Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 15, 2022 SAM #7532
SOURCES SOUGHT

U -- Nursing Managerial Leadership and Education Support Services

Notice Date
7/13/2022 3:03:17 PM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25922Q0515
 
Response Due
7/20/2022 2:00:00 PM
 
Archive Date
08/19/2022
 
Point of Contact
John Cheng, Contracting Officer, Phone: 303-712-5776
 
E-Mail Address
John.Cheng2@va.gov
(John.Cheng2@va.gov)
 
Awardee
null
 
Description
This is NOT a solicitation or request for quote (RFQ). This is NOT a request for proposal (RFP). This is NOT a job advertisement for hiring employees. The VA is seeking QUALIFIED VENDORS to provide a very brief response to this notice including only just what is asked for in this notice below. This is sources sought notice to industry and the only information is posted on Contract Opportunities web page at SAM.gov. Sources sought means seeking qualified vendors. The attachments included on the Contract Opportunities page do not include any additional information. If your company is interested please read this notice entirely and submit the required information, as requested herein. Nursing Managerial Leadership and Education Support Services Salt Lake City, UT VA Health Care System (SLCVAHCS) The Department of Veterans Affairs and specifically the Salt Lake City VA Health Care System are seeking a vendor who can provide strategic assistance in the form of nursing leadership resources, mentorship, and training to positively improve recruitment, retention, culture, and workplace environment for the medical nursing staff providing care for our Veteran patients and their families. SLCVAHCS seeks the requisite services through an annual membership with a vendor/company with suitable past performance and membership options that will be able to provide expert technical services to support executive education and leadership development, decision support tools and consultation services to the health system staff. The vendor/company must have demonstrated success in offering an extensive membership base including many of the country s largest and most progressive hospitals and health care systems with a focus on comprehensive performance improvement. Additionally, the vendor/company has proven previous successful performing as supported by recent and comprehensive research including operational analysis, market analysis, technology assessment and the development of the business intelligence tools Scope. The Contractor shall provide support to the SLCVAHCS in form of an organizational membership from an organization who aids in addressing strategic and operational issues. A need exists for comprehensive performance improvement support that includes best practice research, consulting and training services, on-demand experts available for support via phone/email during normal business hours, technology and survey assessments, unique research opportunities conducted onsite alongside the provided related field expert researchers, and business intelligence tools that will provide evidence-based solutions necessary to make informed business decision and provide a platform to identify and leverage emerging healthcare trends and technology. The reason on why the information resources is important is because they are vital to the SLCVAHCS nursing program to retain status as a Magnet Facility for nursing professionalism and quality care by the American Nurses Credentialing Center (ANCC). In addition, the contract shall provide qualified nursing consultant trainers/advisors with at least 5+ years of nursing management experience and shall have certification credentials, ie: Nurse Executive Certification (NE-BC) from the ANCC or equivalent. The organization must have an extensive membership base including many of the country s largest and most progressive hospitals and health care systems; membership should be representative of the public, private and academic community. The focus of the organization will be to offer a variety of services to support comprehensive performance improvement based on information gathered from membership and beyond. Published studies and customized research briefs on progressive healthcare management and clinical practices in health care will also be a major product/service of the organization. In general, the research focuses on the best (and worst) demonstrated practices, helping member institutions benefit from one another s shared experiences and learning curves. As part of the membership, the organization will make available, a team of multidisciplinary and cross functional industry experts who will offer consultative services either in person and/or on conference calls as required by the specific request for assistance Mandatory Tasks and Deliverables. The contractor shall provide access to major studies and research and industry experts. The information shared must focus on the best (and worst) demonstrated practices thus helping SLCVA HCS and the VA as a whole benefit from the learning curves of other organizations. The specific tasks are below: Task One. The contractor shall provide access to their online library or database of research, articles and training related to nursing and executive leadership. Deliverable. Provide access to contractor s online library or database for all Nurses in the SLCVAHCS Task Two. The contractor shall provide expert guidance to SLCVA leadership Deliverable. Contractor availability to SLCVAHCS leadership via e-mail or phone within 3 business days of request Task Three. The contractor shall provide in-person or virtual training or meetings on nursing related subjects Deliverable. Attendance