Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2019 FBO #6503
DOCUMENT

65 -- AHA BLS and ALS COURSEWARE BRIDGE - Attachment

Notice Date
9/13/2019
 
Notice Type
Attachment
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of Veteran Affairs;PCAC-ST. LOUIS;4401-D Meramec Bottom Rd;Saint Louis MO 63129
 
ZIP Code
63129
 
Solicitation Number
36C77619Q0230
 
Response Due
9/18/2019
 
Archive Date
10/18/2019
 
Point of Contact
William Singleton
 
E-Mail Address
4.6656
 
Small Business Set-Aside
N/A
 
Description
Statement of Work REdI Basic Life Support (BLS) and Advanced Cardiac Life Support (ACLS) Short -Term Courseware August 2019 1. Title of Project: REdI Basic Life Support (BLS) and Advanced Cardiac Life Support (ACLS) long-Term courseware 2. Background: The Employee Education System (EES) has a Resuscitation Education Initiative (REdI) program within the VHA SimLEARN National Center located in Orlando, FL. The REdI program is responsible for providing resuscitation training across the entire construct of the VHA for clinicians and practitioners. VHA is mandated to maintain its current level of resuscitation credentialing within the current resuscitation environment. The current resuscitation training program within the VHA allows for: staff to complete the didactic training and then the choice between two different skill assessment options; with a VHA instructor or on a Mobile CPR Testing Station. The current environment also allows for the learner to complete required training, biennially or quarterly in a Maintenance of Competency approach. The ACLS and BLS licenses will afford VHA to prevent any gaps in resuscitation provision for its current populous of clinicians and practitioners. 3. Objective: To procure ACLS and BLS courseware to prevent gaps in mandatory training requirements. 4. Scope of Work: The contractor shall provide electronic Cardiopulmonary Resuscitation (CPR) Basic Life Support Provider training courseware with e-Card (certification validation). The courseware shall do the following: Allow students to work through realistic eSimulation patient cases online. Provide online cognitive learning modules that shall include educational videos, interactive learning with avatars and a multiple-choice exam, in addition to the eSimulation patient cases. Provide ability for student practice and testing of hands-on skills on a mobile Simulation Station. Provides flexibility for student to complete training in a low-dose high-frequency approach. Compatible with RQI 1Stop Platform. 5. Current Environment: The current environment consists of already purchased equipment that currently deploys the BLS and ACLS licenses. However, the current equipment is what the environment is today and to execute a total retooling of the current environment is cost prohibitive to the government. The salient characteristics of the BLS and ACLS licenses shall be the following: Salient Characteristics The courseware shall certify clinicians within the VA medical centers for Basic Life Support (BLS) and Advanced Cardiac Life Support (ACLS) resuscitation certification. The associated courseware shall be online programs using Voice Assisted Manikins (VAMs) to certify clinicians. The courseware shall be SCORM 1.2 conformant and will be hosted by the vendor, launched by a SCORM manifest package hosted on iContent. The courseware shall allow for the VHA s Talent Management System (TMS) SCORM content import to create associated items in the TMS for courses. The courseware shall be able to automatically assign portions of the training program to designated users in the TMS in a manner that matches the pre-defined program, which spans over 2-years and has specific assignments that shall be assigned in and required to be completed within specific quarters of the 2-year period. The courseware shall be able to insure real-time completion data within the TMS so all compliance reporting can be maintained in TMS. The courseware shall interface with TMS and be able to keep the list of authorized Users in synch with Users in the VA TMS, via a flat file SFTP Interface using the SuccessFactors reporting framework. The courseware shall generate all Certificates of Completion and provide a link for Students to receive their e-Card certificates. The courseware shall all for custom Certificates of Completion will be created in the TMS to prevent students from printing the standard Certificate of Completion within the TMS. The courseware shall provide a data feed to bring Certification Expiration Dates from the vendor s environment to the VA EDR platform on a nightly basis. This then flows to the TMS via the nightly TMS HR Connector process for display in a custom pod on the TMS Talent Profile. The courseware shall have eLearning modules that allow the student to work through realistic eSimulation cases to apply didactic learning. The courseware shall provide Online cognitive learning modules shall include educational videos, interactive learning with avatars, and a multiple-choice exam in addition to the eSimulation patient cases. The courseware shall have the flexibility to select completion of hands-on skill assessment in the classroom with a VHA instructor or electronically at a Mobile CPR Testing Station via computer. The courseware shall have the flexibility to complete training every-two years (traditional) or in a low-dose high-frequency approach to maintenance of competency (MOC). The courseware shall: Provide skill assessment on a Voice Assisted Manikin via computer. Provide real-time audio and visual feedback of learner skills. Provide