DHA DAD-MA Patient Safety Program for Military Medical Treatment Facilities
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Aug 15, 2024 02:59 pm EDT
- Original Date Offers Due: Sep 14, 2024 04:30 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Sep 29, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: R699 - SUPPORT- ADMINISTRATIVE: OTHER
- NAICS Code:
- 541611 - Administrative Management and General Management Consulting Services
- Place of Performance: Falls Church , VA 22042USA
Description
THIS IS A COMBINED SYNOPSIS SOLICIATION FOR COMMERCIAL SERVICES.
THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION.
PROPOSALS ARE BEING REQUESTED WITH REQUEST FOR PROPOSAL HT001124R0080 ATTACHED HEREIN.
The Synopsis required by Federal Acquisition Regulation (FAR) 5.203 Publicizing and response time is combined into a single document with the issuance of this solicitation in accordance with FAR 12.603 Streamlined solicitation for commercial items/services.
ALL RESPONSIBLE SMALL BUSINESS SOURCES MAY SUBMIT A PROPOSAL WHICH SHALL BE CONSIDERED BY THE AGENCY.
This is a Request for Proposal (RFP) for the Defense Health Agency DAD-MA Patient Safety Program for Military Medical Treatments Facilities to provide products, services, and educational and training resources to promote safety and prevent harm, as mandated by National Defense Authorization Act and Department of Defense Instruction (DoDI) 6025.13. The DHA PSP contributes to the DHA’s focus to achieve DHA strategic objectives, centered on Readiness—Ready Medical Force and Medically Ready Force—across all environments. Supporting the objective is the goal to achieve zero preventable harm and provide patient-centered, evidence-based care to improve patient outcomes. The DHA PSP provides products, services, and support to enable frontline healthcare personnel to eliminate harm and promote a culture of safety. The DHA PSP is managed out of the Clinical Quality Management Branch in the Clinical Support Division under the Deputy Assistant Director for Medical Affairs within DHA. The Chief of the DHA PSP manages program operations in collaboration with the Patient Safety Improvement Collaborative.
The primary functions of the DHA PSP are to promote a strong culture of safety to eliminate preventable patient harm by engaging, educating, and equipping patient care teams to institutionalize evidence-based, DHA safety practices. (1) Manage Patient Safety (PS) Events. (2) Eliminate harm through identification, investigation, and mitigation of PS events. (3) Support a Learning Organization. (4) Strengthen systems through the implementation of and lead sustainable, positive change; respectful and inclusive behaviors are instinctive and serve as behavioral norms for the organization; and the physical and psychological safety of patients and the workforce are both highly valued and ardently protected.
The DHA commitment to delivering quality, evidence-based, safe care cannot be overstated. This requires on-going cultural changes throughout the enterprise, ultimately resulting in the DHA becoming a High Reliability Organization. It is the DHA’s intent to accomplish these goals through the execution of a contract encompassing patient safety personnel at numerous Military Treatment Facilities (MTFs) coupled with training materials keyed to foster a workplace-based safety cultural transformation, guided by experts in patient safety at DHA. Services include expertise and experience required by Patient Safety Specialists (PSS), Patient Safety Consultants (PSC), Patient Safety Assistant Coordinators (PSAC), and/or Patient Safety Data Analysts (PSDA) at both inpatient and outpatient MTFs.
THIS IS NOT A CONTRACT. The Government is issuing an RFP as a 100% Small Business Set-Aside for the acquisition of commercial services IAW FAR 12 using the procedures of FAR Part 15.
Only one contract is anticipated to result from this RFP; however, the Government reserves the right to withdraw, modify, or eliminate various aspects of the requirement determined to be too costly or impractical prior to award.
This acquisition is restricted to Small Business entities as a 100% Small Business Set-Aside. The applicable North American Industry Classification System (NAICS) code is 541611 for Administrative Management and General Management Consulting Support Services, which has a small business size standard of $24.5 million dollars.
