Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2011 FBO #3435
SOURCES SOUGHT

R -- E-Consent Trial: Education, Collection, & Evaluation of Patient Choice in the Electronic Exchange of Health Information

Notice Date
4/19/2011
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
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
OS61735
 
Archive Date
5/14/2011
 
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
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 is on behalf of the Office of the National Coordinator for Health IT for the Contractor to provide E-Consent Trial: Education, Collection, & Evaluation of Patient Choice in the Electronic Exchange of Health Information, as described herein and as funds are available. Core tasks of this effort would include: 1) Project Management and Reporting; 2) Partnering with Existing Active Clinical Setting/Site Exchanging Health Information Electronically; 3) Development, Use, and Evaluation of Means for Obtaining Patient Input; 4) Identification of Key Informational Elements Regarding Exchange of Health Information and Patient Choice; 5) Consumer Education Material Development; 6) Deployment of e-Consent Pilot; 7) Evaluation of Consumer Understanding and Satisfaction; and 8) Project Report & Presentation Development 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 and thorough 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. The Contractor must demonstrate understanding of the importance of this project of devising a means for obtaining well-balanced patient input into development, use, and evaluation; developing creative and innovative ways to inform people of their option to give individual choice (e.g., automate the informed consent process; patient-centered decision making process) in a clinical setting; ensuring that individuals are knowledgeable participants in decisions about sharing their electronic health information in a clinical setting; exploring and evaluating ways of electronically obtaining and recording meaningful and informed choices from individuals in a clinical setting, regarding sharing their electronic health information; developing and implementing means of evaluating patient satisfaction with understanding of presented material; and presenting and drafting clear and concise project reports and presentations. 2) Demonstrate a thorough understanding of this project and in-depth knowledge of existing exchange of health information as well as experience partnering with existing clinical setting/site in which electronic health information is exchanged and in all other task areas of Statement of Work (SOW). Demonstrate the ability to partner with a planned site through a “Letter of Support”. 3) Provide a proposed project management work 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 SOW. The proposed plan 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 proposed plan demonstrates that the Contractor is willing to commit its resources to fulfilling the requirements of the 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. Demonstrate the adequacy of staffing, quality, and business practices (e.g., attention to consumer education and understanding; and collaboration with various entities), experience, assuring quality service, minimizing personnel turnover of both key and non-key personnel, and ensuring timely delivery of services. Demonstrate identification of key personnel and a description of their credentials, availability, ability to provide creative and innovative solutions, roles, responsibilities, and the relationships to the project and its implementation. Demonstrate the planned partner site’s support of the Contractor’s proposed work plan and schedule through a “Letter of Support” to demonstrate the planned partner’s support of the work plan. 4) Demonstrate experience and personnel by providing information as to which key personnel will be assigned or committed to this 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, demonstrate personnel’s documented expertise and relevant knowledge regarding patient choice, electronic exchange of health information, consumer literacy, visual designs, evaluations/surveys as well as all other technical and administrative tasking areas. Provide evidence of the overall competency/education/expertise/skills of the proposed project team; including relevant experience of the proposed project lead and other key staff and any consultants with the relevant technical experience. Demonstrate proposed staff has documented experience relevant to the tasks described in the statement of work. The responsibilities and 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 project director shall be experienced in the management and direction of large scale projects similar to the project tasks described in the SOW. 5) Provide corporate capability, responsibility, and previous organizational experience on similar projects to those tasks identified in the SOW by demonstrating sufficient breadth and depth of management capability for accomplishing the project; experience in performing services similar to those identified in the statement of work, the Contractor’s record of conforming to standards of good workmanship; adherence to contract schedules (including the administrative aspects of performance); and the Contractor’s history for reasonable and cooperative behavior and commitment to customer satisfaction. The Contractor should demonstrate previous organizational experience in performing work similar to that outlined in the SOW and partnering with existing clinical settings/sites that electronically exchange health information, 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 identified in the SOW. 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 April 29, 2011. Capability statements will not be accepted after the due date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/OS61735 /listing.html)
 
Record
SN02427792-W 20110421/110419234528-8c545db6b7f8ae720a128b8b3c3de603 (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.