Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
MODIFICATION

R -- Community Health Rep Program - IHS

Notice Date
6/29/2016
 
Notice Type
Modification/Amendment
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 801 Thompson, TMP 605, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
IHS-16-236-SS-00037
 
Archive Date
7/12/2016
 
Point of Contact
Vito Pietanza,
 
E-Mail Address
vito.pietanza@ihs.gov
(vito.pietanza@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE for Community Health Representatives Program (CHR) - Indian Health Service THIS IS A REQUEST FOR INFORMATION ONLY. This is NOT a solicitation for proposals, proposal abstracts, or quotations. All responses will be used for market analysis in determining the availability of potential qualified businesses that may be used to determine the appropriate acquisition strategy. No solicitation is being issued at this time, but may be issued at a later date. Background: The mission of the Indian Health Service is to raise the physical, mental, social, and spiritual health of American Indians and Alaska Natives to the highest level. The Indian Health Service (IHS), an agency within the Department of Health and Human Services, is responsible for providing federal health services to American Indians and Alaska Natives (AI/AN). The provision of health services to members of federally-recognized tribes grew out of the special government-to-government relationship between the federal government and Indian tribes. This relationship, established in 1787, is based on Article I, Section 8 of the Constitution, and has been given form and substance by numerous treaties, laws, Supreme Court decisions, and Executive Orders. The IHS is the principal federal health care provider and health advocate for AI/AN people and its goal is to raise their health status to the highest possible level. The IHS provides a comprehensive health service delivery system for AI/ANs people who are members of 566 federally recognized Tribes across the U.S. In general, the health services provided to AI/AN people by the IHS include in-patient hospital care, out- patient clinic services, and home-visiting services which are provided by Community Health Representatives (CHRs) and Public Health Nurses (PHNs). This contract will focus on training CHRs as health paraprofessionals to optimize use of available workforce for a proven prevention intervention. Under the IHS, the Office of Clinical and Preventive Services (OCPS) provides oversight and guidance for policy development, budget development and allocation for clinical, preventive and public health programs throughout the IHS. The Division of Behavioral Health (DBH), under OCPS has authority and the responsibility to establish a national quality nursing and a CHR program to meet the needs of the AI/ANs people. The CHR program provides community-based services through unlicensed health paraprofessionals. CHRs visit clients in their homes and other community settings. They refer clients in need of care to the proper facility; interpret; promote wellness; educate community members on a variety of health topics and behaviors related to alcohol use, cigarette smoking, poor eating habits and poor hygiene; collect patient specific data such as vital signs, blood glucose monitoring and provide transportation or arrange for police/ambulance transport in accident or emergency situations among other services. IHS has historically had to develop its own curriculum which incorporates evidenced-based practices as available for AI/AN health paraprofessionals and which is appropriate to provide comprehensive, general paraprofessional training covering a wide variety of needed health topics and issues. Adaptation of some type has always been needed when outside curricula were reviewed or considered being used. Currently, the CHR program does not have a structured home-visiting intervention program for pregnancy to 36 months postpartum implemented by health paraprofessionals. A defined clear curriculum for CHRs to utilize would benefit AI/AN families by improving the mother's parenting knowledge and skills and to thereby improve the health outcomes of her infant or child. Projected Scope of Work: There is a need to establish a structured home visiting program developed specifically for implementation by Native American Indian paraprofessionals to support Native families from the pregnancy stages to 36 weeks post-partum. The curriculum would be evidence-based and culturally appropriate for American Indian and Alaska Native communities, which focuses on the physical, cognitive, and social/emotional development of preschool-aged children. The scope of this requirement will be used to train CHRs as the basis for a home visiting program focusing on perinatal, infant, toddler and early childhood health. Therefore the purpose is to eventually purchase an evidence-based home-visiting program, as described that includes a curriculum, in-person training, technical assistance on the implementation of the program, and evaluation of the program and project. It is not for the purpose of conducting a systematic study designed to contribute to generalizable knowledge. Interested firms are requested to provide their aforementioned information, along with interest and capability statements. No pricing input is being requested. The Government requests interested parties submit a written response to this notice which includes: •1. Company name and a brief description of their company's business size (i.e. annual revenues and employee size) •2. Company point of contact, mailing address, telephone and fax numbers, DUNS number, and website address •3. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with Government representatives •4. Business status (i.e., Small Business, SDB, 8(a), HUBZone, SDVOSB, WOB, etc.). Type of company is validated via the System for Award Management (SAM). All respondents "must be registered" on SAM located at https://www.sam.gov •5. Description of same/similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. •6. Anticipated teaming arrangements (i.e. prime contractor/subcontractor, joint venture, mentor-protege relationship, etc.) •7. Applicable GSA Schedule number or other available procurement vehicle •8. Date Submitted Responses must be submitted not later than Monday, July 11, 2016, 10:00 A.M. (EST). Capability Statements will not be returned and will not be accepted after the due date. The maximum number of pages for submission is three (3) pages (excluding cover page). Capability statements should be e-mailed directly to Point of Contact (POC) listed below. SUBMISSIONS WILL ONLY BE ACCEPTED VIA ELECTRONIC MAIL. TELEPHONE CALLS AND QUESTIONS WILL NOT BE ACCEPTED. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses or the Government's use of such information or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on a government GPE. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/IHS-16-236-SS-00037/listing.html)
 
Place of Performance
Address: TBD, Rockville, Maryland, 20857, United States
Zip Code: 20857
 
Record
SN04166227-W 20160701/160629235116-dd8a7b355f0534af7ad2dace614090ec (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.