Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
SOURCES SOUGHT

R -- Delta Rural Hospital Performance Improvement Project

Notice Date
4/12/2012
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Health and Human Services, Health Resources and Services Administration, Office of Acquisitions Management and Policy, 5600 Fisher Ln., Room 13A-19, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
RHPI120404
 
Archive Date
5/12/2012
 
Point of Contact
Hanif S Abdul-Amin, Phone: (301) 443-5261
 
E-Mail Address
habdul-amin@hrsa.gov
(habdul-amin@hrsa.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE April 12, 2012 Description: This is a SMALL BUSINESS SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) to provide the requirements of the "Delta Rural Hospital Performance Improvement Project." The Health Resources and Services Administration is seeking sources to continue the Rural Hospital Performance Improvement Project (RHPI) for the Office of Rural Health Policy and rural hospitals in the Mississippi Delta Region. Scope of Work: 1) Develop a plan to outreach to hospitals in the Mississippi Delta to engage them in performance improvement activities. 2) Develop and maintain relationships with key stakeholders at the state and national level to coordinate the RHPI activities and other hospital performance improvement work. 3) Establish and maintain a plan to ensure hospital readiness for technical assistance. 4) Assess current hospital performance. 5) Coordinate technical assistance related to financial and operational performance improvement, quality of clinical care, staff recruitment and development, access to capital, and community development. 6) Deliver in-depth, individualized technical assistance to hospitals in the Delta Region through pre-site planning, on site visit(s), and post visit follow up, and final recommendations report. 7) Evaluate the impact of the technical assistance on hospital performance outcomes. Qualifications: 1) Understanding of the objective and scope of work; 2) Knowledge and understanding of the HRSA Office of Rural Health Policy hospital related programs; 3) Qualified personnel and related experience of personnel and their organization performing similar work to include: a. In depth technical assistance to rural hospitals around financial and operational performance improvement, quality of clinical care, staff recruitment and development, access to capital, and community development. b. Technical assistance to hospitals in the Mississippi Delta Region. c. Evaluation of the impact of hospital performance improvement activities. d. Maintaining relationships with state and national stakeholders for hospital performance improvement. 4) Ability to design, operate, maintain, and evaluate a complex technical assistance program. A Cost plus fixed-fee contract is anticipated, for one base year period of performance and one option year of performance. The previous source for this requirement was Mountain State Group, Inc. The NAICS Code is 541611, with a small business size standard $14 million. Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall be limited to 10 pages, and must include: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for NAICS 541611 (size standard $ or number of employees) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. 5. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6. If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm's status (see item #3, above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, Request for Proposals, Solicitation, Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this notice must be received by the Contract Specialist named below not later than 10:00 a.m. Eastern Standard time on Friday, April 27, 2012, for consideration. Acceptable method of transmitting responses: E-Mail. Responses to this announcement will not be returned. Furthermore, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation and HRSA may contact one or more respondents for clarifications and to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. POINTS OF CONTACT Hanif S. Abdul-Amin, e-mail: habdul-amin@hrsa.gov. PLACE OF PERFORMANCE To be determined
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/38ab8d9d752622b99c351d122a89de86)
 
Record
SN02721351-W 20120414/120413000405-38ab8d9d752622b99c351d122a89de86 (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.