|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 3,1998 PSA#2173Naval Medical Logistics Command, Code 05, 521 Fraim Street, Ft.
Detrick, MD 21702-5015 B -- OBSTETRICS DECISION MODEL SOL N62645-98-Q-1006 DUE 090998 POC
Contact Dan Clever, Contract Specialist, (301) 619-2464, or Susan
Wellen, Contracting Officer, (301) 619-3022 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 announcement amends the previous
synopsis/solicitation announcement by: (1) removing the Navy's
requirements for MedModel compatability of the offered computer
decision model, (2) deleting required task #3, sub-task #3(a), task #5,
and task #10, (3) adding a requirement for all computer generated
deliverables to be provided in a Windows PC-based format, (4) changing
the names and phone numbers of the contact points, and (5) extending
the due date until 9 SEP 98. The revised streamlined solicitation,
incorporating these changes, is provided with this modification. 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 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.
(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. Included
in this requirement are sub-task requirements: (a) Analyze the
geographic distribution of DoD beneficiaries in need of obstetric
services. (b) Develop birth volume forecasts for the range of possible
and likely conditions that may occur. This information shall be
submitted in computer file format. This data (CLIN 0003) must be
submitted 10 weeks after contract award on 3.5" computer diskettes, 10
copies are required. (3) 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. It must be submitted
20 weeks after contract award on 3.5" computer diskettes, 10 copies are
required. (5) 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 on 3.5" computer diskettes, 20 weeks after contract
award; 10 copies are required. (6) 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 for inpatient obstetrical staff (CLIN 0006). (7) Validate the
model by comparing model output parameters (e.g., actual length of
stay, distribution of daily census, nurse staffing, etc.) with historic
experience. (8) 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 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. It must be submitted
52 weeks after contract award on 3.5" computer diskettes, 3 copies are
required. All computer diskettes furnished by the contractor shall be
submitted in a Windows-PC-based format. 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, 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 were overcome 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) 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 a Windows PC-based 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 09/01/98 (W-SN244550). (0244) Loren Data Corp. http://www.ld.com (SYN# 0019 19980903\B-0006.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|