video review for learner skills that require improvement. Provide immediate interface without vendor-to-vendor agreements with existing VHA training equipment: Laerdal QCPR ® Adult and QCPR ® Infant. Utilize operating system Windows 7 and 10. Traditional: Provide an electronic completion card (e-Card) with a Q-reader code for easy verification. Provide option for learner to print Competency Statement for proof of training. MOC: Provide entry assessment of learner skills Provide two options for learner entrance into training Full didactic: New user Abbreviated: Renewing/experienced provider Allow entry into program with expired completion card Provide statement of competency (not completion) every three months when skills are successfully completed with a Q-reader code for easy verification. Provide option for learner to print Competency Statement for proof of training. Allow learner to catch-up if not more than two skill evaluations have been missed. 6. Delivery: 7 Days ARO 7. Place of Deployment of Licenses: VHA facilities, across the U.S. and U.S. Territories. 8. Type of Contract: Firm Fixed-Price. 9. Contractor Reporting Requirements The Contractor shall submit a weekly progress report, addressing the status of all active efforts. These weekly reports shall also serve as the official reporting for order compliance, and each one will cover progress made for the prior week. At the conclusion of each deliverable, the Contractor shall provide a written memorandum documenting deliverable completion. The weekly progress report shall also identify any problems that may have arisen and provide an explanation of how each problem was resolved or, where one was not resolved, a plan for how the problem will be resolved. The Contractor shall take minutes of all contract status conference calls and/or meetings held with the Program Manager. Copies of these minutes shall be attached to the next weekly progress report. Weekly progress reports shall contain the following: (1). Contract status summary (2). Change request status (new, open, closed since last report) (3). Issue status (new, open, closed since last report) (4). Schedule status (5). Minutes of status meetings The Contractor shall notify the PM/COR, in writing, if problems arise that could have an adverse effect upon the performance of the contract. 10. Contract Post-Award Meeting: The Contractor shall not commence performance on the tasks in this PWS until the CO has conducted a pre-performance (kickoff) meeting or has advised the Contractor that the pre-performance (kickoff) meeting has been waived. 11. Formal Acceptance or Rejection of Deliverables: The Government will review each deliverable within five business days and provide comments if there is a rejection of deliverables. The Contractor shall have two business days to incorporate the Government s comments and make appropriate revisions. 12. Changes to the PWS: There shall be no changes to the PWS, as the PWS is within a binding contract document. If there are any changes to contract terms, conditions, pricing tasks or deliverables, those changes will be administered by a VA Contracting Officer (CO), by way of a contract modification. It is recommended that all involved parties maintain a contract file to include, but not limited to, the original contract document and all contract modifications. Any business activity, rendering of services or any other performance act not covered by this contract is not financially redeemable and shall not be reimbursed by the government. contract. Costs incurred by the Contractor through the actions of parties other than the CO shall be borne by the Contractor. 13. Confidentiality and Non-Disclosure: By accepting to the terms, conditions and pricing of this contract, the following is agreeable: The preliminary and final deliverables, as well as all associated working papers and other material deemed relevant by VA that have been generated by the Contractor in the performance of this contract, are the exclusive property of the U.S. Government and shall be submitted upon request to the CO, at the conclusion of the contract, or at any other reasonable time period, during the PoP of this contract. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this contract. No information shall be released by the Contractor to any other entity not known as the U.S. Department of Veterans Affairs and/or assigns, to include, but not limited the Contracting Officer (CO) or Contract Specialist (CS) for the U.S. Department of Veterans Affairs. Any request for information relating to this contract presented to the Contractor shall be submitted to the CO for response and decision. Press releases, marketing material, or any other printed or electronic documentation related to this contract shall not be publicized without the written approval of the CO. Non-Disclosure and Conflict of Interest: The Contractor and Contractor s staff may have access to Government-sensitive information and shall be required to sign non-disclosure and conflict of interest statements, prior to the execution of performance of this contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAC/VAAAC/36C77619Q0230/listing.html)
 
Document(s)
Attachment
 
File Name: 36C77619Q0230 36C77619Q0230.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5154225&FileName=36C77619Q0230-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5154225&FileName=36C77619Q0230-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05444459-W 20190915/190913230849-66dada7552e3f8fea4f31c010ca6daca (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.