at in-person or virtually hosted training events or meetings Deliverable. Facilitated event specifically for the SLCVAHCS Schedule for Mandatory Deliverables. Table of Base Period Mandatory Deliverables Due Dates REFERENCE DELIVERABLE QUANITY DELIVERY DATE 4.1.1 Access to online library and/or database All RNs in the SLCVAHCS Within 7 days after contract award 4.2.1 Contractor availability via phone/email At least 8 times Within 3 days of request 4.3.1 In person training At least 6 seats Seats available upon contract award 4.3.2 Contractor facilitated event One Within one month of government request Period of Performance. The period of performance shall be from the date of award for a base period plus four option years; estimated at Base year: 8/12/2022 to 8/11/2023 Option Year 1: 8/12/2023 to 8/11/2024 Option Year 2: 8/12/2024 to 8/11/2025 Option Year 3: 8/12/2025 to 8/11/2026 Option Year 4: 8/12/2026 to 8/11/2027 Place of Performance. The Contractor shall support this effort at their place of business or the Salt Lake City VA Medical Center Travel. The Office of Nursing does not anticipate any travel for this requirement, however if in person training is needed under deliverable 5.3.2 instead of virtual, the COR s written approval is needed in advance. In addition, all travel and per diem shall be reimbursed in accordance with VA and Federal Travel Regulations. Travel expenses shall be invoiced in the subsequent month following the completion of travel to be reimbursed Travel Resources | GSA Type of Contract. A Firm- Fixed Price contract will be issued for this effort This shall be a non-personal services contract. The Contractor, its employees, agents, and subcontractors shall not be considered VA employees for any purpose of fulfilling the SOW and shall be considered employees of the Contractor. Contractor shall furnish all labor, materials, equipment, tools, shipping, transportation, insurances, licenses, certifications, and supervision necessary to provide services in accordance with this Statement of Work (SOW). The Contractor is responsible for all charges and fees related to disposal of materials generated by the Contractor. This is anticipated to be a commercial service acquisition under the authority of FAR Part 13, Simplified Acquisition Procedures for Commercial Items. IMPORTANT NOTE: This RFI (Request for Information) is for information only. No award will be made from this RFI. QUALIFIED VENDOR: A qualified source has the a) necessary equipment, vehicles, personnel, resources and current operations as well as b) recent experience (within past 2 years) of performing services of a comparable size, scope and complexity, AND c) certified technicians to perform services with unrestricted access to the facility during inclement weather. A qualified source also has current and valid registration in System for Award Management (SAM), https://www.sam.gov). Please communicate via e-mail to John.Cheng2@va.gov by 3:00 PM MDT on 20 July 2022 as to your company s ability to perform service per this brief Scope of Work and the following questions below: What is your company s socio-economic type(s)? ie: SDVOSB, VOSB, WOSB, Large Business, etc. What are your company s qualifications and specialty background? Can your company perform the work specified in the SOW attachment? Information is being gathered for market research purposes only. Industry exchanges and vendor teleconferences are at the discretion of the Contract Specialist. This is not a request for quotes. DISCLAIMER: This is a Request for Information (RFI) from industry in accordance with Federal Acquisition Regulation (FAR) 15.201(e) and on the requirement, that exists for the VA Medical Center(s) identified in this RFI. This is not a request for quote and not a contract. This announcement is not a request for proposals; therefore, responses to the RFI are not considered offers and cannot be accepted by the Government to form a binding contract. This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responders are solely responsible for all expenses associated with responding to this RFI. No classified information should be included in the RFI response. Should you have concerns regarding this RFI you may request to contact the Contracting Office that will be assigned this requirement by emailing the sender of this RFI. Questions must be addressed in writing to the Contract Specialist. Requests for VA-business sensitive information, to include VA budget information, VA acquisition planning information, acquisition methods, strategies and set-asides must be addressed via the VA FOIA process: https://www.va.gov/foia/ Thank you for your interest in doing business with the VA. To learn more about the VA Mission, Vision, Core Values & Goals visit https://www.va.gov/about_va/mission.asp To understand the latest updates on the Veterans First Contracting Program visit https://www.va.gov/osdbu/verification/veterans_first_contracting_program_adjustments_to_reflect_the_supreme_court_kingdomware_decision.asp To find out how to do business with the VA visit https://www.va.gov/osdbu/library/dbwva.asp To become a CVE-verified VOSB or SDVOSB visit Home  · VetBiz Portal (va.gov)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/53600728061445e383a412fed6cab75f/view)
 
Place of Performance
Address: Department of Veterans Affairs Salt Lake City VA Health Care System (SLCVAHCS) Salt Lake City VA Medical Center 500 Foothill Drive, Salt Lake City, UT 84148, USA
Zip Code: 84148
Country: USA
 
Record
SN06388137-F 20220715/220713230110 (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 |
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.