Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
DOCUMENT

R -- Implementation Guide Maintenance and Vocabulary Development for Clinical Document Architecture (CDA) standard serving the National Healthcare and Safety Network (NHSN) - Attachments

Notice Date
2/24/2009
 
Notice Type
Attachments
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2009-N-11155
 
Archive Date
3/24/2009
 
Point of Contact
Berta L Biltz,, Phone: 770-488-2643
 
E-Mail Address
boh9@cdc.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation No. 2009-N-11155 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 29. This procurement has been set aside 100 percent for Small Businesses. The associated NAICS code and small business size standard are 541618 and $7 Million. The total period of performance under this contract shall be 7 months from date of award. The Centers for Disease Control and Prevention (CDC) seeks to continue its use of standard vocabulary in the Health Level Seven (HL7) Clinical Document Architecture (CDA) implementation specifications under development for reporting healthcare-associated infections (HAIs) data from healthcare facilities that use vendor infection control surveillance applications to CDC's National Healthcare Safety Network (NHSN). Phase III of the CDA for HAI reporting project will extend technical guidance for reporting HAIs, previously developed in Phases I and II of the project, to a new set of reporting requirements. These reporting requirements include vocabulary needed to convey HAI data in accordance with (1) NHSN specifications, (2) healthcare informatics and information technology standards, and (3) Public Health Information Network Vocabulary Access and Distribution System (PHIN VADS) requirements. Phase III of the CDA for HAI reporting projectwill provide a standards-based solution that enables healthcare facilities that use commercial infection control surveillance applications to report HAI data to NHSN without having to perform duplicate entry of NHSN events and procedures. In States that mandate use of NHSN by healthcare facilities in their jurisdiction, development and implementation of an additional option for those facilities to participate in NHSN will strengthen CDC's collaborations with the States and the healthcare facilities in their jurisdictions. The time sensitivity of enabling use of this option for reporting HAI data to NHSN places a premium on identifying and retaining a healthcare vocabulary specialist who has prior technical familiarity with NHSN, healthcare vocabulary standards, and PHIN VADS requirements. CDC goals are 1) to provide additional options for submitting data to NHSN, the CDA work products shall be maintained and updated as needed; and 2) to use healthcare industry standard vocabulary for collecting HAI data from disparate infection control surveillance systems. To achieve these goals, CDC seeks services of a qualified contractor to provide the following tasks and sub-tasks: TASK 1: Provide IG Maintenance and Vocabulary. (These items are being acquired on the basis of Time and Materials (T&M).) 1.1 Maintain and update a single NHSN local code system (this task will be initiated by NHSN) 1.2 Addition of SSN# to patient data section 1.3 Additional rounds of balloting (if needed) after the initial round including attendance at WGM (1 person) 1.4 On-going modifications to the IG and supporting work products as a result of NHSN program changes. 1.5 MDRO modifications identified as result of web interface move into production. 1.6 Removal of OTH procedure code from vocabulary. 1.7 Concurrent changes to vocabulary tables in IG and NHSN, XML sample instance, Schematron, generate-narrative and display transforms. 1.8 Enhance and update online validator for batch processing through custom interface with NHSN host. TASK 2: Provide data collection to add the following forms to the current Implementation Guide: BSI Summary form for SPC location; BSI Summary form for NICU location; MDRO and CDAD Prevention; and Outcome Measures Monthly Monitoring Form Lab ID Form. These items will be acquired on the basis of FFP (Firm-fixed price). The following subtasks are required: 2.1 Develop Implementation Guide additions including clinical statement design. 2.2 Produce complete sample instance document (XML) 2.3 Develop generate-narrative transform 2.4 Develop Schematron and test files 2.5 Modify display transform 2.6 Incorporate vocabulary into PHIN VADS 2.7 Attend HL7 WGM (travel expenses and hours for 1 person) 2.8 Modify IG to accommodate the addition of hosting NHSN vocabulary via PHIN VADS, adding references (URL or other) 2.9 Populate authoring tables for the inclusion of existing NHSN CDA vocabulary into PHIN VADS. 2.10 Update IG to reflect consolidation of local codes into single NHSN local code system (includes vocab tables, conformance statements, etc. 2.11 Migrate existing templates into data element database The following Far Clauses apply: 52.212-4, Contract Terms and Conditions-Commercial Items, and within 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, the following applies: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Privacy act applicability: The resulting contractor is expected to be familiar with Privacy Act duties and responsibilities. The following link is provided to access HHS Privacy Act Policy: http://www.cdc.gov/privacyrule/. Payment for Task 1.0 and subtasks 1.1 thru 1.8 will be made on the basis of Time and Materials (T&M) in accordance with FAR Clause 52.212-4, Alt. 1 (Feb. 2007. When submitting the request for payment under T&M, the contractor shall show the actual level of effort spent in a given period of time for the execution of each task/subtask/deliverable under the task order. Travel is considered "Material" for the purpose of T&M type contracts (see Payment under T&M above) and is to be performed in accordance with Federal Travel Regulations and/or the Joint Travel Regulation. The contractor may be required to submit evidence supporting any claim for travel related expenses. For additional information on the Federal Travel Regulations, see http://www.access.gpo.gov/nara/cfr/waisidx_99/41cfr300-1_99.html. Payments