Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2012 FBO #3746
SOLICITATION NOTICE

R -- MANAGEMENT TRAINING

Notice Date
2/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
N00259 NAVAL MEDICAL CENTER SAN DIEGO MATERIAL MANAGEMENT 34800 Bob Wilson Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025912T0687
 
Response Due
3/15/2012
 
Archive Date
3/31/2012
 
Point of Contact
Joseph Bancod 619-532-6165
 
E-Mail Address
Contract Specialist
(Joseph.Bancod@med.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for Management Training, prepared in accordance with the format in FAR 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. The solicitation number is N00259-12-T-0687. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-41. It is the contractors responsibility to be familiar with the applicable clauses and provisions. Both may be accessed in full text at www.acquisition.gov. This is a 100% Small Business Set-Aside. The small business size standard is $7.0M. The North American Industry Classification System (NAICS) Code for this acquisition is 541611. Quotations are due on or before 15 March 2012, 8:00 am. Pacific Standard Time. CLIN 0001: The purpose of this contract is to improve the readiness for change and provide additional tools to stakeholders in managing stress of change and establishing new model of practice at Naval Hospital Camp Pendleton and outlaying Branch clinics. Provide change management readiness tools specifically designed and tested in the Primary care and Graduate Medical Education environment to assess readiness for change from traditional practice to New model of practice. See attached Performance Work Statement below. Period of Performance 01 April 2012 to 31 March 2013 QUANTITY 12 MONTHS UNIT EACH Unit price $_____________ This solicitation incorporates the following FAR and DFARS Clauses/Provisions: 52.204-7 Central Contractor Registration (JUL 2006) 52.211-6 Brand Name or Equal (AUG 1999) 52.212-1 Instruction to Offerors-Commercial Items (SEP 2006) 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004) 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2005) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (SEP 2005) 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) (Pub.L. 108-77, 108-78) 52.219-28 Post Award Small Business Program Representation (JUN 2007) 52.222-3 Convict Labor (June 2003) (E.O. 11755) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126, 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (Apr 2002) (E.O. 11246) 52.222-36 Affirmative Action For Workers With Disabilities (Jun 1998) (29 U.S.C 793) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31U.S.C. 3332) 252.204-7004 Alt A Required Central Contractor Registration Alternate A (Nov 2003) 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (OCT 2006) 252.225-7001 Buy American and Balance of Payment program (JUN 2005 (41 U.S.C. 10a-10d, E.O. 10582 and (17) 252.232-7003 Electronic Submission of Payment Requests (MAY 2006) (10 U.S.C. 2227). Quotations will be evaluated based on technical capability, price, and delivery. 52.212-2: Significant evaluation factors: (i) technical capability of the item offered to meet the Government requirement;(must meet Government requirements on Statement of Work(SOW)/Performance Work Statement. (ii) past performance(Provide at least 3 references); (iii) price in descending order of importance. Technical and past performance, when combined, are equal to price. The government will only consider firm fixed price quotations. Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (AUG 2007). The provision can also be submitted at www.orca.bpn.gov. Contractor must be registered to the Central Contractor Registration (CCR) prior to award. A nine digit Data Universal Numbering System (DUNS) number provided by Dun and Bradstreet is required to register. The website address for CCR registration is www.ccr.gov. Electronic submission of Quotes: Quotations shall be submitted electronically by email to joseph.bancod@med.navy.mil or by facsimile at 619-532-5596, Attention: Joseph Bancod. Email submissions are limited to 2MB. The submitter should confirm receipt of facisimile and email submissions. Naval Hospital Camp Pendleton Patient Centered Medical Home Performance Work Statement 1.0 Background. The mission statement and 2012 Command Goals of Naval Hospital Camp Pendleton include: 1.1Mission. To Train, to Deploy and to Deliver Quality Health Care 1.2Command Goals. Loyalty and Customer Satisfaction 2.0 Objectives. Provide and administer a valid and reliable change assessment tool (e.g. a survey) specifically designed and tested in the primary care and graduate medical education environment to assess readiness for change from a traditional model of primary care practice to a new model of Patient Centered Medical Home (PCMH). Survey shall be designed to reach a minimum of 300 participants. This contract is pursuant to contract advisory and assistance services (CAAS) in the functional area of Medical Systems Design and Management. Controlling authorities include the Department of Defense Directives and Instructions in the 5000 Series with a project area of functional integration. This objective includes programmatic nonperson services to include analyses, studies, evaluation, investigation and assessments. PCMH is defined as by the U.S. Department of Health and Human Services as: The medical home model holds promise as a way to improve health care in America by transforming how primary care is organized and delivered. Building