|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 31,1998 PSA#2170Naval Medical Logistics Command, Code 05, 521 Fraim Street, Ft.
Detrick, MD 21702-5015 B -- OBSTETRICS DECISION MODEL SOL N62645-98-Q-1007 DUE 090298 POC
Anna Marie Linton, Purchasing Agent, (301) 619-2335; Shirley Overcash,
Contracting Officer, (301) 619-3014 Naval Medical Logistics Command
(NMLC) seeks proposals for a computer Decision Model for simulation and
analysis of outpatient services at the National Naval Medical Center
(NNMC) Bethesda, MD; performance to begin by COB 9/30/98. This is a
combined synopsis/solicitation for commercial items prepared in
accordance with FAR Subpart 12.6 format, as supplemented with
additional information included in this notice. This announcement
constitutes the only Request for Quotation under Solicitation
N62645-98-Q-1007; A WRITTEN SOLICITATION WILL NOT BE ISSUED. The
solicitation document and incorporated provisions and clauses are those
in effect through FAC 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 est period of performance of 32 wks. NNMC
is developing a product-line approach to manage obstetrical (OB)
services. The goal is to meet cost, quality, and access objectives for
OB patients. These goals depend on management of the care process. The
care process is a relationship involving patient volume, clinical
practice patterns, capacity and staffing. Managing these relationships
requires the development of decision support tools. The NNMC OB
inpatient model effectively determined the maximum volume of inpatient
care that can be supported with staffing and facility capacity. With
this model in place, a rational decision offers the opportunity to
minimize purchased care costs for inpatient OB workload referred
outside NNMC. Increasing the volume of OB inpatients creates additional
demand for outpatient clinical services. While the previous simulation
modeling efforts helped the NNMC support an expanded volume of
inpatients, limitations in the outpatient clinic hampers the effort to
attract added patient volume. In an era of patient choice, patient
dissatisfaction with the outpatient clinic may discourage patients away
from the NNMC. Patients using the facility and using purchased care
need to be compared using a standardsurvey tool. The NNMC needs an OB
outpatient clinic model to provide decision support information similar
to that provided by the inpatient simulation model. The contractor
shall develop a simulation model to determine the minimum facility
capacity and staff requirements needed to meet the performance
parameters established by the Head, Ob/Gyn at NNMC. The contractor
shall: (1) Visit the NNMC within one week After Contract Award (ACA) to
collect data supporting simulation findings. A written Final Project
Mgt Plan (CLIN 0001), must be submitted in 3 copies, within 14 days
ACA. It shall include an estimated expenditure rate in labor hrs by
month and task. Provide a file that showing events for the period of
performance. 3 copies of a Monthly Progress and Performance Report
(CLIN 0002) will be furnished on the 1st day of each month. This will
include a summary of efforts expended in labor hrs by task item, and an
itemization of Other Direct Costs. (2) Specify functional requirements
that describe specific decisions that will be supported by the
resulting model and context in which they are made in the managerial
environment. The decision-makers must be identified by function and
must be actionable. Identify anticipated frequency of use and
correlation to cyclical business processes. 10 copies of a draft
document (CLIN 0003) will be delivered 8 wks ACA. 10 copies of a
revised document (CLIN 0004) incorporating additional insight obtained
during the course of the model development activities will be
delivered 32 wks ACA. (3) Provide an analysis of current operations of
the outpatient OB clinic. 10 copies of draft version (CLIN 0005) will
be provided 16 wks ACA. Draft version will at a min identify patient
types, patient flow patterns through the outpatient area, staffing
resources by type, existing clinic space constraints, and patient
dissatisfiers with clinic functions and procedures. 10 copies of a
final report (CLIN 0006) will be delivered 32 wks ACA. (4) Specify the
parameters of the simulation model. The parameters at min must include
forecasted patient volume, identification of patient types, patient
flow patterns through the outpatient area, staffing resources by type,
existing clinic space and constraints. Measurable targets must be
established for the clinic staff such as allowable patient wait times.
