|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 21,1998 PSA#2015General Services Administration, Information Technology Services, Fast
Program (7TF), 819 Taylor St., Rm. 11A30, Fort Worth, TX 76102-6105 D -- WORK MEASUREMENT MODEL SOL 7TF-98-0007 DUE 012398 POC Patricia G.
Renfro, Contracting Officer, (817) 978-0039; Robert Richter, Technical
Point of Contact, (301)295-3242 17(i). This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6, the test program in FAR Subpart 13.6,
and FAR Part 15, as supplemented with additional information included
in this notice. This announcement constitutes the only solicitation;
proposals are being requested and a written solicitation will not be
issued!! 17(ii). Solicitation Number 7TF-98-0007 Request for Proposal!!
17(iii). This solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular
97-02!! 17(iv). This is a full and open procurement under SIC 7373
Computer Integrated Systems Design!! 17(v). Description: There are
several contract line items, which are not optional: ITEMS LISTED
17(vi). Description: The purpose of this Request for Proposal is to
acquire the following work measurement model for Outpatient Orthopedic
Clinic Modeling and Micro Simulation Project. 1.1 Background: The
mission of the Program Analysis Directorate of the Naval Medical
Information Management Center (NAVMEDINFOMGMTCEN) includes pro-actively
providing information services and information systems that provide
health care and other related data in support of current, evolving and
future Managed Care, TriCare, and Lead Agent initiatives in the MHSS
as directed by the Office of the Assistant Secretary of Defense (Health
Affairs) and driven by customer requirements. In support of this
mission, the Program Analysis Directorate conducts medical modeling and
simulation software evaluations. The documentation of work measurement
enables clinic managers to improve patient care and reduce costs
through the definition of benchmark work standards and subsequent
process improvement plan. A complete picture of work processes and
flows at all points of human participation in the clinic gives the
clinic manager a snapshot of exactly what each health care provider
does throughout the day in the clinic. Each task for every worker will
be capturedby a wand reading a bar coded task from a sheet of bar
coded tasks and the wand and associated software will provide automated
time-marked scanning. The focus is to capture procedures and activities
in detail as they take place. Each work performer will make a trail in
which a gap or anomaly is easily distinguished. The scanning procedure
should take less than ten seconds and the wand should fit in a shirt
pocket. Every procedure or activity that is predictable may result in
a bell curve, with outliers identifiable by person, skill, location,
date, time spent, and time of day. Investigation will identify what
arises from local conditions, or other reason such as training needs,
or when there is a "best practice". The selection of a self recording
task tool is more effective than other methods. The usual methods of
work measurement suffer from a variety of deficiencies: High level,
system standards obtained by these methods ignore detail and have a
central tendency, consequently local users frequently find them
irrelevant. Use of observers directly affects the performance of the
work observed; other methods have these and other serious intervening
effects. The use of a PC resident software system which daily, at the
end of the work shift automatically collects data from each employee's
bar code reading wand provides a seamless and efficient method of data
collection. The data will be analyzed by the contractor who will
recognize and delete anomalies in the raw data. The work measurement
system will identify the work processes of the NNMC orthopedic clinic's
health care providers (physicians, interns, residents, medical
students, physician assistants, nurses, orthopedic technicians
(corpsmen). In this scenario, work measurement analysis provides the
greatest benefit in the evaluation of a clinic's productivity under
proposed changes in type and quantity of health care providers and
their processes of health care delivery. 1.2 Description: The
contractor shall develop a prototype work measurement model of the NNMC
Orthopedic clinic designed to introduce work measurement technology to
NNMC staff. The work measurement project is for a military orthopedic
outpatient clinic where the clinic management will utilize a COTS work
measurement application. 1.2.1 Task 1 -- Modeling and Work Measurement
Application: The contractor shall acquire and install, in the NNMC
orthopedic clinic, a work measurement package for 2 weeks in quarter 2
and 2 weeks in quarter 3 of FY 98 to capture the work processes of the
clinic staff. 1.2.2 Task 2 -- Model the NNMC Orthopedic Clinic: The
contractor shall model the patient flow and activities associated with
the patient flow of the NNMC Orthopedic clinic (OC) through the
capture of the work processes of the clinic's staff. The NNMC's
Orthopedic Outpatient Clinic has about 32 staff members, including nine
staff physicians, and fifteen residents. The residents, interns and
medical school students are also defined as GME students. 1. The clinic
is currently open Monday through Friday from 0800 to 1600 or until the
last patient is discharged. The same hours currently hold for the
weekend and holidays but the staff is reduced to one physician and one
technician. The clinic has 13 subspecialties including foot, ankle,
upper extremities, hand, spine, sports medicine, total joint, and
pediatric area. Referrals are self-referral, NNMC inpatient, NNMC
Emergency Room, NNMC Medical Acute Care Clinic and second opinions for
other DOD health facilities. The contractor shall record the
professional activities of about thirty two staff members of the NNMC
Orthopedics Outpatient Clinic, including, but not limited to nine staff
physicians, fifteen residents, one intern and two medical school
students for two weeks, including nights and weekends to collect work
content. The recording of GME activities pertaining to providing
medical care or medical training or medical studies in other areas of