on the work of a large and growing community, the Agency for Healthcare Research and Quality (AHRQ) defines a medical home not simply as a place but as a model of the organization of primary care that delivers the core functions of primary health care. The medical home encompasses five functions and attributes: A. Comprehensive Care The primary care medical home is accountable for meeting the large majority of each patient s physical and mental health care needs, including prevention and wellness, acute care, and chronic care. Providing comprehensive care requires a team of care providers. This team might include physicians, advanced practice nurses, physician assistants, nurses, pharmacists, nutritionists, social workers, educators, and care coordinators. Although some medical home practices may bring together large and diverse teams of care providers to meet the needs of their patients, many others, including smaller practices, will build virtual teams linking themselves and their patients to providers and services in their communities. More about Comprehensive Care B. Patient-Centered The primary care medical home provides primary health care that is relationship-based with an orientation toward the whole person. Partnering with patients and their families requires understanding and respecting each patient s unique needs, culture, values, and preferences. The medical home practice actively supports patients in learning to manage and organize their own care at the level the patient chooses. Recognizing that patients and families are core members of the care team, medical home practices ensure that they are fully informed partners in establishing care plans. More about Patient-Centered Care C. Coordinated Care The primary care medical home coordinates care across all elements of the broader health care system, including specialty care, hospitals, home health care, and community services and supports. Such coordination is particularly critical during transitions between sites of care, such as when patients are being discharged from the hospital. Medical home practices also excel at building clear and open communication among patients and families, the medical home, and members of the broader care team. D. Accessible Services The primary care medical home delivers accessible services with shorter waiting times for urgent needs, enhanced in-person hours, around-the-clock telephone or electronic access to a member of the care team, and alternative methods of communication such as email and telephone care. The medical home practice is responsive to patients preferences regarding access. More about Accessible Services E. Quality and Safety The primary care medical home demonstrates a commitment to quality and quality improvement by ongoing engagement in activities such as using evidence-based medicine and clinical decision-support tools to guide shared decision making with patients and families, engaging in performance measurement and improvement, measuring and responding to patient experiences and patient satisfaction, and practicing population health management. Sharing robust quality and safety data and improvement activities publicly is also an important marker of a system-level commitment to quality. 2.1Provide an analysis of survey results once completed and recommend/advise regarding areas of risk and strategies to overcome these risks both from the individual and corporate level. 2.2Using said analysis of survey, conduct focused interviews with key stakeholders by functional groups (approximate total of 50 stakeholders comprising clerks, nurses, providers, team members, etc) with the purpose of obtaining additional information stepping from the surveys. In conjunction with the survey analysis, the information obtained from the focused interviews will be used to devise an onsite workshop involving all stakeholders to (a) improve readiness for change, (b) provide additional tools to stakeholders in managing stress of change and (c) establishing a new model of primary care practice (PCMH) at Naval Hospital Camp Pendleton (to include the Branch Clinics) where the new model is to be implemented. 3.0 Scope of Work. The purpose of this contract is to a) improve readiness for changes in procedural operations and arranged care facilities, b) to provide additional tools to stakeholders in managing stress of said changes and c) establishing a new model of primary care practice at Naval Hospital Camp Pendleton. This will be accomplished through utilization of provided change management readiness tools specifically designed and tested in the primary care and graduate medical education environment to assess readiness for change from a traditional practice model to the new model of practice (PCMH). 3.1 Consulting Contractor. The contractor shall perform and facilitate the following consulting services tasks: 3.1.1Consulting Contractor Support Consult and interact as required to assist NAVAL HOSPITAL CAMP PENDLETON with creating and enhancing a functional primary care change management process specifically designed and tested in the primary care and graduate medical education environment to assess readiness for change from traditional practice to a new model of practice (PCMH). Anticipate approximately 300 stakeholders/respondents for the online change readiness survey and 300 for the onsite workshop. 3.1.2 Projects Prepare for and conduct a number of short-term projects and analysis sessions for Naval Hospital Camp Pendleton as required. 