SOURCES SOUGHT
R -- Mock Survey - Joint Commision Accreditation
- Notice Date
- 12/18/2018
- Notice Type
- Synopsis
- NAICS
- 541910
— Marketing Research and Public Opinion Polling
- Contracting Office
- US Department of Veterans Affairs;Veterans Health Administration;Service Area Office (SAO) East;323 North Shore Drive, Suite 500;Pittsburgh PA 15212-5319
- ZIP Code
- 15212-5319
- Solicitation Number
- 36C24E19Q0016
- Response Due
- 12/28/2018
- Archive Date
- 4/6/2019
- Point of Contact
- lynn.portman@va.gov
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE The Department of Veterans Affairs, Albuquerque Veterans Health System requires a Mock Survey as part of the user s preparation for upcoming Joint Commission Accreditation. The vendor will send a qualified team to the Clinical Research Pharmacy Coordinating Center to perform a Mock Survey using the relevant checklists for the function(s) performed by the Center. VHA Handbook 1108.04, Investigational Drugs and Supplies Section 15, subsection (3) requires the CRPCC to follow TJC standards. All centralized dispensing of investigational drugs must be accomplished using VA s pharmacy record system in the Veterans Health Information System and Technology Architecture (VistA). This ensures that all dispensing is in full compliance with TJC standards for patient records review (i.e., medication profile, laboratory results, adverse drug reactions, etc.) prior to dispensing. The requested services are associated with preparing for TJC Accreditation versus actual accreditation. The facility has been added to the VA National Contract for TJC Accreditation. The vendor must be able to meet all requirements stated in this sources sought in order to be considered a possible vendor for award. Objectives: Assess compliance with The Joint Commission s Comprehensive Accreditation Manual for Home Care in the pharmacy business line. Observe, assess, and evaluate current health care operations in relationship to meeting organizational goals of quality and patient safety. Identify important organizational and systems issues related to safety, quality of care, treatment and services and interfaces between those processes. Provide consultative and educational information and summarize during the daily debriefings. Offer operational insights as review above. Methods of Analysis: 2 days on-site with a pharmacy consultant Assessment of organizational approach in areas such as leadership, patient safety, infection prevention and control, medication management, emergency management, quality assessment and performance improvement through interactive conferences (as identified in organization-specific agenda). Utilization of individual system tracers for evaluation of determined areas of focus and to review direct care processes. Information will be gathered by making observations, conducting interviews and reviewing selected documents. Use of tracer methodology for evaluation of processes and practices as they relate to the organization and its services. Review of processes, focus on identified risk points and development of strategies to minimize these risks. Deliverables: Provide report of findings utilizing the SAFER Matrix A written summary of findings and recommendations made from the above the above activities. No video or audio taping of any part of the services provided under this Agreement is permitted without the express written permission of JCR. Permission must be obtained prior to the commencement of the JCR onsite consultation by request to the Client Services Manager who has oversight for the Consultation and is so named in the proposal. Further JCR retains the right to revoke permission at any time during audio or video taping if, in the JCR consultants judgment, audio or video taping impedes the consultation in any way. The anticipated contract will be firm fixed price. This notice is not a request for competitive proposals, however; any responsible source who believes it is capable of meeting the requirement may submit a capability statement to the contracting office no later than Monday 12/28/18 at 12 PM, EST. Interest/capability statements may be sent to Lynn Portman at lynn.portman@va.gov and should include company name, address, point of contact, business size, SDVOSB/VOSB status, and description on how the vendor can meet the requirements. All submissions must include a narrative description of how the proposed cage and rack washer will meet the requirements stated above AND product literature to include pictures. No telephone responses will be accepted. This notice is to assist the Government in determining sources only. A solicitation is not currently available. If a solicitation is issued, all interested parties must respond to that solicitation announcement separately from the responses to this announcement. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/39b814a82d171f59d021a76d783863a6)
- Record
- SN05177275-F 20181220/181218230025 (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 |