachment
- Notice Date
- 2/21/2018
- Notice Type
- Attachment
- NAICS
- 813920
— Professional Organizations
- Contracting Office
- Strategic Acquisition Center - Frederick;Department of Veterans Affairs;321 Ballenger Center Drive, Suite 125;Frederick MD 21703
- ZIP Code
- 21703
- Solicitation Number
- 36C10X18Q9086
- Response Due
- 3/7/2018
- Archive Date
- 3/22/2018
- Point of Contact
- Kimberly McLaughlin
- E-Mail Address
-
5-1664<br
- Small Business Set-Aside
- N/A
- Description
- FedBizOpps Sources Sought Notice * * * * * * * CLASSIFICATION CODE SUBJECT CONTRACTING OFFICE'S ZIP-CODE SOLICITATION NUMBER RESPONSE DATE (MM-DD-YYYY) ARCHIVE DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS SET-ASIDE NAICS CODE CONTRACTING OFFICE ADDRESS POINT OF CONTACT (POC Information Automatically Filled from User Profile Unless Entered) DESCRIPTION See Attachment AGENCY'S URL URL DESCRIPTION AGENCY CONTACT'S EMAIL ADDRESS EMAIL DESCRIPTION ADDRESS POSTAL CODE COUNTRY ADDITIONAL INFORMATION GENERAL INFORMATION PLACE OF PERFORMANCE * = Required Field FedBizOpps Sources Sought Notice Rev. March 2010 R Veterans Health Administration (VHA) Clinical Peer Review for Quality Management 21703 36C10X18Q9086 03-07-2018 15 N 813920 Strategic Acquisition Center - Frederick Department of Veterans Affairs 321 Ballenger Center Drive, Suite 125 Frederick MD 21703 Kimberly McLaughlin David Doty Page 4 of 5 Department of Veterans Affairs Veterans Health Administration Request for Information (RFI)/Small Business Source Sought (SBSS) Peer Review for Quality Management THIS IS A REQUEST FOR INFORMATION (RFI) ONLY (as defined in FAR 15.201(e)), this is not a solicitation. Solicitations are not available at this time. Requests for a solicitation will not receive a response. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received, provide feedback to respondents with respect to any information submitted, or respond to any questions or comments that may be submitted in response to this RFI. This notice does not constitute a commitment by the United States Government and does not obligate the Government to award a contract or otherwise pay for the information provided in response. Responders are solely responsible for all expenses associated with responding to this RFI. The purpose of this RFI/SBSS is to determine the acquisition strategy regarding Small Business participation and vehicles and methods to acquire the services. The Government is interested in determining whether Small Businesses are interested and capable of performing the work. Please identify if your firms socio-economic status. If you are a Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB), provide a statement indicating whether you are currently verified in the Vendor Information Pages and registered under NAICS 813920. The Government requests that contractors respond to the specific questions provided in this RFI/SBSS. Responses should demonstrate capability, not just confirm corporate capabilities. The agency does not intend to award a contract but rather gather capabilities and market information pertinent for acquisition planning. The responses to this RFI/SBSS will be captured as market research and may contribute to the development of an acquisition strategy. Information provided may be used to assess tradeoffs and alternatives available for the potential requirement and may lead to the development of a solicitation. All submissions become Government property and will not be returned. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The information provided in the RFI/SBSS is subject to change and is not binding on the Government. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. PURPOSE This Request for Information (RFI)/Small Business Sources Sought (SBSS) is for a solicitation being considered by the Department of Veterans Affairs (VA) to obtain services supporting the tasks identified in the attached draft PWS. SCOPE OF WORK The Government requires contractor support personnel who shall provide support services to assist Product Effectiveness to fulfill its mission to measure the results of major programs and to establish processes to measure the contribution of healthcare solution investments to VA mission results. See attached document: Draft Peer Review for Quality Management Performance Work Statement (PWS) for reference. INSTRUCTIONS FOR RESPONDING TO THIS SBSS 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). Response Format/Page Limitations: The overall total page limit for responses to this RFI/SBSS is ten (10) pages. Response submissions should be submitted in Microsoft Word format with Times New Roman font, 12 pt. or greater font size. Interested parties should limit marketing material in order to allow sufficient space for adequately, directly, and substantively responding with the information of most interest to the Government. In all correspondence relevant to this RFI/SBSS please identify it as a response to the VA Equal Employment Opportunity Investigations RFI/SBSS and refer to the identifying number of 36C10X18Q9086. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Respondents are requested to limit responses to the information, and in the format provided below. A - GENERAL INFORMATION Organization Name and the year in which the company was established/founded (please list any previous names used). Identify if your firms socio-economic status. If you are an SDVOSB or VOSB, indicate whether you are currently verified in the Vendor Information Pages (VIP) as an SDVOSB/VOSB and registered under NAICS 813920. A brief description of your company that includes job classifications and number of employees in your company. Company ownership (public, private, joint venture). Identify any GSA schedules you hold that support this work as described in the draft PWS, if applicable. B CAPABILITY AND EXPERIENCE INFORMATION Rationale: Responses will be reviewed to determine the vendor s capability to successfully conduct a project of a similar size, scope, approach, focus (i.e. Quality Reviews (Clinical Standard of Care), not Medical Necessity (Insurance) Reviews). Describe the company s expertise/competency to support the above listed requirement. How many reviews annually can be satisfied without subcontracting/teaming? How many reviews annually could be satisfied through a teaming arrangement, joint venture, or other partnership? How quickly (on average) does an individual review turnaround? What is the company s ability to assemble a reviewer panel of ~250 clinical peer reviewers? What is the range of specialties available? Which specialties and subspecialties are available, as defined by the American Board of Medical Specialties, stratified by quantity of reviewers? What is the company s experience providing comprehensive data reporting and analysis? Including monthly metrics, quarterly, and annual reports. What is the company s experience with providing clinical peer reviews of similar size and complexity? What is the company s experience with successfully completing national, critical, high-visibility tasks from a federal Department/Agency Head with short turnaround times? Specifically, how was the requirement approached, reviewers mobilized to complete the work, and deadlines met? What is the company s experience in maintaining high-quality personnel assignments on longer-term projects to ensure continuity of services, quality, and corporate knowledge retention from start to completion? Provided at least one or two examples. Describe the company s ability to evaluate reviews for quality control and quality assurance. (Administrative Oversight) Describe the company s experience in performing reviews that provide an opinion on clinical care for determining outcome of medical malpractice claims (expert opinions). Does the company agree with the Government s assigned NAICS code? If not, what NAICS code do you recommend? **************************************************************************** Submission: Responses to this RFI/SBSS shall be submitted to Kimberly McLaughlin and David Doty via email Kimberly.Mclaughlin2@va.gov and David.Doty@va.gov no later than March 7, 2018 at 2:00PM ET. Failure to respond to this RFI we be viewed as non-interest/non-capable in performing this future requirement. Questions: No Questions are being accepted at this time. 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although proposal and offeror are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: Information. (End of provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/36C10X18Q9086/listing.html)
- Document(s)
- Attachment
- File Name: 36C10X18Q9086 36C10X18Q9086_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4097919&FileName=36C10X18Q9086-004.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4097919&FileName=36C10X18Q9086-004.docx
- File Name: 36C10X18Q9086 PWS used for SSN.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4097920&FileName=36C10X18Q9086-005.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4097920&FileName=36C10X18Q9086-005.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C10X18Q9086 36C10X18Q9086_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4097919&FileName=36C10X18Q9086-004.docx)
- Record
- SN04830257-W 20180223/180221231826-31b9fc39c3749476c20b40d88c3572e7 (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 |