Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 07, 2019 FBO #6313
SOLICITATION NOTICE

R -- Relationship-Centered Communication Training

Notice Date
3/5/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Contracting Office (90C);Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
36C24719Q0361
 
Response Due
3/15/2019
 
Archive Date
6/22/2019
 
Point of Contact
Charleston, SC 29412
 
Small Business Set-Aside
N/A
 
Description
Page 5 of 11 Solicitation: Relationship Centered Communication Training Notice Type: Combined Synopsis/Solicitation (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in FAR subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation Number 36C24719Q0361 is issued as a request for quotation (RFQ) COMBINED SYNOPSIS / SOLICITATION. The acquisition procedures at FAR Part 13 are being utilized. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-101, October 26, 2018. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR). (iv) This is an unrestricted solicitation. The acquisition will be made pursuant to the authority in FAR 13 to use simplified procedures for commercial items. The North American Industry Classification System (NAICS) code is 611430, Professional and Management Development Training. (v) Subcontracting Commitments--Monitoring and Compliance (JUN 2011) This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. (vi) Limitations on Subcontracting-- Monitoring and Compliance (JUN 2011) This solicitation includes FAR 52.219-6 Notice of Total Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (vii) The Voluntary Service office at the Ralph H Johnson VA Medical Center, 109 Bee Street, Charleston, SC is seeking to procure Relationship Centered Communication Training Services. This requirement is for a one-year period of performance. Offerors are therefore asked to completed Price/Cost Schedule-Item Information in their response. PRICE/COST SCHEDULE-ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Relationship-Centered provider communication training 1.00 UN __________________ __________________ Contract Period: Base POP Begin: 04-01-2019 POP End: 03-31-2020 GRAND TOTAL __________________ (viii) All interested companies shall provide quotation for the following services: STATEMENT OF WORK DESCRIPTION OF SERVICES: The Ralph H. Johnson VA Medical Center (RHJ VAMC) in Charleston, South Carolina requires care provider communication training services. The training services will focus on the Relationship-Centered Communication skills of medical staff to include physicians, nurse practitioners and physician assistants. Training must target improvements needed in provider communication as identified through contractor analysis of RHJ VAMC patient experience data globally and at the provider level. The training services will be structured as follows: Component I: Pre-Engagement Work - Project Planning and Curriculum Modification The training team will facilitate an on-site meeting with the project s executive sponsor and leadership team. During this meeting, the training team and RHJ VAMC will: Clarify and confirm expectations, timelines and goals Discuss initiatives and/or expectations that should be understood and aligned with the training Discuss potential participants for the pilot Workshop Identify a government project lead onsite at RHJ VAMC to assist with project management. Training team faculty member will partner with RHJ VAMC s leaders to better understand the delivery modality and design a custom curriculum to meet the stated needs. This customization will include exploring the option of splitting training workshops into two 3-hour sessions. The content will be customized to align with RHJ VAMC s values, current patient initiatives, etc. During Component I, training team faculty will deliver an interactive demonstration of the training via a one-day visit. RHJ VAMC will identify up to 10 participants to attend the finalized workshop and to give further feedback. Customized Relationship-Centered Communication workshop One-day training/demonstration of the customized workshop Component II: Training Implementation (Two Parts) The RHJ VAMC requires two paths for implementation of the training: 1) training team-led workshops and 2) a Train-the-Trainer approach where internal RHJ VAMC trainers are prepared to deliver the workshops. These are described below. Option 1: Consultant-led Training Workshops The training team will partner with RHJ VAMC to plan and deliver ten (10) Relationship-Centered Communication workshops. Based on the decisions in the customization component, the 6-hour workshop format may be provided as two 3-hour sessions. The workshops will be led by an experienced physician-faculty leader. The training team will facilitate a planning call with the RHJ VAMC project sponsor and leadership team. During this meeting, the training team and RHJ VAMC will: Plan a schedule for the training workshops; Discuss methodologies for selecting medical staff for the workshops; A maximum of 10 providers will be trained in multiple workshops. To ensure a positive environment for skill development only active participants and the facilitator will be allowed in the workshop. Outline a communication plan for the participants; Discuss an action plan for follow-up activities to ensure skills developed during the training are transferred and sustained in the patient environment; and Identify a RHJ VAMC contact that will be responsible for managing the logistics of the training (e.g., communication with selected participants, facilities, refreshments, meals). It is anticipated that training team faculty member will be onsite for a total of 10 full days to deliver the workshops according to the mutually agreed upon schedule. Training team faculty member will