SOURCES SOUGHT
R -- VISN 15 GAP ANALYSIS CONSULTING SERVICES
- Notice Date
- 8/4/2020 6:00:51 AM
- Notice Type
- Sources Sought
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25520Q0666
- Response Due
- 8/11/2020 2:30:00 PM
- Archive Date
- 10/10/2020
- Point of Contact
- Contract Specialist, Mickeya K. Linzie, Phone: (913) 946-1989
- E-Mail Address
-
mickeya.linzie@va.gov
(mickeya.linzie@va.gov)
- Awardee
- null
- Description
- This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products and/or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the products and/or services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) Company Name; (b) Address; (c) Point of Contact; (d) Phone, Fax, and Email; (e) DUNS Number; (f) Cage Code; (g) Tax ID Number; (h) Type of Small Business, e.g. Services Disabled Veteran Owned Small Business, Veteran Owned Small business, 8(a), HUBZone, Women Owned Small Business, Small Disadvantaged Business, or Small Business HUBZone business; and (i) Must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Requirement: The VA St. Louis Health Care System, 915 North Grand Blvd., St. Louis, MO 63106, has a requirement for Gap Analysis Consulting Services in accordance with VISN 15 Health Care System s Safe Patient Handling and Mobility (SPHM) Program, utilizing developed processes tools and templates to build an internal standardized analysis framework. All VA facilities are mandated to have Safe Patient Handling and Mobility programs through VHA Directive 1611. Initially intended to protect staff through use of patient handling equipment such as ceiling and floor based lifts, extensive evidence demonstrates complications of patient immobility during hospitalization starting on day one, impacting the patient on a physiologic level for all system functions. Continuing research and publications evidence the facility impact in multiple performance and safety measures, including extended patient length of stay, falls, pressure injuries, pneumonia, ventilator days and discharges to long term/acute rehab facilities. Impacting all ages, this impact is particularly evident in our elderly Veterans. The 2019 Merck online manual states 75% of patients 75 years and older functionally independent at admission are not at discharge, with 15% discharging to skilled nursing facilities. The 2018 American Gerontology White Paper recommends the shift in fall prevention to mobilization of patients. In keeping with strong evidence based practice, we are learning to reframe our SPHM equipment and tools to safely achieve mobilization of our Veterans. Currently, all VISN 15 facilities are working towards a multidisciplinary early mobility program build, however each facility is approaching development from different starting points. Early mobility programs are multidisciplinary and complex. A coordinated and consistent approach with standardized reporting and process identification are needed to ensure development of best practices consistent with high reliability principles. Objectives: The Vendor shall be in alignment with VA initiatives to: Work towards zero preventable harm and prevent avoidable adverse events Reduce length of stay and improve throughput for veterans Reduce acute care mortality Modernize Systems through efficient use of health care workers time by using machines instead of multiple workers Focus resources through cost savings for injuries and improving outcomes/LOS/health care costs Improve timeliness by keeping health care workers available to serve employees Improve suicide risk identification and prevention Improve multiple SAIL metrics Period of Performance: Period of performance will begin on date of award and continue for a period of 12 months with the Government having the option to renew four (4), one-year option periods. Scope: The scope of this contract includes virtual consulting services and proprietary tools and templates. Facility early mobility programs are implemented in phases. The Gap Analysis is phase one for early mobility program implementation to systematically define opportunities and needs. Conference calls with SAIL Coordinator, Consultant s program leads, and key program personnel within the facility to begin the process of data collection to establish current status and specific program targets and goals. Number of calls is not limited. The goal is to successfully establish a solid foundation to build from for program goals. Consultant will share data collection tools to assist VISN 15 facility personnel in gathering appropriate documentation and data and linking program targets. Specifically, evidence linking mobility and program goals will be provided to help leaders in each facility engage stakeholders at all levels. Engagement is one of the first steps in successful programs. This establishes the Why should we change culture and develops a sense of urgency in all levels of the organizations. Consultant will work with leaders to build enthusiasm across all levels to impact the lives of the Veterans we serve. Consultant will participate virtually with Facility Leadership and administrators/stakeholders, including Medical, Financial and SAIL coordinator. Meetings also should include but not limited to Physical, Occupational and Speech Therapy, Nursing and Medical Providers, Respiratory care, Pharmacy, Safe Patient Handling and Mobility (SPHM) Facility Coordinator (FC), Educators and Nurse Managers and Systems Redesign. Consultant will also meet with IT personnel to share key data points that should be collected and linked, to begin the process of auditing leading and lagging indicators for the program. Upon completion of tasks, consultant will prepare a full report for each facility and as a VISN overview, which will include the following: Gap analysis of early mobility program which includes impact on falls, pressure injuries, sepsis, hospital acquired infections, preventable harm, delirium, length of stay, readmissions, adverse events and pressure injury prevention. Analysis of overall strengths, weaknesses, opportunities and threats for early mobility program at each VISN 15 facility. SMART goals and suggestion action planning and program milestones with anticipated time frames. Equipment: Recommendations from the gap analysis may include equipment solutions for early and progressive mobility if there are gaps in the current portfolio of equipment. Consultant may give preferences for equipment solutions but purchase of equipment and choice of vendor is completely at the discretion of each Facility. Consultant will not be in any way responsible for equipment choices, or decisions and any legal contracts, installation, maintenance, operation or in-services on said equipment. The vendor selling the equipment will be solely responsible for installation, training, maintenance and operation of their equipment. Place of Performance: Virtual Skype based meetings, trainings and consultations. The North American Industry Classification System Code (NAICS Code) is 611430 (Professional and Management Development Training), size standard $12.0 Million. Based on this information, please indicate whether your company would be a Large or Small Business and have a socio-economic designation as a small business, VOSB or SDVOSB. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to an acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Service-Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open. Any response to this source selection from interested parties must be received NLT 08/11/2020: Attention: Mickeya K. Linzie, Contract Specialist Email: mickeya.linzie@va.gov Phone: (913) 946-1989 Fax: (913) 946-1996
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/289cb09985004bd4870eb2255e6d2e2f/view)
- Place of Performance
- Address: VA St. Louis Health Care System 915 North Grand Blvd., St. Louis, MO 63106, USA
- Zip Code: 63106
- Country: USA
- Zip Code: 63106
- Record
- SN05745218-F 20200806/200804230154 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |