SOURCES SOUGHT
R -- High Reliability Healthcare Organization Transformation Services for Madigan Army Medical Center, Joint Base Lewis McChord, WA
- Notice Date
- 2/18/2015
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
- ZIP Code
- 98431-1110
- Solicitation Number
- W91YU0-15-T-0078
- Response Due
- 2/25/2015
- Archive Date
- 4/19/2015
- Point of Contact
- Thomas A. Lamb, 360-486-0728
- E-Mail Address
-
Western Regional Contracting Office
(thomas.a.lamb.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Western Regional Contracting Office (WRCO) is conducting a Sources Sought for Market Research purposes only. There is no solicitation available at this time. Requests for solicitation will receive no response. This Sources Sought is conducted to identify potential sources capable of meeting the requirements for High Reliability Healthcare Organization Transformation Services for Madigan Army Medical Center, Joint Base Lewis McChord, WA and its associated facilities. The contractor shall be a nationally recognized company specializing in training large medical facilities. The contractor shall coach/train all MAMC leaders and staff on methods/techniques that proven to improve patient/employee satisfaction and enhance the quality and safety of provided healthcare, improve accountability, and reduce process/outcome variability (clinical and administrative). The contractor shall teach MAMC personnel the techniques, processes, and supporting tools/templates that have been statistically proven to produce sustained improvement at other large medical centers. The contractor shall provide MAMC with all supporting tools (preferably automated)/templates/reference documents required to achieve and sustain the desired outcomes (compliance with established MEDCOM quality, safety, and productivity targets). The overall objective is to transform MAMC into a high reliability organization (HRO) that consistently provides safe, efficient, effective, and patient-centered care and whose employees are high-performing team players who enjoy working in the organization. The contractor shall complete a baseline organizational assessment (within first 30 days of award) of employee satisfaction, patient satisfaction, productivity, patient safety reporting, compliance with Healthcare Effectiveness Data and Information Set (HEDIS) and ORYX for Hospitals (National Hospital Quality Measures), and other MEDCOM Integrated Resource and Incentive System (IRIS) standards followed by quarterly assessments to validate progress towards organization objectives. The contractor will create a staff mentoring and education program and a strategic plan for sustained improvement of the areas listed above. MAMC's desired end state is to become a high reliability healthcare organization with all staff and leaders working under a shared cultural vision and using standardized techniques and processes that are quote mark hardwired quote mark (i.e., engrained within the organization and continue on despite the turnover associated with military transitions). Desired outcomes include: consistent employee satisfaction scores above 90%, patient satisfaction scores above 95%, reduced turnover of MAMC's civilian staff (which costs MAMC nearly $5 million a year in lost productivity and hiring/training costs) and compliance with Integrated Resourcing & Incentive System (IRIS) metrics (which result in increases or decreases in budget projections.) The goal is to achieve/exceed all IRIS targets, resulting in no budget decrements and a sustained minimum overall incentive pay to MAMC of $500,000 a month. SPECIFIC TASKS. 1. The contractor shall complete a baseline organizational assessment (within first 30 days of award) of employee satisfaction, patient satisfaction, productivity, patient safety reporting, compliance with HEDIS and ORYX, and other MEDCOM Integrated Resource and Incentive System (IRIS) standards followed by quarterly assessments to validate progress towards organization objectives. 2. Contractor shall implement an organization wide goal setting system for leaders to instill objective accountability at all levels of the staff and employees. The contractor's approach will include breaking the Commander's organizational priorities into roughly 6-8 objectives and create measureable goals for each leader to achieve during each year of the contract. Progress will be tracked in monthly intervals and reviewed in a standardized monthly supervisory meeting to ensure a quote mark no surprise quote mark year-end evaluation of goal performance. Each goal will be advanced during the year through 90-day action plans where the actions required achieving goal success will be tracked. 3. The contractor shall develop and deliver quarterly Leadership Development Institutes where the curriculum and design process will be built in collaboration with MAMC senior leadership, coached by the contractor's mentors, and will focus on helping leaders develop the requisite skills and leadership competencies necessary to achieve the performance targets. 4 The contractor shall target coaching and hands-on assistance to build consistent leadership traits that create better places to work, practice medicine, and receive care resulting in employee satisfaction scores of 90% or above during each assessment. 5. The contractor shall provide focused coaching with leadership to address employee performance gaps (high, middle, and low performers.) 6. The contractor shall provide access to contractor's software, publications, video, online resources, reduced tuition to attend contractor's offsite training events, and access to network of experts across functions and geographies. 7. The contractor shall conduct targeted coaching and hands-on assistance to build consistent leadership traits that are proven by evidence and application to achieve and sustain an Army Provider Level Satisfaction Survey overall outpatient satisfaction score of 95% or above on each month report. 8. The contractor shall conduct targeted coaching and hands-on assistance to build consistent leadership traits that are proven by evidence and application to achieve and sustain compliance with IRIS targets resulting in a minimum positive return of at least $500,000 a month. 9. The contractor shall provide user friendly, automated accountability systems and tools for MAMC leaders to use. WRCO anticipates a Firm Fixed Price contract will be awarded. WRCO anticipates a 1-year base Period of Performance (POP) 1 June 2015 - 31 May 2016 with two 1-year option periods, ending 31 May 2018, if exercised. Information is being collected from all potential sources at this time. The Government will not answer any questions. Firms responding to this announcement should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). The National American Industry Classification System (NAICS) code for this action is 541990, All Other Professional, Scientific, and Technical Services. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. WRCO has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform over 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. All interested parties shall submit a capabilities package. The capabilities package should be BRIEF and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided, including whether this experience was as a prime or subprime contractor, whether it was in support of a Government or commercial contract, and what the scope of the experience was. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Interested contractors will clearly explain how they intend to meet the stated requirements. Your statement of capabilities should include the following: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; and Small business size certification, if applicable. Please submit one (1) electronic copy of your response to thomas.a.lamb.civ@mail.mil. Statements should be submitted no later than Wednesday, 25 February 2015 at 12:00 (Noon) PM Pacific. The Government will not answer any questions. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU0-15-T-0078/listing.html)
- Place of Performance
- Address: Madigan Army Medical Center 9040 Jackson Avenue Tacoma WA
- Zip Code: 98431
- Zip Code: 98431
- Record
- SN03644564-W 20150220/150218234610-61a25ef954f39e4849a95ac668220321 (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 |