Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2008 FBO #2404
SOURCES SOUGHT

R -- Expert Technical Assistance for the Office of Performance Review

Notice Date
6/24/2008
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, Health Resources and Services Administration, Division of Procurement Management, 5600 Fisher Ln., Room 13A-19, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
250-1-MM
 
Point of Contact
Michele McDermott, Phone: 301-443-1798
 
E-Mail Address
mmcdermott@hrsa.gov
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) to contract for services for the requirement entitled: Expert Technical Assistance Support for the Office of Performance Review (OPR). This requirement is intended to provide supplemental expert assistance and support to OPR headquarters and regional division staff. This assistance and support will include on-site and off-site organizational performance reviews, follow-up or urgent site visits, and State and community strategic partnership sessions. This assistance is intended to enhance overall program performance and management systems of all grantee activities supported by HRSA to increase access to health care services and reduce health disparities among uninsured and underserved populations. Potential small business sources must satisfy the following minimum requirements. Provide a detailed description of your company's experience and demonstrated ability to deliver each and every one (address each separately) of the following requirements: •1. Ability to access expert consultants who are qualified and experienced in a range of specialty areas of expertise and experience in organizational, community and State needs, which will include, but not be limited to clinical care and practice management; public health; administration and finance; community governance; managed care; health professions and maternal and child health education, training, and research programs; community development; integrated delivery systems; State and community-level capacity building programs; HIV/AIDS health care services and systems; recruitment and retention; needs of special populations; information systems; risk management; and such other specialty areas. •2. Have available a roster of experts that are geographically, racially/ethnically, and linguistically diverse as well as represent the range of areas of expertise listed above. Ability to develop a process for verifying that the experts are competent and up-to-date in their field. Experts will be from or familiar with the region/State (e.g., possessing knowledge of the State public health, health care and health policy environment) in which they are conducting a performance review, whenever possible. The experts will also be familiar with the HRSA programs they are assessing and the Federal regulations pertaining to those programs. The OPR will also provide lists of possible experts for consideration by the contractor. •3. Ability to arrange all logistics required which includes travel and lodging and reimbursement of all travel costs and consultant fees. •4. Ability to provide technical assistance and support to OPR headquarters and regional divisions as necessary in support of the OPR mission. •5. Ability to host and maintain an existing electronic, web-based technical assistance (TA) request submission and tracking system for expediting the transmission of requests and for providing the most current status of every expert TA activity supported by the contract. This system will also support periodic task-related and budget reports. Finally, it will serve as an information network that links the Contractor = s office, the PO, and the OPR regional division staff. Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice should be clear, concise and to the point. We believe that this can be accomplished in fewer than 15, double-spaced pages (in 12-point type). Responses must include: •1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. •2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. •3. Business size for NAICS 541690 ($6.5M ) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). •4. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov ) to be considered as potential sources. •5. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. •6. If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm's status (see item #3, above). To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this notice must be received by the Contract Specialist named below not later than 12:00 PM Eastern Standard time on July 15, 2008 for consideration by surface mail or fax ONLY at the following address: HHS/HRSA/DPM, Attn: Michele McDermott, Parklawn Building, Room 13A-19, 5600 Fishers Lane, Rockville, MD 20857; phone number 301/443-1798; fax 301/443-5462. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and HRSA may contact one or more respondents for clarifications and to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ab9980a11af631d80614683161d336db&tab=core&_cview=1)
 
Record
SN01599878-W 20080626/080624220059-ab9980a11af631d80614683161d336db (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.