Information will be provided to the Head, Ob/Gyn Dept for monitoring
the clinic's success in meeting the targets. Clinic performance
objectives will be identified in terms of provider types (including
Graduate Medical Education), appointment scheduling, patient wait time,
and service time for different patient types. Parameters will be
identified as to type, empirical or user specified. 10 copies of these
parameters will be enumerated and described in a report (CLIN 0007)
which will be delivered 24 wks following contract award. (5) Build a
working simulation model (CLIN 0008) of the outpatient OB clinic to
identify the facility, staffing and capacity requirements to meet the
performance objectives defined for various forecasted vol. of
outpatient workload. 3 copies of CLIN 0008 will be provided 24 wks ACA.
The model must be alterable with a commercial off the shelf
(COTS)product compatible with MedModel software. Delivery of the
simulation model will be accompanied by its source software coding for
components which are not COTS (CLIN 0009). To validate/test the model,
the operation of 3 simulation scenarios will be prepared and documented
to analyze a range of patient volumes and administrative or clinical
practice patterns (CLIN 0010). (6) Identify the data element
requirements for the model. Necessary data elements will be identified
to build a management information system to manage the critical
targets required to achieve the simulation model results defined in
(4). An assessment will be made of the availability of these data
elements in Military Health Services System data systems or from other
data sources (CLIN 0011) and will be delivered 32 wks ACA. (7) Prepare
a benefits realization collection plan (CLIN 0012) to be used by NNMC
for collecting data and information to allow the Gov't to evaluate and
attribute benefits realized by the MHSS with the use of the model.
Provision will be made primarily for the use of quantifiable results,
and secondarily to subjective assessments. The plan will include at a
min recommendations for a controlled study and the establishment of
baseline measurements. 10 copies of CLIN 0012 will be provided 32 wks
ACA. Performance may require access to personnel and patient medical
records; compliance with the Privacy Act of 1974 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 Gov't unless 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 Gov't intends to make award to the responsible offeror
whose offer, conforming to the solicitation, is determined most
advantageous to the Gov't, cost/price and other factors considered.
Proposal evaluation factors: (Technical) Past Performance, Ability to
Integrate the Decision Model with Previous MedModel -- Base 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 on initial offers
without discussions. Proposal Content. Proposals shall include 2
volumes, Vol. I: Technical, and Vol. II: Cost. Volume I must include
and address the following items: (A) PP Information-Identify Corporate
PP within the last 5 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 OB and in developing and
implementing decision/simulation models in other clinical categories
for gov't agencies or private organizations. Emphasize any specific
background that demonstrates an ability to plan for the operation and
management of OB care. Include any special or unique circumstances that
were overcome in development. State your record of performance under
similar contracts to include: (1) detailed description of work
performed, (2) detailed explanation demonstrating relevance of work
performed under similar contracts, (3) contract number(s), (4) name &
phone number of point of contact at the federal, state, local gov't or
commercial entity for which the contract was performed, (5) dollar
value of contract, (6) names of subcontractor(s) used and description
of extent of work performed by subcontractor(s), and (7) number, type
and severity of any quality, delivery or cost problems in performing
contract, corrective actions taken and effectiveness of corrective
actions. (B) Ability to Integrate Decision Models. Describe how you
will seamlessly integrate requirements for this contract into earlier
models. (C) Project Management Plan. Report shall include estimated
expenditure rate in labor hrs by calendar month & task, & a schedule of
events for period of performance. Offeror shall include completed copy
of provision at FAR 52.212-3, Offeror Representations and
Certifications-Commercial Items, with offer. Offeror shall include
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:
52.222-26, 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. Posted 08/27/98
(W-SN242502). (0239) Loren Data Corp. http://www.ld.com (SYN# 0013 19980831\B-0004.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|