provide a summary of overall observations and reflections after delivering the workshops and will recommend next steps for sustainment. Up to 100 providers trained via ten (10) ACH physician-faculty led workshops Option 2: Train-the-Trainer Program The Train-The-Trainer program will prepare RHJ VAMC s selected internal trainers to deliver the Relationship-Centered Communication Workshop. RHJ VAMC will obtain copyrights and licensing for use of the education materials as outlined by mutual prior agreement. The Training Team will: Provide one (1) day of on-site consulting to support organizational readiness, engagement and sustainability. The team will use the available patient experience data and promote best practices for sustainment. This consulting support will include the following: Prioritizing which medical staff participants should enroll early in the training initiative; Assistance with a communication strategy to elevate awareness and engagement among the medical staff; Facilitate the Train-the-Trainer (TTT) program for one (1) cohort of up to six (6) trainers each. The TTT program is organized into six (6) sessions, ranging in length from one to three days. Each RHJ VAMC trainee will participate in a total of six (6) training days. The TTT program concludes with the trainees delivering pilot workshops. Each trainee will also participate in two pilot workshops to provider attendees (For one cohort, this will provide six pilot workshops). Each pilot workshop will be co-facilitated by two trainees and one Training Team faculty member. These pilot workshops may include up to 12 provider participants each. The training team physician faculty will evaluate each trainee s qualifications during the pilot workshops. Trainees that successfully complete the program will receive vendor certification for the training workshop. Content of the Train-the-Trainer program will be delivered via a range of teaching strategies and is focused on preparing the participants to deliver workshop content, to effectively facilitate skills-based practice sessions in small groups, to deliver appropriate and helpful feedback to workshop participants, and to foster improved communication skills. Program content also includes an overview of patient experience and other data that can be used to monitor the impact of the communication skills training. This will include: CAHPS and its intended effect on the patient experience (including most current regulatory updates), role in Values-Based Purchasing, and impact on the organization; Techniques to optimize medical staff buy-in and commitment to patient experience initiatives by addressing common concerns with data and research methodology; and Compelling reasons why these topics should matter to medical staff. Trainees debrief with training team faculty after each visit to adjust the program as needed. Training team faculty will spend one (1) additional Sustainability Day onsite after the completion of the TTT program to assist with continued coaching and mentoring of the new RHJ VAMC trainers. This will occur approximately 3 months after the internal trainers have started delivering the regular (non-pilot) workshops. On-site day by training team consultants to assist with overall program readiness and planning One cohort of internal trainers (up to 6) prepared to deliver Relationship-Centered Communication Workshops Six (6) pilot workshops delivered with RHJ VAMC provider participants (up to 72 providers trained) Additional 1-day Sustainability Visit by a training team faculty member after the completion of the TTT program to further support the internal RHJ VAMC trainers. PERFORMANCE EXPECTIONS: Component I: Contractor to deliver within 60 days of contract award. Component II: Contractor to deliver within 300 days of contract award. Component III: Contractor to deliver within 300 days of contract award. ------END OF STATEMENT OF WORK------ (ix) The estimated Performance Period is April 1, 2019 March 31, 2020 (x) The Place of Performance is the Ralph H Johnson VA Medical Center, 109 Bee Street, Charleston, SC 29403. (xi) The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. (xii) The following solicitation provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items (Aug 2018), applies to this solicitation in addition to the following addendums to the provision. Addendum to FAR 52.212-1 Show FAR provisions followed by VAAR provisions in numeric order. List all provisions incorporated by reference in numeric order under 52.252-1 (see below), starting first with FAR and followed by VAAR: 52.216-1, 52.233-2, VAAR 852.215-70, VAAR 852.233-70, and VAAR 852.233-71. 52.252-1 Solicitation Provisions Incorporated By Reference (Feb 1998), this solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html ; http://www.va.gov/oal/library/vaar/ 52.212-2 Evaluation Commercial Items (Oct 2014), the Government will award a firm fixed price contract, resulting from this solicitation on the basis of the lowest evaluated price of the offers meeting or exceeding the acceptability standards for nonprice factors, to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability to meet the Government requirement; (ii) price; and (iii) past performance. Nonprice factors will be rated on an Acceptable/Unacceptable basis. Failure to meet any of the requirements will result in a Unacceptable rating and eliminate the offeror from further consideration for contract award. To be eligible for award, an offer must be rated no less than acceptable in the non-price factors. For price evaluation purposes, the lowest price technically acceptable offer will be selected for award. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: Technical: The offeror s quote shall be evaluated to determine if offer has the capabilities to provide Relationship Centered Communication Training services as detailed in the Statement of Work. