Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2010 FBO #3036
SOLICITATION NOTICE

Q -- Patient Safety Specialist Services in support of the Department of the Navy

Notice Date
3/16/2010
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
N00189 FISC NORFOLK, PHILADELPHIA OFFICE 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018910RZ050
 
Response Due
4/30/2010
 
Archive Date
3/31/2010
 
Point of Contact
Mary Mezzatesta 215-697-9691
 
Small Business Set-Aside
Total Small Business
 
Description
The Fleet and Industrial Supply Center (FISC) Norfolk Contracting Department, Philadelphia Office intends to procure Patient Safety Specialist Services on a 100% small business set aside basis at various Naval Medical Treatment Facilities (MTFs) within the continental United States (CONUS) and outside the continental United States (OCONUS). As part of the Department of Defense (DoD) Military Health System Patient Safety Program (MHSPSP), the Contractor shall assist the Risk Management/Performance Improvement team and shall work on-site in collaboration with military medical treatment (MTF) staff and patients for optimization of patient safety. The Contractor shall be responsible for collection, analysis, and display of data, and completion and submission of reports of data and teaching as it relates to the MTFs' Patient Safety Program. A sampling of the specific duties include: (1) collate, display, and perform trend analysis and other statistical computation. Utilize patient safety analysis techniques/methods including root cause analysis, cause and effect analysis, and failure and effects analysis (FMEA) and tracer methodology as applied to the health care setting in the design, analysis, and trending of patient safety program related data; (2) utilize statistical and epidemiological tools to assist staff in the analysis of data from adverse/sentinel events, close calls/near miss or project data findings; (3) review all adverse events and close call reports and assign a harm score score. All reports involving unanticipated death or serious permanent harm must have a root cause analysis completed within 45 days of the event occurrence; (4) participate in preparation for oversight visits by the internal and external review groups and assist MTF efforts to fulfill Joint Commission patient safety standard! s including but not limited to Navy Regional and Inspector General visits; and (5) develop, coordinate, present, and teach ongoing patient safety education in the form of command orientation, just-in-time training for RCA teams, one-on-one consultations, and in-service training to clinicians and other medical and administrative staff. Specific locations of work may include: (1) Naval Health Clinic Annapolis, MD; Naval Health Clinic Beaufort, SC; Naval Health Clinic Cherry Point, NC; Naval Health Clinic Charleston, SC; Naval Health Clinic Corpus Christi,TX; Naval Health Clinic Quantico, VA; (2) Naval Hospitals: Bremerton, WA; Camp Lejuene, NC; Guam; Lemoore, CA; Naples, Italy; Oak Harbor, WA, Pensacola, FL; Twenty-Nine Palms, CA; and (3) Naval Medical Centers: Portsmouth VA; San Diego CA; and the National Naval Medical Center Bethesda, MD. The Contractor shall provide services Monday through Friday, exclusive of federal holidays. The Government is using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described services. The solicitation will require the submission of technical and price proposals and the technical proposal will be considered more important than the price proposal. The Government may elect to award a single Firm Fixed Price (FFP) contract or make FFP awards by CLIN / MTF location to two or more sources under the solicitation. The resultant Firm Fixed Price contract(s) will encompass a one-year base period of performance commencing on or around 29 September 2010 with four (4), one-year option periods to extend the term of the contract through Fiscal Year 2015. The applicable North American Industry Classification System (NAICS) Code and size standard are 541990 and $7,000,000.00, respectively. Upon issuance, Solicitation N00189-10-R-Z050 will be made available electronically at the following internet address: https://www.neco.navy.mil. Interested parties are responsible for monitoring the abovementioned website for posting of the solicitation and any amendments issued thereto.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018910RZ050/listing.html)
 
Record
SN02094246-W 20100318/100316235929-5f03d62dd1a09a38b97b3be6a13c4dab (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.