|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 25,1998 PSA#2166Naval Medical Logistics Command, Code 05, 521 Fraim Street, Ft.
Detrick, MD 21702-5015 B -- OBSTETRICS DECISION MODEL SOL N62645-98-Q-1006 DUE 090198 POC
Anna Marie Linton, Contract Specialist, (301)619-2335, Shirley
Overcash, Contracting Officer, (301) 619-3014 17. Naval Medical
Logistics Command (NMLC) seeks proposals for a computer Decision Model
for simulation and analysis of inpatient services at the Naval
Hospital in Jacksonville, FL. This is a combined synopsis/solicitation
for commercial items prepared in accordance with the format in FAR
Subpart 12.6, as supplemented with additional information included in
this notice. This announcement constitutes the only Request for
Proposals under Solicitation N62645-98-Q-1006; A WRITTEN SOLICITATION
WILL NOT BE ISSUED. The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-5. SIC is 8742, all responsible sources are encouraged to
submit proposals. The Navy contemplates award of a Firm Fixed Price
contract for an estimated period of performance of one year. The
Decision Model must be compatible with previous Navy Models which
employ MedModel software. These previous models performed simulations
similar to those desired for this contract, albeitfor Naval Medical
Centers other than Jacksonville, FL. The model desired must demonstrate
the relationships between birth volume, practice patterns, and
resources required to provide obstetrical use to the hospital's
respective service populations, including bed and support personnel
requirements. The contractor shall: (1) Visit the Naval Hospital
Jacksonville, Jacksonville FL within one week after contract award to
collect data supporting simulation findings. A written Final Project
Management Plan (CLIN 0001), must be submitted in 3 copies, within 14
days following award. It shall include an estimated expenditure rate in
labor hours by calendar month and task. Provided with this report shall
be an MS-Project file that shows scheduled events for the period of
performance. This file shall be submitted on a 3.5" computer diskette,
in MedModel compatible format. (2) Furnish a written Monthly Progress
and Performance Report (CLIN 0002), in 3 copies, on the 1st day of
each month. This will include a summary tabulation of efforts expended
in labor hours by task item, and an itemization of Other Direct Costs
that have been generated. (3) Specify obstetrical decision model
parameters by applying various methodologies including analysis and
forecast of demand for obstetrical services, analysis of physician
practice patterns and their effect on facility and staff requirements,
and analysis of existing and required facility capacity based upon
demand, physician practice patterns, and method of care delivery.
Included in this requirement are three sub-task requirements: (a)
Forecast demand for obstetrical services and provide catchment and
beneficiary category specific, historical population and fertility rate
data for single-year age groups to develop a birth forecast for the
facility. (b) Analyze the geographic distribution of DoD beneficiaries
in need of obstetric services. (c) Develop birth volume forecasts for
the range of possible and likely conditions that may occur. This
information shall be submitted in computer file format and shall be
MedModel compatible. This data (CLIN 0003) must be submitted 20 weeks
after contract award on 3.5" computer diskettes, 10 copies are
required. (4) Analyze historical inpatient obstetrical practice
patterns for each individual provider. This data will be compared to
national, regional, and peer group benchmarks. Targets for key clinical
indicators will be established in conjunction with the head, obstetrics
department for the purpose of establishing model parameters. These
targets shall include but not be limited to: C-section rates,
length-of-stay for vaginal and C-section deliveries, and admission rate
for non-birth obstetric admissions. This data (CLIN 0004) shall be
submitted in computer file format and shall be MedModel compatible. It
must be submitted 20 weeks after contract award on 3.5" computer
diskettes, 10 copies are required. (5) Conduct an analysis of the
existing facility and its capacity, and calculate future plant
requirements based upon expected demand for services, provider practice
patterns, and the selected method of care delivery. (6) Apply
mathematical models to analyze the affect of demand, practice patterns,
and method of delivery on facility requirements. (7) Determine the
annual expected met demand, expected average occupancy, and expected
patient turn-aways for a range of demand, practice pattern, and
facility-sizing solutions. The contractor shall document assumptions
made, recommend a solution and provide an analysis and recommendations
for the best way to implement the solution including facility
construction requirements. This data (CLIN 0005) must be submitted in
MedModel compatible file format, on 3.5" computer diskettes, 20 weeks
after contract award; 10 copies are required. (8) The contractor shall
construct a model that simulates day-to-day operation of the
obstetrical service over time which includes but is not limited to
service demand, practice pattern, selected method of care delivery,
admission/discharge policies, facility size, patient acuity, and
nursing workload as model variables to support the development of a
staff schedule. Provide this schedule forinpatient obstetrical staff
(CLIN 0006). (9) Validate the model by comparing model output
parameters (e.g., actual length of stay, distribution of daily census,
nurse staffing, etc.) with historic experience. (10) Perform
experiments with the model to estimate the impact on support personnel
staffing (nurses and technicians) under a variety of practice
patterns, admission/discharge and other policy assumptions. Generate
support personnel requirements and input those requirements into a
linear programming model for development of two-week staff work
schedules. The model must be alterable by and compatible with MedModel
software. The contractor shall supply the constraints, variable
definitions and objective function documentation as part of the
deliverable report. Delivery of the Decision Model (CLIN 0008) will be
accomplished with its source software coding for components which are
not commercial-off-the-shelf . This model shall be submitted in
computer file format and shall be MedModel compatible. It must be
submitted 52 weeks after contract award on 3.5" computer diskettes, 3
copies are required. (11) As part of the validation and testing of the
model, the contractor shall prepare and document the operation of
three simulation scenarios to analyze a range of patient volumes and
clinical practice patterns. The results of this testing and validation
(CLIN 0009) will be provided to the Government in computer file format
which shall be MedModel compatible and submitted 52 weeks after
contract award on 3.5" computer diskettes; 10 copies are required. The
Government will supply the contractor with: (1) Access to data
developed through the Retrospective Case Mix Analysis System (RCMAS),
(2) Access to female single age population numbers for each region or
catchment area analysis, (3) Access to Labor and Delivery Log Data, (4)
Access to Composite Health Care System (CHCS) Data, (5) Access to
Nursing Acuity Data,(6) Nurse and other military representatives to
accompany contractors on site visits. The contractor does not require
access to classified data. Estimated Period of Performance: 28 SEP 98
thru 27 SEP 99. Contractor will present recommendations related to the
simulations during a second site visit to Naval Hospital Jacksonville,
prior to the conclusion of the contract. The contractor shall also
attend a meeting at the Navy Bureau of Medicine and Surgery in
Washington, D.C. upon completion of work, and present all final
reports. As performance may require access to personnel and patient
medical records, compliance with the Privacy Act of 1974 is required.
