Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 27, 2024 SAM #8187
SOURCES SOUGHT

R -- WSNC: BPA HealthCare Case Management

Notice Date
4/25/2024 7:12:03 AM
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
RPO WEST (36C24W) MCCLELLAN CA 95652 USA
 
ZIP Code
95652
 
Solicitation Number
36C24W24Q0070
 
Response Due
5/3/2024 10:00:00 AM
 
Archive Date
07/02/2024
 
Point of Contact
Tim Garrity, Contract Specialist, Phone: 480-686-5349
 
E-Mail Address
timothy.garrity@va.gov
(timothy.garrity@va.gov)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this sources-sought notice must be in writing. The purpose of this sources-sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the services described below relative to NAICS 611430 (size standard of $15.0M). After review of the responses to this sources-sought, a solicitation announcement may be published. Responses to this sources-sought synopsis are NOT considered adequate responses for a solicitation announcement. The Western States Network Consortium (WNSC), consisting of Veteran s Integrated Service Networks 17, 19, 20, 21, and 22 is seeking a contractor(s) to provide Integrated Case Management Training for Registered Nurses and Social Work Lead Coordinators. The Government anticipates awarding a Blanket Purchase Agreement (BPA) to one or more responsible contractors with the capability to provide these services. The Period of Performance for the BPA(s) will be a one year base period, and four one year option periods. Based on standards identified in VHA Directive 1110.04(1) Integrated Case Management Standards of Practice, WSNC has identified a need for Integrated Case Management training for Registered Nurse and Social Work Lead Coordinators (LC) across five VISNs (17, 19, 20, 21 and 22) stretching from Texas to Washington and from Alaska to Hawaii. The region is comprised of the following 18 states and 3 U.S. territories: North Dakota, Nebraska, Kansas, Oklahoma, Texas, New Mexico, Arizona, California, Oregon, Washington, Idaho, Utah, Wyoming, Montana, Nevada, Colorado, Alaska, Hawaii, Philippines, Guam, and American Samoa, which serve over 2,764,000 Veterans and their Caregivers. All sites within WSNC will be deploying VHA approved Care Coordination and Integrated Case Management (CCICM) framework which is intended to maximize resource efficiency and promote quality, Veteran-centric care while producing cost effective outcomes while enhancing both the Veteran and employee experience. The CCICM framework requires well-coordinated and collaborative interdisciplinary efforts, which are dependent upon effective communication and cooperation across internal and external VA care providers. Now more than ever, LCs must be empowered and engaged to serve as frontline leaders in support of an integrated High Reliability Organization and VHA s Modernization Plans to achieve value-based care trusted by our Veterans and external stakeholders. WSNC requests in-person and virtual delivery of training in conjunction with online resources and continual technical and guidance support available after completion of certification. Contractor/s shall be accredited to provide continuing education credits that support nursing and social work disciplines and must offer a didactic curriculum that prepares an individual to take VHA-endorsed national case management certification exam, with a focus on professional development of the RN and SW LCs across all healthcare settings. The WSNC estimates 12,000 RN and SW staff members would be potential enrollees for this training spread across WSNC. The goal of this training is to strengthen standardization of the CCICM framework across all VA Health Care Systems within WSNC. This effort shall be accomplished through use of a competitive Blanket Purchase Agreement(s). The government shall incur no obligation until a funded order is placed off this agreement. The WSNC CCICM is in search of a Best-in-Class solution capable of providing training and certification in Case Management for registered nurses (RN) and social workers (SW) Lead Coordinators (LC). This training and certification shall be conducted in a virtual and in-person training environment with access to the vendors software-as-a-service platform to access all associated training material to achieve certification. Contractor shall be accredited in accordance with the Institute for Credentialing Excellence (ICE) and granted the designation as an Accredited Provider of nursing continuing professional development by the American Nurses Credentialing Center s Commission on Accreditation (ANCC). Specific Requirements: See Statement of Work (SOW) (attached) If you are interested and are capable of providing the required service(s) please provide the following information. (1) Company Name, Address, Point of Contact (2) Size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. (3) Is your company considered small under the NAICS code 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing? (4) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number. (5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (6) Please provide general pricing for your products/solutions for market research purposes. (7) If your offer is for an equivalent product, please provide manufacturer, model number and information regarding how their product meets the salient characteristics. The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. 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 a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Businesses. However, if there are insufficient Service-Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. Responses to this notice shall be submitted via email to Tim Garrity at timothy.garrity@va.gov. Telephone responses will not be accepted. Responses must be received no later than 5/3/2024 10:00 AM PT. After review of the responses to this sources-sought announcement, a solicitation may be published on the beta.sam.gov or GSA EBuy websites. Responses to this sources-sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources-sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at SAM.gov | Home. Additionally, all Service-Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Small Business Administration Veteran Small Business Certification (VetCert) located at Veteran Small Business Certification (sba.gov).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/298def56a54943bab459df9de08a3265/view)
 
Place of Performance
Address: Western States Network Consortium consisting of VISN 17, 19, 20, 21, and 22 See Statement of Work (SOW) (attached)
 
Record
SN07043539-F 20240427/240425230049 (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.