3.2 General Support. Consult and advise during high level Naval Hospital Camp Pendleton strategy meetings, projects, initiatives and endeavors as required. Provide analyses from surveys in anticipation of providing onsite workshops with all stakeholders to improve readiness for tested change and provide additional tools to stakeholders in managing the stress of changes as well as establishing new model of practice at Naval Hospital Camp Pendleton. Consult and advise during high level strategy meetings, deliver white paper and briefing reports, create PowerPoint presentations, research and recommend best business practices. Provide planning and strategy support to Naval Hospital Camp Pendleton. 3.3 Minimum Quantity. The Contractor shall conduct the following primary care change management training during the base period: A.Collaborate with members from Naval Hospital Camp Pendleton in the same stage of transformation in education sessions. B.Provide peer-directed learning. C.Provide Real-life PCMH practice managers lessons learned, success stories, anecdotes and tips. 4.0Place of Performance. The work will be performed by telecommute. Locations include the Contractor s site and at government facilities to include the following: Marine Corps Base Camp Pendleton, CA, Branch clinics located in Yuma, AZ and Port Hueneme, CA. 5.0 Travel. Travel will be required by the contractor to other outlying clinics located at Port Hueneme, CA, Yuma, AZ and Naval Hospital Camp Pendleton, CA. No additional costs shall be incurred by the Government for said travel. 6.0 Period of Performance The work is to be completed within one year. 7.0Deliverables 7.1Training Materials To be provided by contractor. No additional costs shall be incurred by the Government for said material. 7.2 Evaluation of Training/Project Services The contractor shall conduct surveys of all training and project services. Surveys shall gauge the effectiveness of the same. The contractor shall provide an analysis of survey results once completed and recommend/advise leadership regarding the areas of risk and strategies to overcome these risks both from the individual and corporate level. The contractor may retain a copy of all survey forms for its own use, but will provide all of the original copies of the survey forms to the government. The contractor shall summarize its findings in a report and provide the report to the Government (Naval Hospital Camp Pendleton). 8.0Security Rapid Gate Access is required by Contractor. NCACS guidance in which to obtain Regions and Installations vetting, credentialing, and authentication, is accessible through the website: http://cnic.navy.mil/CNIC_HQ_Site/index.htm, popular links. For more information or to enroll in the RAPIDGate Program email: info@rapidgate.com or call: 1.877.727.4342. 9.0Government Furnished Equipment (GFE)/Government Furnished Information (GFI): The government will permit the contractor the use of one workstation equipped with a desktop PC with internet access within Naval Hospital Camp Pendleton. The PC with internet access is provided by the government (commercial WIFI signals are non-existent or inconsistent within the confines of the hospital). The computer with internet access shall be for use by the contractor while using government facilities. The contractor shall bring their own mobile lap tops or note books where and when necessary while providing training and during meetings to conduct and gather information for analysis purposes. 10.0Other Pertinent Information 10.1Deliverable Acceptance Criteria Deliverables will be evaluated and the contractor notified of the Project Manager s findings within 10 workdays of the completion. The project manager is responsible for the final acceptance of all deliverables under the established contract. 10.2Evaluation Criteria for Proposals: A.Technical Capability: 1)Knowledge, experience and expertise in the healthcare industry (specifically with Primary Care, Family Medicine Residency programs, PCMH and assisting large practices with Family Practice Residency programs to transform and achieve PCMH recognition. 2)Possess a change readiness assessment tool or has a license to use a published change readiness assessment tool that is based on research, knowledge or lessons learned from the National Demonstration Projects on successful PCMH change/transformation. The tool(s) are ideally reliable and valid (this has statistical relevance) or have substantive work towards reliability and validity testing. 3)Information Technology infrastructure to advise and analyze data and use data to devise focused interviews and to report vulnerabilities, threats and weaknesses to successful PCMH implementation, adoption or transformation. B.Past Performance 1)The contractor has demonstrated successful performance on prior contracts. 2)The contractor has vast past experience and success in transforming medical practices to the Patient Centered Medical Home (PCMH) model of healthcare delivery. The contractor assists with targeting, planning and implementing improvements for the medical practices to achieve PCMH recognition. C.Price 1)Price shall represent the best value to the Government. 11.0 Technical Point of Contact (TPOC) CDR Patricia Hasen 1-760-725-2882 Patricia.Hasen@med.navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025912T0687/listing.html)
 
Place of Performance
Address: Naval Hospital Camp Pendleton, Camp Pendleton, CA
Zip Code: 92134
 
Record
SN02682157-W 20120226/120224234405-356e470675174dc3f768042a3016b994 (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.