The model and all medical data received, processed, evaluated, loaded
and/or created as a result of this contract will remain the sole
property of the Government unless specified exception is granted, in
writing, by the contracting officer. A delivery schedule for all
deliverables specified above will be attached to the award document.
All deliverables are FOB Destination. Provisions at FAR 52.212-1,
Instructions to Offerors -- -Commercial Items, applies to this
acquisition with the exception of (d), (h), and (i) of the clause,
which are RESERVED. FAR 52.212-2, Evaluation -- Commercial Items, is
applicable to this acquisition. The Government intends to make award to
the responsible offeror whose offer, conforming to the solicitation, is
determined most advantageous to the Government, cost/price and other
factors considered. Proposal evaluation factors: (Technical) Past
Performance, Ability to Integrate the Decision Model with Previous
MedModel -- Based Decision Models, Preliminary Project Management Plan,
and (Cost) Total Cost. The combined technical evaluation factors are
significantly more important than cost. However, the closer the merits
of the technical proposals are to one another, the greater will be the
importance of cost in making the award determination. In the event that
two or more technical proposals are determined not to have any
substantial technical differences (i.e. are technically equivalent),
the award may be to the lower priced proposal. If the offeror's
proposal is determined unacceptable in any of the technical factors,
the proposal may not be considered for award. Award may be made on the
basis of initial offers without discussions. Proposal Content.
Proposals shall include 2 volumes, Volume I: Technical, and Volume II:
Cost. Volume I must include and address the following items: (A) Past
Performance (PP) Information. Identify Corporate PP within the last
five years as it relates to this contract (or affirmatively state that
your firm has no relevant directly related or similar PP).
Specifically address PP in obstetrics and in developing and
implementing decision/simulation models in other clinical categories
for government agencies or private organizations. Emphasize any
specific background that demonstrates an ability to plan for the
operation and management of obstetrical care. Include any special or
unique circumstances that wereovercome in development. State your
record of performance under similar contracts to include: (1) a
detailed description of the work performed, (2) a detailed explanation
demonstrating the relevance of the work performed under similar
contracts, (3) contract number(s), (4) name and phone number of a point
of contact at the federal, state, local government or commercial entity
for which the contract was performed, (5) dollar value of the contract,
(6) names of subcontractor(s) used, if any, and a description of the
extent of work performed by the subcontractor(s), and (7) the number,
type and severity of any quality, delivery or cost problems in
performing the contract, corrective actions taken and the effectiveness
of the corrective actions. (B) Ability to Integrate Decision Model with
Previous MedModel based Decision Models. Conceptually describe how you
will integrate the variables and functions employed by your model with
data generated by the Navy's previous decision models (done in MedModel
format). (C)Preliminary Project Management Plan. This plan shall
include an estimated expenditure rate in labor hours by calendar month
and task, and a schedule of events for the period of performance.
Provided with this report shall be an MS-Project file that shows
scheduled events for the period of performance. This file shall be
submitted on a 3.5" computer diskette, in MedModel compatible format.
Volume II, Cost, must include prices for each of the CLINs listed
above, and a summation showing the total cost proposed. Offeror shall
include a completed copy of provision at FAR 52.212-3, Offeror
Representations and Certifications-Commercial Items, with their offer.
Offeror shall include a completed copy of provision at DFARS
252.212-7000, Offeror Representations and Certification-Commercial
Items. Addenda to this provision includes DFARS 252.225-7000, Buy
American Act-Balance of Payments Program Certificate; 252.225-7006, Buy
American Act-Trade Agreements-Balance of Payments Program Certificate;
and 252.225-7035, Buy American Act -- North American Free Trade
Agreement Implementation Act -- Balance of Payments Program
Certificate. FAR 52.212-4, Contract Terms and Conditions -- -Commercial
Items, applies to this acquisition. FAR 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items, applies to this acquisition. In compliance
with said clause, the following FAR clauses apply: 52.203-6,
Restrictions on Subcontractor Sales to the Government, with Alternate
I; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for
Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative
Action for Handicapped Workers; 52.222-37, Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era. FAR
52.209-3, DFARS 252.212-7001, Contract Terms and Conditions Required To
Implement Statutes Or Executive Orders -- -Commercial Items, applies to
this acquisition. In compliance with said clause, following additional
DFARS clauses apply: 252.225-7001, Buy American Act and Balance of
Payment Program; and 252.225-7007, Trade Agreements. Posted 08/21/98
(W-SN240292). (0233) Loren Data Corp. http://www.ld.com (SYN# 0009 19980825\B-0002.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|