Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2008 FBO #2592
SOLICITATION NOTICE

R -- Rural Health Outreach Tracking and Evaluation

Notice Date
12/29/2008
 
Notice Type
Modification/Amendment
 
NAICS
541618 — Other Management 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
09-N250-6251-MM
 
Response Due
1/2/2009 12:00:00 PM
 
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 provide Rural Health Outreach Tracking and Evaluation. The purpose of this contract will be to procure a broad range of services designed to continuously monitor and evaluate the impact, effectiveness, and sustainability of programs under the Outreach Authority of Section 330A of the Public Health Service Act. The Contractor shall have prior experience using evidence-based research methodology to assess, evaluate, and track community and hospital-based, rural health grant programs. The Contractor shall support provide a range of analyses, assessment and evaluation of the various rural programs funded through the Section 330A authority. The Contractor shall provide the Office of Rural Health Policy (ORHP) with reports, identifying common elements of best practice grantees, and they will provide evidence-based recommendations for improving the programs within the Outreach Authority. The Contractor shall disseminate their results and research reports nationally using rural health clearinghouses and through submission of abstracts to peer-reviewed journals. Contractor will be required to complete the following deliverables: •1. Develop an Expert Rural Health Outreach Workgroup •2. Review of Documents and Thorough Understanding of the 330A Programs •3. Establishing relationships with 330A Program Coordinators, Project Officers and ORHP Leadership •4. Assessment and Analysis of Community-Based Health Service Projects •5. Research Proposal Evaluation and Analysis •6. Dissemination of Research Proposal Findings Qualified contractors must satisfy the following minimum requirements. Provide a detailed description of your company's experience and demonstrated abilities to deliver each and every one (address each separately) of the following requirements: •1. Develop an Expert Workgroup The Contractor shall develop a list of potential members of the Expert Workgroup (consisting of a minimum of 5 and a maximum of 10 members) that will ensure representation from various stakeholders in rural health care, to be approved by the Project Officer. The Expert Workgroup's membership shall be representative of the breadth of programs under Section 330A and rural health in general and demonstrate an understanding of the grant programs and their place within the larger rural health infrastructure. Once established, the Contractor shall lead a meeting with the Expert Workgroup members to develop an evidence-based monitoring and evaluation methodology to determine the impact of 330A programs. In addition, the Contractor and Expert Workgroup shall develop methodology for developing quantitative data that the Contractor shall use when identifying best practices, common elements of these best practice grantees, and common weaknesses that many grantees encounter. The Contractor shall work with Expert Workgroup to assist in the development of focus areas and as well as inform in the areas of issues and projects for the contract. The Expert Workgroup meetings shall be conducted by teleconference although funds may be used for one annual in-person, two-day meeting upon approval by the Project Officer. •2. Review of Documents and Thorough Understanding of 330A Programs The Contractor shall review any pertinent literature related to the 330A programs, such as previous studies of specific 330A programs. In addition, the Contractor shall note any past and current ORHP investments focusing on the programs under Section 330A. Further, the Contractor will need to possess a thorough understanding of the unique nature of these grant programs as well as their history, legislative intent and past developments within the 330A authority and recent developments associated with the administration of this program in order to develop the identified projects and outputs. •3. Establishing relationships with 330A Program Coordinators, Project Officers and ORHP Leadership The Contractor shall participate in quarterly meetings with the respective 330A Program Coordinators, leadership from the Office of Rural Health Policy, and Project Officers for the 330A program funded grants to obtain a progress report and provide input into their work. The purpose of the quarterly meetings is to allow for updates by the Contractor as well as discussion and input by ORHP. Additionally, these meetings will include discussion of future topics and information that would be valuable to ORHP, HRSA, DHHS, as well as the public at-large. •4. Assessment and Analysis of Community-Based Health Service Projects The Contractor shall rely on a thorough and diverse background in rural health research and evaluation to conduct community-based program development evaluation and analysis and what role the 330A funding plays within that sphere. The Contractor shall identify research and evaluation proposals on key issues facing current or prospective grantees and the ability to submit these findings to peer-reviewed academic journals to better share finding from the Federal investment in these programs. •5. Research Proposal Evaluation and Analysis Evaluation component: Upon ORHP's determination of the three research proposals, the Contractor shall conduct a methodological, evidence-based evaluation for each research proposal which includes a description of each study design and its measures. Analysis component: Upon completion of the evaluation, the Contractor shall provide a descriptive and thorough analysis of the results and discuss findings with ORHP related to lessons learned, best practices, common elements of these best practices, and common challenges that many grantees encountered. •6. Dissemination of Research Proposal Findings For disseminating research findings, the Contractor shall provide a draft of the content and dissemination plans that should include how the findings will be utilized as a national resource through existing rural and national dissemination points. The Contractor's plans shall discuss how the findings will increase the overall knowledge of successful rural health delivery models within the public sector, including publication of findings in peer-reviewed journals. The contractor will produce final reports as approved by the Office in a format that is compatible with GPO style and ready for submission through clearance including easily translated into documents that are Section 508 compliant. A cost type contract is anticipated, for one base year and three option years. This is a new requirement. The NAICS Code is 541618, with a small business size standard of $7.0M. 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, relevant rural health 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 shall be limited to 10 pages, and 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 541618 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). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. 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 local prevailing time on January 2, 2009 for consideration. Acceptable methods of transmitting responses include U.S. Mail, express delivery or email to mmcdermott@hrsa.gov. 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. PLACE OF PERFORMANCE Performance will take place via conference calls, in-person meetings in Washington, D.C., and grantee site visits across rural America, as needed & approved by the Project Officer.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7abfe4ccb357e64cdbc76b7e4301e33b&tab=core&_cview=1)
 
Record
SN01725033-W 20081231/081229214703-7abfe4ccb357e64cdbc76b7e4301e33b (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  © 1994-2020, Loren Data Corp.