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: Offeror shall include a (1) statement that the offeror is registered at System for Award Management (SAM) (b) offeror must complete clause 52.209-5 provided in Section E and submit a completed copy with the offer, and (c) answer and submit a copy of the offeror s representation and certification for commercial items (see clause 52.212-3). The offeror must provide documentation of all state and federal licenses and/or certifications necessary to provide Relationship Centered Communication Training services as identified in the Statement of Work. The offeror must provide a narrative on the overall technical approach methods and procedures used to meet the requirements identified in the Statement of Work. This narrative should provide evidence that the offeror has a Medical Doctor on staff, has a physician-led faculty, has a Academy of Communication in Healthcare (ACH) curriculum, is able to provide training that drives PX as measured by CAHPS, has a clear understanding of the objectives that the contract intends to meet, the nature of the required work and the level of effort necessary to accomplish all the work. Past Performance: offeror must provide three (3) or more references of work, similar in scope, and complexity for Relationship Centered Communication Training services as detailed in the Statement of Work. References must include contact information; brief description of the work completed, and contract # (if relevant). References may be checked by the Contracting Officer to ensure offer can perform the required services as outlined in the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Price: Offeror shall complete the Price/Cost Schedule in Section (vii), with offerors proposed contract line item prices inserted in appropriate spaces. Price shall be evaluated for fair and reasonableness in accordance with FAR 12.209; price will not be evaluated adjectivally. Pricing should be considered FOB DESTINATION, and MUST be good for 180 calendar days after close of solicitation. (End of Evaluation Criteria) (xiii) This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Offerors shall list exception(s) and rationale for the exception(s). (xiv) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. (xv) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017). The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.204-9, 52.204-18, 52.217-8, 52.217-9, 52.232-18, VAAR 852.203-70, VAAR 852.215-71, VAAR 852.219-10, VAAR 852.219-75, VAAR 852.232-72 and VAAR 852.237-70. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2018). The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, 52.204 10, 52.204-14, 52.209-6, 52.219-8, 52.219-9, 52.219-28, 52.219-28, 52.222-3, 52.222-17, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.222-54, 52.223-18, 52.225-1, 52.225-13, and 52.232-33. (xvi) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xvii) The Department of Labor Wage Determination is WD 15-4427 (Rev.-10) dated 01/01/2019. Descriptions for the occupations for this requirement and determining the appropriate wage determinations are the responsibility of the contractor, and the offeror is encouraged to coordinate with the Department of Labor in order to determine the appropriate job classifications for this requirement. The Agency assumes no responsibility or liability for a contractor s determination of the appropriate classification. http://www.wdol.gov/sca.aspx (xviii) SITE VISIT: A site visit is not contemplated at this time. (xix) QUESTIONS: All questions regarding this solicitation need to be electronically submitted (email) no later than March 10, 2019 at 12:00 pm EST to Janica Francis-Hunter, Contract Specialist at Janica.Francis@va.gov. No questions received after this date will be answered. Telephone or faxed questions will not be answered. ONLY ELECTRONIC MAIL (EMAIL) QUESTIONS WILL BE ANSWERED. The solicitation number must be identified on all submitted questions. Statements expressing opinions, sentiments, or conjectures are not considered valid inquiries and will not receive a response. (xx) SUBMISSION OF OFFERS: Submitted offers shall not exceed 50 single-sided pages and any pages beyond this amount will be removed and not evaluated. Files should be sent in PDF format and no larger than 10MB or they may be automatically rejected by the server. The Government is not responsible for rejected e-mails that exceed the e-mail capacity. All quotes/offers submitted must include the Solicitation Number and Title in the subject line of the email. ONLY ELECTRONIC MAIL (EMAIL) OFFERS WILL BE ACCEPTED. Hand deliveries or facsimile will not be accepted. Telephone responses shall NOT be accepted. Offerors must be submitted via email to the Contracting Officer (CO), Janica Francis-Hunter at Janica.Francis@va.gov no later than 12:00pm (EST) on March 15, 2019. Offerors received after this date and time will be considered late offers. (xxi) CONTACT INFORMATION Contracting Office Address: Contracting Office (90) Ralph H Johnson VA Medical Center Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412-2507 Primary Point of Contact: Janica Francis-Hunter Contract Specialist, NCO 7 Janica.Francis@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-MAR-2019); 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/spg/VA/ChaVAMC/VAMCCO80220/36C24719Q0361/listing.html)
 
Place of Performance
Address: Ralph H Johnson VA Medical Center;Department of Veterans Affairs;Voluntary Service;109 Bee Street;Charleston
Zip Code: 29401
Country: USA
 
Record
SN05240004-F 20190307/190305230031 (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.