NNMC shall also be captured. The contractor shall process data to: 1)
Break the work down by position (skill), employee, work activity,GME,
and by specialty clinic, 2) Identify activities by category as Direct
Patient Care, Indirect Patient Care, Clinic Operations, and others as
decided, 3) Identify and document the work processes so as to quantify
important elements in the care delivery system (e.g., Enter patient
data into CHCS or ADS, Remove cast, Take vital signs) and to tie
activities to patient flows, 4) Track each patient by ID, age, sex,
PATCAT, diagnosis code and procedure code via the provider's bar code
wand, 5) The contractor shall process data into reports to identify
statistical baselines, define benchmarks, plan process improvement, and
improve staffing models,6) suggest processes that can be improved, 7)
Provide the number of patients seen at the clinic, time of processes
done to each patient, all by age, sex, PATCAT, primary orthopedic
diagnoses and primary procedure, 8) provide an executive summary,9)
present specific findings and recommendations to the project team, 10)
At the end of the collection phase the contractor will preview the
results with the team for their input into design of specific reports
relating to operational issues. 1.3 Significant Milestones and
Deliverables: In fulfillment of this SOW, the contractor shall deliver
to NMIMC: 1) Monthly Status Reports, 2) Processing times for work
steps in the patient flow, print and database 3) Room utilization,4)
Provider productivity to include the number of patients seen and the
patient's associated ICD9CM diagnostic and procedure code (CPT), 5)
Trending for specific demographic and other identified data, 6) An
analysis of the activities of the staff physicians and GME students
including, but not limited to a) the staff physician's review of GME
activities, b) joint consults, and c) other teaching activities jointly
attended by both provider types, and attended by only GME students, 7)
An analysis of the time spent in entering the patient's data into CHCS
and ADS by clinic providers by clinic type 8) contractor will conduct
a planning meeting with NNMC/NMIMC staff to design the detailed work
measurement and bar coding process and the data collection effort. The
topics of this meeting will include the selection of the Clinic's
Project Manager from NNMC staff, setting the dates for the data
collection from time periods to include 2 consecutive weeks in quarter
2 and two consecutive weeks in quarter 3 of FY 98. The contractor will
also provide 9) Data collection methods and approaches, 10) Interview
key members of the Clinic staff to understand the operation,
organization, and management processes, 11) Conduct detailed
walk-through of site to identify locations, data collection protocols,
and review key operational issues to include: a) Map out the data
collection process, b) Identify job positions and specific employees to
scan, c) Identify patient flows, number of bar code readers, and
methods, d) Define key elements to be tracked by participants, e)
Define the start and end points f) Review and finalize data collection
methodology with management, project team, and project manager, and g)
Conduct an overview and training sessions for project participants
about one week prior to start of the data collection date. Further the
contractor shall provide 12) Review management goals, project
approach, and impact on future decisions, 13) Acquaint participants
with the technology and answer questions, 14) Schedule a training
meeting for all participating employees on the day prior to or on the
first day of data collection and as needed for each of the remaining
weeks 15) Conduct the data collection: a) The contractor will
distribute bar code scanners and individual bar code sets, with
instructions, b) train participants and begin scanning on the specified
date, c) The contractor will provide support on site to retrain, answer
questions, and make on-the-spot corrections to activity and process
definitions, d) The contractor will ensure that the data is retrieved
daily from the wands and processed for quality e) The contractor will
produce first-day reports and inspect them to retrain staff, identify
error patterns, and evaluate whether correct data is being collected,
f) The contractor will make corrections as needed, g) The contractor
will conduct a brief follow-up meeting with participants on the second
day of collection and provide each participant with a hard copy of
their scans, h) The contractor will provide feedback to employees and
answer additional questions, i) The contractor will retrain staff as
needed, j) The contractor will inspect and verify data accuracy daily
during the recording period, k) The contractor shall perform quality
and accuracy checks to identify suspect and invalid data, And l)
contractor shall produce an exception report. MILESTONE/DELIVERABLE
RESPONSIBILITY PLANNED(DO = Delivery Order) Project Start,NMIMC; Signed
DO + 2 weeks; Conduct planning meeting,Contractor, signed DO + 4 weeks;
Conduct detailed walk-through of Contractor, Signed DO + 5 weeks; site
to identify locations, data collection protocols, review key
operational issues,Map out data collection process, Contractor,Signed
DO + 6 weeks, Conduct an overview and training, Contractor, To be
determined but no later session for project participants about than 9
weeks after signed DO; one week prior to start of data collection,
(Date of collection, day 1=DC) Training meeting for participating
staff,Contractor; DC, day 1 or DC 1 day prior; Data collection, NNMC
Staff, DC day 1 through day 14; Produce first day report of data
collection, Contractor; DC day 1, Conduct brief follow-up meeting with
Contractor; DC day 2 participants and provide each participant with a
hard copy of their scans, Inspect and verify data accuracy and
Contractor; Each day of each 2 week period produce an exception report
in period in Q3 and Q4 of FY98; Produce a flat file of the data
collected, Contractor, One week after the final data, collection,
Produce an executive summary and specific, Contractor; one month after
final week, findings and recommendations, Monthly Project Status
Reports, Contractor; 1st working day after the 25th day of each month.