for Task 2.0 and subtasks 2.1 -2.11 will be made on the basis of FFP. FFP payments require completion, delivery and acceptance by the CDC of specific deliverables/tasks/subtasks. The following FAR provision and addenda apply: 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and a statement regarding any addenda to the provision. Notwithstanding Clause 52.212-1, Offerors are required to submit their proposals electronically (via e-mail) in MS Word or MS Excel files to Bbiltz@cdc.gov. The following format is required as e-mail subject: The Solicitation No: 2009-N-11155 KT.doc or xls (Where "2009-N-11155" is the respective RFP or Solicitation No. and "KT" are the first two letters of the respective Contractor's name; and ".doc" and ".xls" are the format extensions.) Further, Proposals shall be submitted in two severable parts: Part I, Technical Proposal, and Part II, the Business Proposal. Offerors are responsible for providing accurate and complete information for evaluation. (Failure to do so may rule the quote unacceptable.) Part I: The Technical Proposal: The following information is required for technical evaluation: 1. Experience and Qualification: To demonstrate experience and qualifications, quoters shall show how their experience developing CDA implementation guidance for public health uses will enhance the prospects for successful implementation guidance for HAI reporting. Prior success in introducing and gaining approval for CDA work products from the Health Level Seven (HL7) Structured Documents Work Group (SDWG) will facilitate establishing the CDA for HAI reporting data as a HL7 standard. 2. Technical Approach: Quoters shall provide a technical description, in as much detail as possible, reflecting the offeror's understanding of the government requirements. It shall include the experience and qualifications of key personnel for the job. The technical approach shall explain in detail HOW the quoter proposes to meet each aspect of the proposed SOW as follows: i. Demonstrate how the project is to be organized, staffed, and managed including how the management and coordination of consultant and/or subcontractor efforts will be accomplished. ii. Identify clearly the name and title of the person who will provide program direction. iii. Provide a description of the tasks to be performed under the order and a schedule for their completion (milestone schedule) by period of performance. iv. Explain how the quality for all services and tasks proposed for this project will be accomplished and the proposed quality control plan. 3. Past Performance: Past performance is one indicator of the offeror's ability to perform the contract successfully by delivering with predictability and reliability with adequately staffed, trained, sufficient technical and human resource availability. The government will evaluate different customers' opinions about how well (quality) and cost effectively the offeror has satisfied their requirements. Offerors shall provide as part of their proposal a list of clients or former clients for whom they have performed same or similar work to the one required by this solicitation during the past 5 years. Offerors shall provide this information in a format similar to the Past Performance/Experience matrix provided as Attachment No. 2 to this solicitation. Offerors are also required to submit at least three past performance evaluations or letters of reference obtained from previous clients during the past five years. Part II: The Business Proposal: For TASK 1 the business proposal shall be comprised of the hourly rates for each proposed labor category; and the anticipated ODCs (i.e., materials) to perform the sub-tasks in a format similar to the Price Breakdown provided under Attachment No. 1. For TASK 2, Offerors shall provide the price of each deliverable or subtask. See also Attachment No. 1. Provision 52.212-2, Evaluation-Commercial Items, and the fee following evaluation factors listed in descending order of importance apply: Experience and Qualification, Technical Approach, and Past Performance. When evaluating past performance, the Government may 1) contact the references provided by the offeror; 2) obtain information from any other source that is available; or 3) just evaluate the letters of references/performance evaluations provided. Offerors shall ensure that the information on their past performance is accurate, complete and updated. Failure to do so may result in a negative past performance assessment. Price is an important factor for award, but the non-price factors when combined are more important than Price. CDC reserves the right to award the contract to an offeror who may not be the lowest in price. Offerors shall be registered with CCR Central Contractor Registration (CCR), in accordance with subparagraph (t) of Clause 52.212-4 of this solicitation, to be eligible for award. Offerors shall also complete the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. All FAR clauses and provisions can be obtained at http://www.arnet.gov/far/loadmainre.html. The Defense Priorities and Allocations System (DPAS) does not apply. Electronic proposals are due by Midnight(EST), March 9, 2009, at the following e-mail address: Bbiltz@cdc.gov. Facsimile proposals are not authorized. Technical inquiries shall be e-mailed by February 26, 2009 to BBiltz@cdc.gov. Telephone inquiries will not be honored. Proposals received after the time and date set for receipt will not be considered for award. *****
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2152b1f97ce247f2a93776e3fc508935&tab=core&_cview=1)
 
Document(s)
Attachments
 
File Name: Attachment No. 1, Experience/Past Performance Matrix (Experience Past performance Matrix.doc)
Link: https://www.fbo.gov//utils/view?id=2af1220d3828993434833fcdaa89168b
Bytes: 32.50 Kb
 
File Name: Attachment No. 2, Price Schedule (Price Schedule.doc)
Link: https://www.fbo.gov//utils/view?id=e0bab896770e9825ddc1a2ee0e73d793
Bytes: 173.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Atlanta, Georgia, United States
 
Record
SN01756187-W 20090226/090224221540-2152b1f97ce247f2a93776e3fc508935 (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.