SOURCES SOUGHT
U -- Clinical Skills Assessment and Evaluation Services
- Notice Date
- 1/25/2018
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Army, U.S. Army Medical Command, REGIONAL HEALTH CONTR OFC PACIFIC, ATTN: MCAA PC, BLDG 339 CLARK ROAD, FORT SHAFTER, Hawaii, 96858-5098, United States
- ZIP Code
- 96858-5098
- Solicitation Number
- W81K02-18-T-0028
- Archive Date
- 2/22/2018
- Point of Contact
- Felicia M. Jones, Phone: 3604860731
- E-Mail Address
-
felicia.m.jones16.civ@mail.mil
(felicia.m.jones16.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Joint Base Lewis-McChord Health Contracting Cell (JBLM-HCC) is soliciting for Clinical Skills Assessment and Evaluation Services to Support the Department of Surgery at Madigan Army Medical Center (MAMC), Tacoma, WA. The Contractor shall provide the services to assess clinical skills amongst trainees and staff and provide evaluations using objective and validated assessment tools. The Contractor will receive surgical or dry lab videos provided by MAMC, store the files in a HIPAA secure online repository, transcode the videos, and segment the videos into clips for assessment. The Contractor will then attach a validated assessment tool to the video clip and send it to a large panel of pre-qualified reviewers for evaluation. The large panel of pre-qualified reviewers will provide quantitative and qualitative feedback that the Contractor will analyze to create the technical skills assessment report. In addition to providing feedback on the individual video clips, the Contractor will provide aggregate scores for the individual performers and global scores for MAMC Managers. The Government anticipates that a solicitation, if issued, would be a twelve month performance period. Note: All questions regarding this requirement shall be submitted via email. Joint Base Lewis McChord Health Contracting Cell (JBLM-HCC) is seeking information on companies who provide Clinical Skills Assessment and Evaluation Services. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ) or signify an RFQ will ultimately be issued. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, JBLM-HCC is not at this time seeking quotes. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFQ, if any is issued. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. This is a RFI only to identify sources that can provide Specific Clinical Skills Assessment and Evaluation Services for Madigan Army Medical Center (MAMC), Tacoma, WA. All submissions become Government property and will not be returned. The Contractor will be expected to meet the following /Qualifications for Clinical Skills Assessment and Evaluation Services for Madigan Army Medical Center (MAMC), Tacoma, WA. Qualifications: Contract Providers (CP's) shall meet the following Qualifications Have the ability and resources to accept, process, encode and transcode videos of clinical services or simulation exercises. Have the ability and resources to edit and prepare the videos into segments that can be uploaded to their secure, online HIPPA compliant server. Have the ability and resources to solicit, qualify and aggregate reviewers, and train the reviewers on relevant and validated evaluation instruments. Have the ability and resources to distribute these videos and assessment tools to the reviewers. Have the ability and resources to store the scores (video ratings), time stamps, and attention metrics from the reviewers. Have the ability and resources to remunerate the reviewers. Have the ability and resources to analyze and mine qualitative review feedback for actionable feedback. Have the ability and resources to deliver the results, scores, and insights to the performers through a performance summary report. Have the ability and resources to catalog and provide real-time, operationalized, dashboard style, performance reports for program directors to track the progression of their trainees for those assessed tasks. The HCPs shall have sufficient skills, knowledge and experience to perform the specific tasks See paragraph 5. of the PWS. Specific Tasks: The following is a list of Specific Tasks that the successful offeror will be expected to complete: Setup dashboards and train all users on the software platform. Accept, process, encode and transcode your videos. Segment the videos to appropriate length and content to maximize reviewer feedback. Upload videos into a secure online system. Solicit pre-qualified reviewers. Solicit expert reviewers. Assign videos to pre-qualified reviewers and provide them online access to rate them. Store video ratings, time stamps, and attention metrics (raw data). Process video data and check for any attention and accuracy errors. Perform statistical analysis on results. The Government is requesting information that addresses the following: 1) How are the services typically priced (per read)? 2) Suggested contracting strategy that conforms to best commercial practices. 3) In order to aid in a possible determination to set-aside the requirement under Federal Acquisition Regulation Part 19, the Government requests that respondents indicate their business name, point of contact, business type (large business, small business, service disabled small business, etc.) in their response. North American Industry Classification System (NAICS) Code for this requirement will be 541990 (size standard of $15.0 MIL), as well as Product Service Code U012 Education/Training- Information Technology/Telecommunications Training. Respondees are cautioned, however, that this is a general description only. Additional standards and conditions apply. Responses in Microsoft Word for Office 2010 compatible format are due no later than 7 February 2018, 12:00 PST. Responses shall be limited to six pages and submitted via e-mail only to Felicia.m.jones16.civ@mail.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Questions regarding this requirement shall be submitted in writing only to the email address listed above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA16/W81K02-18-T-0028/listing.html)
- Record
- SN04799788-W 20180127/180125231311-e4041ad96fd3b4d41f3994d2ed0de0a9 (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 |