Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 23, 2020 SAM #6629
SOURCES SOUGHT

R -- 580-20-1-132-0008 Commodity- Critical Care Training (AACCN) (VA-20-00008422)

Notice Date
1/21/2020 11:48:17 AM
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25620Q0261
 
Response Due
1/24/2020 8:59:59 PM
 
Archive Date
01/29/2020
 
Point of Contact
Damon WareDamon.Ware@va.gov
 
E-Mail Address
Damon.Ware@va.gov
(Damon.Ware@va.gov)
 
Awardee
null
 
Description
Department of Veterans Affairs Network Contracting Office 16 - HOUSTON In Support of the Michael E. DeBakey VA Medical Center (MEDVAMC) REQUEST FOR INFORMATION 36C25620Q0261 BACKGROUND: The MEDVAMC is required by regulatory agencies such as The Joint Commission (JC) and by OIG to provide an orientation to nurses that is related to their area of practice and that prepares them to perform competently in their area of practice. This program has been used to satisfy these requirements with positive outcomes from our surveys. Critical Care nursing requires a high level of knowledge and skill and is becoming increasingly complex. Nurses who work in these areas must be sufficiently prepared to meet the level of care complexity. There is also a need for training to be consistent in its content and methodology and to include a method(s) for evaluating the knowledge and skill levels of nurses in these units prior to completion of the orientation period. By expanding the knowledge and skill level of its nurses, Michael E. DeBakey VA Medical Center will also fulfill several strategic initiatives outlined in the Blueprint for Excellence: Deliver high quality, Veteran-centered care that compares favorably to the best of the private sector; Grow an organizational climate that engages and inspires employees to their highest possible level of performance and conduct; and Foster an environment of continuous learning, responsible risk-taking, and personal accountability. Orientation and development of the critical care nurses at Michael E. DeBakey is pivotal to meeting its goals for serving veterans and their families. CONTRACT REQUIREMENTS AACN E-Learning will provide a curriculum that is comprehensive and specific to critical care nurses. Course Objectives are: Upon completing this course, learners will be able to: Identify and implement evidence-based care strategies to prevent hospital-associated infections and complications. Demonstrate knowledge of common conditions experienced by acutely ill patients requiring critical care nursing Evaluate assessment data, and determine priority interventions for patients with critical illness. Apply an understanding of various monitoring modalities in evaluating patient progress and making patient care decisions. Anticipate potential complications, and take steps to prevent them. Assess the effectiveness of interventions for patients experiencing critical illness. The 18 modules cover the diagnostic tools, diseases and disorders, and patient management principles common in the critical care environment. ECCO 3.0 is intended to serve as an integral part of every healthcare organization s critical care nurse orientation and training. More than 1,100 hospitals in the United States and Canada have made the course part of their critical care learning environment. The course uses an engaging and interactive platform consistent with the actual practice environment. Most modules are four hours or less with opportunities for application, assessment and decision making. Learners check their understanding with reviews, assignment quizzes and module exams.� Content related illustrations and animation, click-to-view topics and interactive exercises are used throughout the course to accommodate a wide variety of learning styles. An implementation guide helps educators incorporate critical thinking, hands-on clinical training and blended learning into their orientation programs. A modular approach to course delivery allows educators to tailor learning to the specific needs of the learner and lesson plans.� Users progress can be tracked through every module, with a variety of reports available. VA nursing staff shall be able to modify the program for alignment with VA, VISN, and VA-specific objectives if necessary. Delivery Method and Schedule The program shall be a packaged electronic learning system administered by Michael E. DeBakey VA Medical Center and its clinical instructors assigned to the critical care units. The program shall be accessible on-demand. The contractor (AACN) shall be able to provide a commercial, off-the-shelf product that has been used and delivered with prior success to more than 1,100 hospitals in the United States and Canada. Course materials shall be accessible within 7-10 days after receipt of order(ARO). Customer Support Contractor shall be available to support and provide assistance to VA Medical Center staff to answer questions, help resolve problems, and advise for maximum outcome results. Evaluation Metrics the program has an integral tracking and reporting system that is used to evaluate learner progress and competency. A report is accessible to managers and educators on demand. Target Audience the program shall be appropriate for nurses who are new to the critical care units and to those who need to refresh their knowledge and skill. Please respond if you can provide the following items; BRAND Description Quantity American Association of Critical-Care Nurses (AACN) Critical Care Training for 30 Nurses 1 EA American Association of Critical-Care Nurses (AACN) 2 Year Site License 1 EA REQUESTED RESPONSES: The intent of this Request for Information is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following: Please respond to this RFI if you can provide the exact brand name products listed in the table in the background section above. In the response please cite your business size status. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please respond to this RFI if you can provide supplies that may be determined EQUIVALENT to the products listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of potentially equivalent items, please respond to this RFI. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g. if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). Please note that if no responses to this notice are received, from either authorized distributors of the cited brand name nor from manufacturers marketing a potentially equivalent brand, then this action will be sole sourced to the manufacturer cited in the Background section above. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to Damon.Ware@va.gov. Please respond to this RFI no later than January 24, 2020 11:59pm CST. DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/382b8fd3f2ac4eed826d3d476a19b800/view)
 
Place of Performance
Address: 2002 Holocombe Blvd;Houston, Texas 77030, USA
Zip Code: 77030
Country: USA
 
Record
SN05539752-F 20200123/200121230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.