Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2010 FBO #3123
SOURCES SOUGHT

U -- Community Health Representative (CHR) Basic (B), Refresher (R), and Specialty (S) Training

Notice Date
6/11/2010
 
Notice Type
Sources Sought
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
IHS1095341
 
Point of Contact
Anthony Foster, Phone: 301-443-3415
 
E-Mail Address
anthony.foster@psc.hhs.gov
(anthony.foster@psc.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Community Health Representative (CHR) Basic (B), Refresher (R), and Specialty (S) Training THIS IS NOT A SOLICITATION. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), INVITATION FOR BID (IFB), REQUEST FOR QUOTES (RFQ), OR AN ANNOUNCEMENT OF A SOLICITATION AND DOES NOT ASSUME THE GOVERNMENT WILL AWARD A CONTRACT OR PROCEED WITH ANY OF THE ABOVE SOLICITATIONS IN THE NEAR FUTURE. THIS NOTICE IS ONLY FOR MARKET RESEARCH PURPOSES. This is a sources sought notice to determine the availability of potential small businesses (e.g., 8(a), veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women-owned small business) that can The purpose of the requested service on behalf of the Indian Health Service (IHS) Headquarters (HQ) Community Health Representatives (CHR) Program is for the Contractor to provide Basic, Refresher and other Specialty (including but not limited to CHR PCC, First Responder, HIV/AIDS, CVD, Elder, and Cancer) training and testing to tribal and IHS CHRs, as described herein and as funds are available. Core tasks of this effort would include: 1) Project Management and Reporting; 2) Training and Meeting Logistics; 3) Data and Records; 4) Faculty and Curriculum Development; and 5) Evaluation. The minimum contractor requirements are: 1) Demonstrate understanding of the requirements and technical approach and provide a comprehensive statement of the scope and objectives of the project to demonstrate Contractor's complete understanding of the requirements and intent of the project. This understanding indicates a clear awareness of each task and of the problems to be encountered in its accomplishment; 2) Provide a proposed management plan and schedule and describe the proposed approach to comply with each of the requirements that the Contractor will be responsible for performing as specified in the tasks in the Statement of Work. The proposal is consistent with the stated project goals and objectives. The proposed approach assures that the achievement of timely and acceptable performance is feasible and reasonable. The proposal demonstrates that the Contractor is willing to commit its resources to fulfilling the requirements of the statement of work (SOW). The Contractor must propose realistic timeframes and identify the chronological sequence by which key activities will occur in order to accomplish each task that the Contractor will be responsible for performing. 3) Demonstrate experience and personnel by providing information as to which key personnel will be assigned or committed to this project. The percentage of time each staff member, including subcontractor staff, will contribute to the project must be adequately identified and a current resume provided for all personnel assigned or committed to the project. The key personnel to be assigned to this project must be competent and experienced in the skills required to perform the requirements of the SOW. Specifically, staff should have substantial, specific knowledge of tribal CHR Program operations and training needs, tribal and IHS relationships, training details/logistics onsite and Web-based technology for registrations. 4) Provide corporate capability, responsibility and previous organizational experience on similar projects by demonstrating sufficient breadth and depth of management capability for accomplishing the project. The Contractor demonstrates previous organizational experience in performing work similar to that outlined in the SOW, with emphasis placed on the past three (3) years' experience. If the Contractor proposes to use subcontractors, outside consultants or specialists, the Contractor demonstrates that they have previous organizational experience in performing work similar to that outlined in the SOW. The Contractor should also demonstrate that any subcontractors proposed also have the subject matter expertise noted above under ‘Personnel’. Interested parties having the capabilities necessary to perform the stated requirements may submit capability statements via email to anthony.foster@psc.hhs.gov; Attention: Anthony Foster. CAPABILITY STATEMENTS MUST DEMONSTRATE THE MINIMUM REQUIREMENTS OUTLINED ABOVE, INCLUDING ANY TEAMING ARRANGEMENTS AND SHOULD NOT EXCEED 30 PAGES. Capability statements must also include the following information: Company name, address, DUNS, Point of Contact, Phone and Email address of individuals who can verify the demonstrated capabilities identified in the responses, and business size and status (e.g., small business, 8(a), veteran-owned small business, service-disabled veteran owned small business, HUB Zone small business, small disadvantaged business, and women owned small business). Teaming Arrangements are encouraged. All teaming arrangements shall also include the above-cited information and certifications for each entity on the proposed team. Responses are requested by 1:00 pm EST June 28, 2010. Capability statements will not be accepted after the due date. Point of Contact: Anthony Foster, Contracting Officer, Phone 301-443-2475, Fax 301-443-8863, Email: Anthony.foster@psc.hhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/IHS1095341/listing.html)
 
Record
SN02175090-W 20100613/100611234504-20ea2e122a43009e46b3b69d3083dfcb (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.