Veterans Affairs



IntroductionThe Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) intends to award a contract on a sole source basis with the Studer Group, LLC to acquire evidence-based training for leader rounding on staff. The VHA, PCAC intends on awarding this contract pursuant to the authority of FAR 13.501, “only one responsible source and no other supplies or services will satisfy agency requirements.” Responsible sources may identify their interest and capability to respond to the requirement by submitting a capability statement in accordance with the procedures stated herein. This notice of intent is not a request for competitive quotations; however, responses received within ten days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.Requirement DescriptionThe Veterans Health Administrations (VHA), Program Contracting Activity Central (PCAC) requires a contractor to provide training to clinical service chiefs and executive leadership at VHA Medical Facilities [up to 30 per facility] with the objective of promoting an environment of leader accountability and high performance; reducing provider burnout; and increasing engagement of leadership with frontline staff through a standardized evidence-based methodology. The training should be primarily face-to-face with the option for virtual training opportunities at 41 separate sites throughout five (5) Veterans Integrated Service Networks (VISNs). Training should include use of an electronic rounding tool, evidence-based materials on rounding, and access to speakers and written content to enhance leader learning and hardwiring of rounding practice.The Contractor shall provide all required training materials, books, pamphlets and all other materials required to conduct the training. The contractor shall also:Have the capacity to provide rapid deployment (within 2 months of contract award) of the requested service, and to complete coaching within a timeframe to see demonstrable improvements in employee engagement, and accountability within one year of full deployment. Accountability should be demonstrated by transparency in being able to measure leader compliance with rounding and mitigating issues/concerned raised by employees, and measuring of employee compliance with raising concerns and addressing issues and work assigned as a result of rounding.Provide certified coaches [particularly physician coaches] with proven expertise in healthcare operations.Have the capability to provide participants materials to be able to efficiently “round” on staff including an electronic documentation platform with the capability for monitoring employee and leader performance and infrastructure to document, collate, and assess quality and safety issue trends. While this electronic platform will not be used currently to synchronize with Cerner derived electronic health record systems, it should have demonstrated capability to integrate with a Cerner electronic health record for patient related health information (e.g. name, room number etc.).The VHA, PCAC anticipates a single award, firm-fixed-price contract in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 13.5. The applicable NAICS code is 611430 with a size standard of $11.0 million.Capability StatementGeneral InstructionsSubmissionCapability statements shall be submitted electronically via email to shaun.mcweeny@. Only electronic responses will be accepted. Responses shall be received on or before August 28, 2017 at 12:00 PM (EDT). Late responses shall not be accepted. QuestionsQuestions shall be submitted electronically via email to shaun.mcweeny@. The subject line of the email shall start with [Evidence-Based Training].Submission InstructionsResponse Preparation CostsThe Contracting Officer is the only individual legally authorized to commit the Government to the expenditure of public funds in connection with any procurement. This special notice does not commit the Government to pay any costs for the preparation and submission of a response, and any information solicited. FormatThe response shall be clearly indexed and logically assembled. Arial or Times New Roman fonts are required. Characters shall be set at no less than normal spacing and 100% scale. Font size shall be no smaller than 12-point. The response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 7MB in size.Content RequirementsTab I: Cover Page Requirements: The cover page shall include the following information:Special Notice Number (VA701-17-N-0193);Company Name;Company Address;Company Point of Contact (Name, Phone Number, email address);Company Data Universal Numbering System (DUNS) Number;Company Business Size;Company Business type (i.e., Large Business, Small Business, Service-Disabled Veteran-Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, Hub Zone Small Business, etc.);Company’s Federal Supply Schedule (FSS) Contract (If applicable). Provide the GSA Contract Number and relevant Special Item Number(s) (SINs) applicable to this requirement.Tab II: Capability Information Requirements: Respondents shall provide a general capabilities statement to address the following information:Provide no more than five (5) contracts that your company has performed within the last three (3) years that are of comparable size, complexity, and scope to this requirement. Please include the following information (at a minimum) for each contract:Contract Name;Contract Scope;Awarded Price/Cost;Government’s technical representative/Contracting Officer’s Representative (COR) and current email address, telephone and fax numbers (or commercial point of contact equivalent);Demonstrate work with similarly large Healthcare service organizations of at least 150 hospitals located in rural, urban, and metropolitan settings in the last three years.Demonstrate ability to provide evidence of standardized tools that have proven performance outcomes in improvement in employee engagement measures (e.g. reduction of intent of employees to leave health system, or improvement of effective communication with leadership) at one year. Additionally, there should be demonstration of sustainability of employee engagement improvements beyond the initial implementation year, including specific evidence of a reduction in physician and nurse turnover.DisclaimerResponses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this notice. No evaluation letters and/or results will be issued to the respondents; however, the Government does reserve the right to contact any respondent and/or respondent reference to obtain additional information. At this time, no solicitation exists; therefore, please do not request a copy of the solicitation. Any resulting procurement action will be the subject of a separate, future announcement. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this specialist notice. All costs associated with responding to this special notice will be solely at the responding party’s expense. (End) ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download