DOCUMENT
U -- Job Instruction Training -Training Within Industry (TWI) - Attachment
- Notice Date
- 9/11/2019
- Notice Type
- Attachment
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of Veterans Affairs;Ann Arbor Healthcare System;Network Contracting Office 10;2215 Fuller Road;Ann Arbor MI 48105
- ZIP Code
- 48105
- Solicitation Number
- 36C25019Q0960
- Archive Date
- 12/18/2019
- Point of Contact
- Thomas Auten
- E-Mail Address
-
5-3938<br
- Small Business Set-Aside
- N/A
- Award Number
- 36C25019C0225
- Award Date
- 9/10/2019
- Awardee
- CENTRAL NEW YORK TECHNOLOGY DEVELOPMENT ORGANIZATION INC.;445 ELECTRONICS PKWY STE 202;LIVERPOOL;NY;13088
- Award Amount
- $425,600.00
- Line Number
- 1 to 10
- Description
- VHAPM Part 806.3 Other Than Full and Open Competition (OFOC) SOP Attachment 2: Request for Sole Source Justification Format >SAT OFOC SOP Revision 08 Page 1 of 9 Original Date: 03/22/11 Revision 08 Date: 04/18/2018 DEPARTMENT OF VETERANS AFFAIRS Justification and Approval (J&A) For Other Than Full and Open Competition (>SAT) Acquisition Plan Action ID: VA250-18-AP-7955 Contracting Activity: Department of Veterans Affairs, VISN 10, John D Dingell VA Medical Center, 2237 #553-19-1-113-0001 Nature and/or Description of the Action Being Processed: The John D. Dingell VA Medical Center requires a firm-fixed price contract to provide advisory and assistance services in instituting Training Within Industry (TWI) to assist the organization in a rapid change in operational instructional improvement. Description of Supplies/Services Required to Meet the Agency s Needs: This requirement is to address overall SAIL (Strategic Analytics for Improvement and Learning) improvement. Strategic Analytics for Improvement and Learning Value Model or SAIL, is a system for summarizing hospital system performance within Veterans Health Administration (VHA). SAIL assesses 25 Quality measures in areas such as death rate, complications, and patient satisfaction, as well as overall efficiency and physician capacity at individual VA Medical Centers (VAMCs). The Detroit VAMC was the only facility in the country that failed to improve from original evaluation in 2017. At that time, attempts were made to improve performance from available resources internal to the facility. It was recommended that Training Within Industry (TWI) be utilized to not only assist in making the improvements but to utilize the principles of TWI that assist in rapid implementation to achieve outcome improvements. Thus, the Detroit VA has a need for a contractor to provide Training Within Industry (TWI) i.e. utilizing training methodology to improve leaders ability to train staff, form better relationships with their staff, and achieve required performance outcomes. Specifically, the contractor shall provide training and assistance to the Detroit VA leadership in a) Developing job instruction sheets (JIS) for a variety of clinical and administrative healthcare processes; b) Observation, evaluation, and the training of leaders on what clinical and administrative processes require JIS; c) The contractor shall instruct and validate that leaders understand how to train employees on the use of JIS to achieve process standardization, and d) The contractor shall certify that the leadership personnel trained by the contractor in TWI methodology meet the requirements and skills of TWI principles in order to sustain outcomes, continue to apply TWI principles as needed by the organization, and train/coach staff in TWI. The contractor will be required to assess, train, validate and certify TWI methodology for all supervisors and above (approximately 160) within the Detroit VA facility within a one-year performance period. Statutory Authority Permitting Other than Full and Open Competition: ( X ) (1) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per FAR 6.302-1; ( ) (2) Unusual and Compelling Urgency per FAR 6.302-2; ( ) (3) Industrial Mobilization, Engineering, Developmental or Research Capability or Expert Services per FAR 6.302-3; ( ) (4) International Agreement per FAR 6.302-4 ( ) (5) Authorized or Required by Statute FAR 6.302-5; ( ) (6) National Security per FAR 6.302-6; ( ) (7) Public Interest per FAR 6.302-7; Demonstration that the Contractor s Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): The government requires the contractor to have previous healthcare experience including clinical operation experience as inherent to TWI principles to facilitate rapid change and improvement. Experience in the manufacturing industry or other non-healthcare fields is not sufficient, due to the unique requirements of healthcare institutions and the highly regulated environment in which they operate. In addition, the John D. Dingell VAMC requires that the vendor certify those trained in TWI principles so that continuous learning perpetuates. Central New York Technology Development Organization, Inc. (DBA TWI Institute) is the only contractor who has previous healthcare experience based on multiple solicitations as well as thorough market research. Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: Multiple attempts were made to find vendors including market research that found other vendors beside TWI Institute including Systems2Win, Lean Enterprise Institute, and Convergence Training. For all other vendors, they lacked healthcare experience and only had manufacturing experience. There was a total of thirteen (13) contractors expressing interest for Job Instruction Training, there were six (6) SDVOSB s, two (2) WSOB, one (1) small business, three (3) large businesses and one (1) non-profit. Sources Sought Synopsis: Sources sought notices were issued on FBO and eBuy on four (4) different dates, VA250-17-N-0140 on 12/6/2016, VA250-17-N-0351 on 3/3/2017, 36C25018Q9574 on 7/27/2018 AND 36C25019Q0231 on 12/19/2018. No suitable vendor other than TWI Institute was discovered that could meet the government s requirements. There were vendors who stated they could teach lean principles, but not TWI principles. In addition, vendors who replied reported no previous clinical healthcare experience. The only vendor who met all required government criteria is, Central New York Technology Development Organization, Inc. (DBA TWI Institute). Determination by the CO that the Anticipated Cost to the Government will be Fair and Reasonable: Due to a lack of comparable contracts for this service, price analysis may be conducted to determine the number of labor hours, labor/salary rates, materials, overhead/G&A rates and profit rates the successful offeror submits to ensure price reasonableness. Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: There was a total of thirteen (13) contractors expressing interest for Job Instruction Training, there were six (6) SDVOSB s, two (2) WSOB, one (1) small business, three (3) large businesses and one (1) non-profit. Sources Sought Synopsis: Sources sought notices were issued twice on four (4) different dates, VA250-17-N-0140 on 12/6/2016, VA250-17-N-0351 on 3/3/2017, 36C25018Q9574 on 7/27/2018 AND 36C25019Q0231 on 12/19/2018.No suitable vendor other than TWI Institute was discovered that could meet the government s requirements. There were vendors who stated they could teach lean principles, but not TWI principles. In addition, vendors who replied reported no previous clinical healthcare experience. Only vendor who met all required government criteria was TWI Institute. Contracting has issued two (2) solicitations on FBO, VA250-17-Q-0233 on 1/24/2017 and 36C25018Q9683 on 8/25/2018. Both solicitations were cancelled due to the government receiving incomplete offers. Any Other Facts Supporting the Use of Other than Full and Open Competition: Central New York Technology Development Organization, Inc. (DBA TWI Institute) was the only vendor to reply with Training Within Industry experience in a Hospital environment. A Statement of the Actions, if any, the Agency May Take to Remove or Overcome any Barriers to Competition before Making subsequent acquisitions for the supplies or services required: The requesting service will survey the market when this requirement reoccurs in order to determine if alternative sources are available. Requirements Certification: I certify that the requirement outlined in this justification is a Bona Fide Need of the Department of Veterans Affairs and that the supporting data under my cognizance, which are included in the justification, are accurate and complete to the best of my knowledge and belief.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/36C25019Q0960/listing.html)
- Document(s)
- Attachment
- File Name: 36C25019C0225 36C25019C0225_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5150147&FileName=36C25019C0225-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5150147&FileName=36C25019C0225-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25019C0225 36C25019C0225_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5150147&FileName=36C25019C0225-000.docx)
- Record
- SN05440018-W 20190913/190912053502-28de164fb50796a1d299a953bead5c03 (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 |