SOURCES SOUGHT
Q -- Organ Procurement and Transplantation Network - Sources Sought
- Notice Date
- 1/27/2017
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Health and Human Services, Health Resources and Services Administration, Office of Acquisitions Management and Policy, 5600 Fisher Ln., Room 13A-19, Rockville, Maryland, 20857, United States
- ZIP Code
- 20857
- Solicitation Number
- 17-250-SOL-00041
- Point of Contact
- Patrick Mauro, Phone: 3019455151
- E-Mail Address
-
pmauro@hrsa.gov
(pmauro@hrsa.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice Contracting Office Address Health Resources and Services Administration (HRSA) Office of Acquisition Management and Policy 5600 Fishers Lane Rockville, MD Description This is a SOURCES SOUGHT NOTICE to determine the availability and capability of private nonprofit entities to establish and operate an Organ Procurement and Transplantation Network (OPTN). The Division of Transplantation (Program), Healthcare Systems Bureau (HSB), Health Resources and Services Administration (HRSA) is seeking a private nonprofit entity that has an expertise in organ procurement and transplantation to establish and operate a national system that keeps a list of individuals who need organs and, with established medical criteria, matches organs and individuals included in the list. Additionally, the contractor will collect and disseminate information related to organ transplantation, and establish membership and medical policy criteria, as required by statute. The Contractor will be required to do the following: 1.The Organ Procurement and Transplantation Network shall- A.establish in one location or through regional centers- i.a national list of individuals who need organs, and ii.a national system, through the use of computers and in accordance with established medical criteria, to match organs and individuals included in the list, especially individuals whose immune system makes it difficult for them to receive organs, B.establish membership criteria and medical criteria for allocating organs and provide to members of the public an opportunity to comment with respect to such criteria, C.maintain a twenty-four-hour telephone service to facilitate matching organs with individuals included in the list, D.assist organ procurement organizations in the nationwide distribution of organs equitably among transplant patients, E.adopt and use standards of quality for the acquisition and transportation of donated organs, F.prepare and distribute, on a regionalized basis (and, to the extent practicable, among regions or on a national basis), samples of blood sera from individuals who are included on the list and whose immune system makes it difficult for them to receive organs, in order to facilitate matching the compatibility of such individuals with organ donors, G.coordinate, as appropriate, the transportation of organs from organ procurement organizations to transplant centers, H.provide information to physicians and other health professionals regarding organ donation, I.collect, analyze, and publish data concerning organ donation and transplants, J.carry out studies and demonstration projects for the purpose of improving procedures for organ procurement and allocation, K.work actively to increase the supply of donated organs, L.submit to HRSA an annual report containing information on the comparative costs and patient outcomes at each transplant center affiliated with the organ procurement and transplantation network, M.recognize the differences in health and in organ transplantation issues between children and adults throughout the system and adopt criteria, polices, and procedures that address the unique health care needs of children, N.carry out studies and demonstration projects for the purpose of improving procedures for organ donation procurement and allocation, including but not limited to projects to examine and attempt to increase transplantation among populations with special needs, including children and individuals who are members of racial or ethnic minority groups, and among populations with limited access to transportation. A contract is anticipated for one (1) 12-month base period and four (4) 12-month option periods. Funding will be provided from appropriated funds and patient registration fees. The NAICS Code is 541611, with a small business size standard of $15 million. Interested potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow assessment. Responses to this notice shall be limited to 10 pages, and must include the following and the capability statement: 1.Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2.Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3.DUNS number, CAGE Code, Tax Identification Number, and company structure. Companies also must be registered in the System for Award Management (SAM) database (http://www.sam.gov) in order to be considered as potential sources. 4.If the company has a Government approved accounting system, please identify the agency that approved the system. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this notice must be received by the Contract Specialist named below no later than 10:00 AM Eastern Standard Time on Monday, February 13, 2017, for consideration. All capability statements must be received by e-mail. Responses to this announcement will not be returned, and there will not be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and HRSA may contact one or more respondents for clarifications or for information that will enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. POINTS OF CONTACT Patrick Mauro Contract Specialist U.S. Department of Health and Human Services HRSA | OAMP | Division of Primary Care and Health Infrastructure Services 5600 Fishers Lane Rockville, MD, 20857 PMauro@HRSA.gov PLACE OF PERFORMANCE Contractor's site.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ca99e205d614372a8c034558e1f5cd52)
- Record
- SN04383832-W 20170129/170127234514-ca99e205d614372a8c034558e1f5cd52 (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 |