The above schedule is based on the best information available at this
time. As better information ecomes available or should unforeseen
circumstances arise, it may be necessary to modify this schedule. The
contractor assumes the responsibility of formally notifying NMIMC as
soon as it becomes likely that a scheduled date will slip by more than
seven calendar days. 1.4 Period of Performance for this firm fixed
price effort is one year after award. Selection Factors: Contractor
selection factors include: Prior experience in creating hospital clinic
work measurements as they take place using bar code wands.(40%) Prior
experience in creating clinic work measurements with bar code wands
with menu driven software to download observations from bar code wands
and produce reports.(40%) Prior experience in creating work
measurement reports for inpatient or outpatient hospital clinics.(20%)
1.6 The place of performance for this Firm Fixed Price effort is: The
contractor's place of businessand The National Naval Medical Center,
Bethesda, MD. And Naval Medical Information Management Center National
Naval Medical Center 8901 Wisconsin Ave. Bldg 27 Bethesda, MD
20889-5605. 1.6 Security: No access to classified information is
required by the contractor. Patient ID numbers shall be coded and the
codes kept by NMIMC for comparison to ADS ID numbers. 17(vii). Date of
delivery is no later than one year after award; Place of Delivery and
Acceptance is: Mr. Frank Becker, Infrastructure Integration and
Planning Department, Naval Medical Information Mnagement Center,
Building 27, code 32, Bethesda, MD 20889 (310) 295-0819!! 17(viii).
Solicitation provision at FAR 52.212-1, Instructions to Offerors --
Commercial Items (OCT 1995) is hereby incorporated by reference.!!
17(ix). The Government will award a contract resulting from this
solicitation to the responsible offeror whose offer conforming to the
solicitation will be most advantageous, representing the best value to
the Government price and other factors considered. The following
factors shall be used to evaluate offers: Evaluation will be based on
(1) Technical (a) Technical capability of the item offered to meet the
Government requirement (b) Past Performance (see below) and (c)
Delivery Terms -- ability to meet required delivery schedule and (2)
Price. Factors are listed in their relative order of importance. Past
performance will be evaluated as follows: Evaluation of past
performance shall be based on information provided by the offeror (see
below) and any other information the Government may obtain by
following up on the information provided by the offeror and/or through
other sources (i.e., offeror's performance on previously awarded FAST
delivery orders/contracts and/or contracts with other Government
entities). The offeror must identify two Federal, state, or local
government and private contracts or delivery/task orders for which the
offeror has performed work similar to the statement of work in this
solicitation. References should include the most recent contracts
completed within the last two years. The offeror shall provide a point
of contact, current telephone number and fax number for each contract.
This list is due by the date established for receipt of proposals.
17(x). Offeror's are reminded to include a completed copy of the
provision at 52.212-3, Offeror Representations and Certifications --
Commercial Items, with its offer.!! 17(xi). Clause 52.212-4, Contract
Terms and Conditions -- Commercial Items (AUG 1996), is hereby
incorporated by reference.!! 17(xii). Clause 52.212-5, Contract Terms
and Conditions Required to Implement Statutes or Executive Orders --
Commercial Items (AUG 1996), is hereby incorporated by reference. The
following paragraphs apply to this solicitation and any resultant
contract(b)(2)52.203-10,
(b)(3)52.219-8,(b)(6)52.222-26,(b)(7)52.222-35,(b)(8)52.222-36,(b)(9)5
2.222-37,(b)(15)52.225-21.!! 17(xiii). Additional Contract Terms and
Conditions applicable to this procurement are: (i)N/A (ii) Type of
Contract: A firm fixed-price definite quantity, definite delivery
contract will be awarded. (iii) Period of Performance: Delivery no
later than 30 days after receipt of order. Period of Performance is one
year from date of award!! 17(xiv). The Defense priorities and
Allocations Systems (DPAS) assigned rating for this procurement is
unrated.!! 17(xv). N/A!! 17(xvi). Signed and dated offers one original
must be submitted to GSA, FAST, 7TF, 819 Taylor Street, Room 11A30,
Fort Worth, TX 76102-6105, Attn: Patricia G. Renfro, Contracting
Officer at or before 4:00 p.m. central time, January 23, 1998.!!
17(xvii). Contact Patricia G. Renfro at 817/978-0039.!! (0016) Loren Data Corp. http://www.ld.com (SYN# 0021 19980121\D-0003.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|