Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2018 FBO #6088
DOCUMENT

R -- Joint Commission Resource Inspection - Attachment

Notice Date
7/23/2018
 
Notice Type
Attachment
 
NAICS
813920 — Professional Organizations
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
36C24218Q9739
 
Response Due
7/25/2018
 
Archive Date
8/24/2018
 
Point of Contact
Safa Shleiwet
 
E-Mail Address
safa.shleiwet@va.gov
(Safa.Shleiwet@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Please note that this is NOT a request for quotes or proposals, the Government is seeking information for market research purposes only. Network Contracting Office (NCO) 2 of the Department of Veterans Affairs is currently conducting a market survey for qualified firms capable of providing accreditation preparation for the upcoming Joint Commission Site Visit expected in the year 2018 for the New York Harbor Healthcare System(Manhattan/Brooklyn) and James J. Petters VA Medical Center (Bronx). The North American Industry Classification Systems (NAICS) is 813920. Responses to this notice must be submitting in writing (email) and must be received not later than July 25, 2018 at 10:00AM EST. Email: safa.shleiwet@va.gov. No telephone inquiries will be accepted. Interested parties MUST provide company/individual name, a capability statement, examples of same or similar work performed at other facilities, DUNS number and address, point of contact and social-economic. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business or large business), relative to NAICS 813920. Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. STATEMENT OF WORK (SOW) 2. Contract Title: VA NY Harbor (Manhattan/Brooklyn) & Bronx Joint Commission Resources 3. Background: The VA NY Harbor (Manhattan/Brooklyn) & Bronx require on site accreditation preparation for the upcoming Joint Commission Site Visit expected in the year 2018. 4. Scope. The VA NY Harbor (Manhattan/Brooklyn) & Bronx requires on site accreditation preparation for the upcoming Joint Commission Site Visit expected in the year 2018. 5. Specific Tasks: The proposed Joint Commission Resources will assess VA NY Harbor (Manhattan/Brooklyn) & Bronx Medical Center compliance with the Joint Commission s 2017 Comprehensive Accreditation Manual for Hospitals (CAMH). 5.1: The proposed Joint Commission Resources will observe, assess, and evaluate current health care operations in relationship to meeting organizational goals of quality and patient safety. 5.2: The proposed Joint Commission Resources will identify important organizational and systems issues related to safety, quality of care, treatment and services and interfaces between those processes. 5.3: The proposed Joint Commission Resources will provide onsite for two days at each of the Medical Centers: a nurse, life safety code specialist and one day with a physician. One day in late July and one-day late August or September for the Bronx. Manhattan and Brooklyn total of four (4) days in mid-August. Here are more specific dates for the Bronx: August 13th -17th, 20th -24, and 27th -31st 2018, and New York Harbor: August 6th and 13th, September 4th -7th 2018. 5.4: The proposed Joint Commission Resources will provide an assessment of organizational approach in areas such as leadership, patient safety, infection prevention and control, medication management, emergency management, use of data and medical staff through interactive conferences (as identified in organization-specific agenda. 5.5: The proposed Joint Commission Resources will utilize individual and system tracers for evaluation of determined areas of focus and to review direct care processes, across services and disciplines, in key inpatient and outpatient clinical areas and the environment. Information will be gathered by making observations, conducting interviews and reviewing selected documents. 5.4: The proposed Joint Commission Resources: 6. Deliverables: The proposed Joint Commission Resources shall be able to meet the following requirements: 6.1: Joint Commission shall provide consultative and educational information and summarize during the daily debriefings 6.2: Joint Commission shall provide a written summary of consultation services, findings, and recommendations will be provided within thirty (30) days of the consultation. 6.3 Joint Commission Resources shall provide requested written summary of consultation services, findings and recommendations within 30 days of the consultation services no later than December 2018. Submission Instructions: Please submit your response in accordance with the following instructions: Responses shall be no more than 10 pages in length. Cover page with responses to the Specific Response Items listed in the section below. Detail your firm s ability, capability, and responsibility to deliver the above referenced services for the period of time identified. Submit your response via email to Safa Shleiwet at safa.shleiwet@va.gov including the Sources Sought number in the Subject line. Submit your response by 10:00 Am Eastern Standard Time on July 25, 2018 Mark your responses as Proprietary Information if the information is considered business sensitive. No marketing materials are allowed as part of this Source Sought Notice. The Government will not review any other information or attachments included in your submission that exceed the 10 page limitation. Specific Response Items: Company Name Company Address Company Duns Number Point of Contact Name and Title Point of Contact Phone Point of Contact Email Company Website How long your company has been in business? Will your company be a joint venture with another company? A description of what services your company primarily provides. A description of your company s experience with providing homeless housing, and plan to provide a safe environment that will lead the Veteran to a successful completion of the program and successfully re-enter the community. Does your company currently have capabilities to provide the required services? Does your company have experience providing accreditation preparation for the upcoming Joint Commission Site Visit for the Department of Veterans Affairs? Business Size/Type: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), 8(a), Hub Zone Small Business, Women Owned Small Business (WOSB), Small Disadvantaged Business (SDB), Small Business, or Large Business. All prospective Contractors are reminded that in accordance with FAR 4.11 they shall be registered in the System for Award Management (SAM) database and shall complete annual Representations and Certifications in SAM prior to any offer. SAM is located at http://www.sam.gov and consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is no cost to use SAM. FOR SDVOSB/VOSB ONLY: Please note that if responding as an SDVOSB or VOSB, your company must be registered and verified in the VA s Vendor Information Pages (VIP) database, which is available at: https://www.vip.vetbiz.gov/Default.aspx. Please include a copy of your VetBiz certification with your response. Determination by the Government not to compete this proposed contract action based on responses to this notice is solely within the discretion of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218Q9739/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218Q9739 36C24218Q9739.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4500511&FileName=36C24218Q9739-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4500511&FileName=36C24218Q9739-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05002798-W 20180725/180723230931-0b57b0d6a0264867a9b8246d64a03d2a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.