Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
MODIFICATION

R -- Nursing and Patient Care Services

Notice Date
3/2/2010
 
Notice Type
Modification/Amendment
 
NAICS
541612 — Human Resources Consulting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
RFQ169653
 
Point of Contact
Andrea L. McGee, Phone: 3015945918
 
E-Mail Address
andrea.mcgee@nih.gov
(andrea.mcgee@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 under Simplified Acquisition procedures in Subpart 13.5 as supplemental 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. The solicitation number for this acquisition is RFQ169653 and is being issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-38. This acquisition will be processed under Simplified Acquisition Procedures. The associated North American Industry Classification System (NAICS) Code is 541612. A.BACKGROUND The Clinical Center is a clinical research hospital providing medical services for patients participating in human research protocols of the National Institutes of Health (NIH). The Clinical Center (CC) provides patient care facilities and services for clinical investigations by the NIH Institutes, research in related areas and other training programs. Nursing and Patient Care Services (NPCS) is the nursing service within the NIH Clinical Center, the nation’s largest clinical research hospital. NPCS exists to provide nursing care and research support services for patients participating in clinical research studies conducted by investigators within the Intramural Research Programs at the National Institutes of Health’s Bethesda campus. NPCS is organized into three clinical departments, RAPDS, Inpatient Services and Ambulatory Care Services. As integral research team members, Clinical Center nurses support the design, coordination, implementation, and dissemination of clinical research by NIH investigators, with a strong focus on patient safety, continuity of care and informed participation B.PURPOSE The purpose of this contract is to provide quality consulting services and assistance to the Nursing Department Executive Leadership Team and Nursing Department Staff. The Consultant will provide a variety of organizational effectiveness consultation/training services to the National Institute of Health’s Clinical Center Nursing Executive Leadership Team and nursing staff. The constant evolution of organizational challenges, patient requirements, and professional expectations for the more than 700 nurses who serve the NIH community drives the need for ongoing support and learning. The Consultant will work directly with the Nursing Department Management and specifically with the Chief of Nursing and Patient Care Services and provide tailored consultation and training to meet Clinical Center specific needs. The consultant will need hospital environment experience. The Consultant service delivery plan, for the next several months calls for application of the following interventions on an as needed basis by approval of the Chief, Nursing and Patient Care Services: •Department’s Reorganizational Structure •Strategic Planning •Meeting and Retreat Facilitation •Coaching & Management Development C.TECHNICAL CONSIDERATIONS To be eligible for consideration the Services vendor must provide proof of service delivery plan, for the next several months calls for application of the following interventions on an as needed basis by approval of the Chief, Nursing and Patient Care Services and vendor must provide proof of the following project specific requirements: •Understanding the objective/technical approach. The vendor shall furnish a definite plan of operations including an explanation of technical approaches to the scope of work and a detailed outline of the proposed program for executing requirements and achieving the objectives. •Experience providing consultative services to government agencies as well as other hospitals dealing in specialized research. The vendor will need to provide evidence of their knowledge of and experience working effectively working in a clinical research environment to support nurse staffing needs and resource allocation. It is required that the vendor have personnel specializing in Government Accounts with documented success working with different components of government agencies. Vendor must also provide onsite consultations and training of appropriate NPCS staff. •Provide support and consultation to include individual coaching of senior executives, education about organizational change management and change strategies, and assistance with team development. •Assistance to the Clinical Center Senior Management Team in developing a model and operating principles related to CRC Patient Care Unit (PCU) governance. •Training design •Training delivery •Meeting facilitation •Organizational culture assessment/development •Succession planning •Conflict management D.GOVERNMENT RESPONSIBILITIES The Nursing & Patient Care Services will provide classroom space and audiovisual equipment as required by the consultant. E.REPORTING REQUIREMENTS AND DELIVERABLES The consultant shall communicate orally and/or in writing to the Chief, Nursing & Patient Care Services and the Nursing Executive Team on a regular basis. F.PERIOD OF PERFORMANCE April 2010 – December 2010 April 2011 – December 2011 G.Level of Effort Base Period 216 hours Option year 216 hours H.PROGRAM MANAGEMENT AND CONTROL REQUIREMENTS Consultant shall work collaboratively with the Nursing Executive Team with direct supervision by Chief, Nursing & Patient Care Services (Dr. Clare Hastings). Chief, Nursing & Patient Care Services will provide guidance in terms of technical needs and requirements of the contract. I.EVALUATION CRITERIA The contractor must demonstrate knowledge and substantial experience in working with Federal agencies and adhering to Federal regulations. The contractor has demonstrated and has substantial experience providing consultation /training services to Executive Leadership Teams in a healthcare environment. (25 Points) Contractor qualifications indicate they have considerable length of experience in successfully overseeing and conducting tasks and activities with the types of organizational challenges and structure changes, patient requirements and professional expectations for the more than 600 nursing staff as well as the Nursing Leadership and Executive Management staff. (25 Points) The contractor needs to have experience providing consultative services and organizational culture assessment/development to the NIH. The contractor will need to provide evidence of their knowledge of and experience effectively working in a clinical research environment to support nursing staff needs which includes but not limited to individual coaching, teambuilding, succession planning and conflict management. (25 Points) The proposal for meeting the requirements of the contract must demonstrate methods and approaches that are most appropriate and feasible for the tasks. The proposal demonstrates innovative approaches for conducting all necessary activities for accomplishing the goals of the Clinical Center. (25 Points) The following provisions and clauses apply: Provision 52.52.213-4 Terms and Conditions – Simplified Acquisitions (Other Than Commercial Items); Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provisions52.212-1-Instructions to Offerors/Commercial; 52.212-2-Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and conditions; 52.222-26 (EO 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.223-6 Drug Free Workplace, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.222-41. 52-217-9 Option to Extend the Term of the Contract; This purchase order shall be for a basic contract period of 10 months with option to renew an additional option year period. The Full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc) but must include the following information: 1) company’s complete mailing and remittance addresses 2) discounts for prompt payment if applicable; 3) Dun & Bradstreet number; 4) Taxpayer ID number; 5) Catalog or Published Price Listing applicable to the service; 6) Offerors must meet specifications as noted in the synopsis. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The Government intends to make a single award based on the lowest price technical accepted offeror to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government. The Government reserves the right to make an award to that offeror whose quotation provides the best overall value to the Government. Interested offerors may submit proposals electronically only within 15 days from the posting of this notice no later than _3/10/2010 Eastern Standard Time 5:00 p.m. Companies that sent in proposal may do so again. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The solicitation shall include pricing for the base year and options priced separately. The Government intends to make a single award based on best value to the Government, technical and price factors considered. The anticipated award date for this requirement shall be on or before _04/01/2010. Requests for information concerning this requirement are to be addressed to Ms. Andrea McGee via email only to amcgee@cc.nih.gov no later than, _03/08/2010. Collect calls will not be accepted. No Phone Calls Please.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/RFQ169653/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02080363-W 20100304/100302234857-6a1a992bb857f6c594763aee67960594 (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.