SOURCES SOUGHT
R -- Enhancing Quality Assessment and Performance Improvement (QAPI) Programs in Transplant Programs and Hospitals
- Notice Date
- 1/26/2012
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Health and Human Services, Centers for Medicare & Medicaid Services, Office of Acquisition and Grants Management, 7500 Security Blvd., C2-21-15, Baltimore, Maryland, 21244-1850
- ZIP Code
- 21244-1850
- Solicitation Number
- APP120798
- Archive Date
- 3/2/2012
- Point of Contact
- Andrew P. Crochunis, Phone: 4107868261
- E-Mail Address
-
Andrew.Crochunis@cms.hhs.gov
(Andrew.Crochunis@cms.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUB Zone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. The Centers for Medicare & Medicaid Services, Office of Clinical Standards and Quality, Survey and Certification Group (SCG) is seeking a source that has expertise in hospital and/or transplant quality improvement activities and can provide all necessary services, qualified personnel, material, equipment and facilities to assist CMS to (1) conduct onsite focused surveys to assess the extent to which hospitals and transplant programs have an effective, internal quality assessment and performance improvement (QAPI) system, (2) develop and deliver education to state and federal surveyors to increase survey skills for QAPI, and (3) act as an important national resource team as we develop these important skills and begin to affect change at both the local and national levels, through these QAPI efforts. This is critical to the work of the OCSQ, Survey and Certification Group and contributes to the HHS, Partnership for Patients Initiative, a national partnership with hospitals, doctors, nurses, patients, families and employers intended to reduce preventable injuries, hospital acquired conditions and complications in patient care. The Contractor will have or have the ability to obtain expert QAPI survey staff prior to any potential award that are required to have knowledge of concepts, principles, tools and applications of quality improvement and patient safety, a Master's degree in nursing, health care management or a related field ( or equivalent experience and education with the approval of CMS); experience in evaluating and/or managing health care quality improvement activities in transplant, hospitals and/or other healthcare setting; analyzing problems systemically, conducting qualitative and quantitative data analysis and interpretation, and designing/conducting quality improvement and evidence-based improvement projects. The expert staff must also be eligible to obtain Federal surveyor credentials (a description of minimum surveyor requirements can be found in Section 4009 in the State Operations Manual, https://www.cms.gov/manuals/downloads/som107c04.pdf). The Contractor's capability to successfully identify, recruit, retain, and manage a team of QAPI survey experts is critical to this source identification, and critical to SCG's contribution to Partnership goals to reduce preventable injuries nationwide. Anticipated period of performance is 12 months with four one-year option periods. Any potential contractors should respond with capability statements electronically no later than 10:00am EST by February 16, 2012 to Andrew Crochunis by email at Andrew.crochunis@cms.hhs.gov with a CC to Mark Paugh by email at mpaugh@cms.hhs.gov. Provide a capability statement demonstrating relevant experience, skills and ability to fulfill the Government's requirements for the above. The capability statement should contain enough sufficient detail for the Government to make an informed decision regarding your capabilities; however, the statement should not exceed 10 pages. Please also include the following in your response: Business Information -- a. DUNS: b. Company Name c. Company Address d. Current GSA Schedules appropriate to this Sources Sought e. Do you have a Government approved accounting system? If so, please identify the agency that approved the system. f. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All contractors must register on the CCR located at http://www.ccr.gov/index.asp g. Company Point of Contact, Phone and Email address h. Point of Contact, Phone and Email address of individuals who can verify the demonstrated capabilities identified in the responses. i. Provide the NAICS code in which you would operate under for this service Questions regarding this sources sought notice will not be accepted. This notice does not obligate the Government to award a contract 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 solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. 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/HCFA/AGG/APP120798/listing.html)
- Place of Performance
- Address: 7500 Security Blvd, Baltimore, Maryland, 21244, United States
- Zip Code: 21244
- Zip Code: 21244
- Record
- SN02662295-W 20120128/120126235205-ab5c77cf9416c765e9624358f15fc4a8 (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 |