(b) Submission of proposals. This is a FAR Part 12/15 acquisition. The Offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. The offer shall not simply rephrase or restate the Government’s requirements but shall provide convincing rationale to address how the Offeror intends to meet the requirements. The Government does not intend to hold discussions; however, it reserves the right to hold discussions or negotiations if the Contracting Officer finds it necessary to do so. In addition, the Government reserves the right to seek information through clarifications or communications with the offeror. Only one contract award is anticipated resulting from this solicitation. The Government reserves the right to withdraw, modify, or eliminate various aspects of the requirement determined to be too costly or impractical prior to award. By submitting a proposal, the offeror indicates its intent to comply with all requirements of the solicitation and perform all work within the scope of an anticipated contract award. Proposals that do not comply with the solicitation instructions may be rejected without consideration or evaluation.
1. Points of Contact. Points of Contact (POC) for this solicitation are cherish.d.young2.civ@health.mil and vicki.l.whiteman.civ@health.mil.
2. Questions. Questions shall be submitted via email to the Contracting Officer/Contract Specialist (listed POCs above), no later than August 26, 2024, at 2:00 p.m. Eastern Time. Late or follow-up/additional questions will not be accepted or acknowledged after this date and time. Answers to submitted questions will be provided via solicitation amendment and posted to the Government wide point of entry. Answers will not be provided via email. It is the responsibility of the offerors to monitor the Government wide point of entry for question and answers and for any future solicitation amendments.
3. Electronic Submittal: Proposals shall be electronically submitted via e-mail to the Points of Contact identified above. The respondent to the solicitation is responsible for ensuring receipt by the POC. The firewall utilized by the Government contracting office does not authorize or accept zip files. The email system cannot accept emails with a file size greater than 6 MB. It is the Offeror’s responsibility to ensure electronic submission is received timely by the POCs. This RFP shall not be considered direction to proceed with the subject effort, nor a promise of future direction to proceed. Contractors are solely responsible for this RFP’s submission expense.
4. This is a reminder to all Offerors to see Organizational Conflict of Interest (OCI) provisions and clauses. All offerors are required to submit the list of contracts/task orders and OCI mitigation plan and other documents as required by the OCI provisions and clauses in this solicitation by the proposal due date and time. ALL OFFERORS ARE REQUIRED TO SUBMIT AN OCI MITIGATION PLAN even if the respondent has NEVER performed contracts for DHA.
Period for acceptance of proposals. The offeror agrees to hold the prices in its proposal firm for 180 calendar days from the date specified for receipt of proposals.
See the following attachments for this proposal:
Request for Proposal (RFP) DHA DAD-MA PSP for MTFs SF1449 HT001124R0080 – HT001124R0080 SF1449 is hereby provided for informational purposes which includes the CLIN Structure, Inspection/Acceptance and Delivery Information; as well as all solicitation provisions/clauses.
In addition, the following Solicitation Attachments are hereby provided:
Attachment 1 – Performance Work Statement (PWS)
Attachment 2 – Price Sheet
Attachment 3 – Quality Assurance Surveillance Plan (QASP)
Attachment 4 – PWS 7.1.1 - DHA CAC Request Process Sample Consent Letter
Attachment 5 – PWS 7.1.1 – DMDC TASS Application
Attachment 6 – PWS 7.1.2 – DHA Annual Mandatory KTR Training List
Attachment 7 – PWS 7.2. – DHA Form 49 KTR Non-Disclose Agreement (NDA)
Attachment 8 – PII, PHI & Federal Information Requirements
Attachment 9 – PWS Appendix A – Business Associate Agreement (BAA)
Attachment 10 – DAD-MA PSP CDRL Portfolio
Attachment 11 – Status of Force Agreements (SOFAs)
Attachment 12 – Past Performance Questionnaire (PPQ)
Attachment 13 – Sample Sub-Contractor Consent Letter
Attachment 14 – OCI List of Contract/Orders
Attachments/Links
Contact Information
Contracting Office Address
- PROF SERVICES CONTRACTING DIV PS-CD 7700 ARLINGTON BLVD.
- FALLS CHURCH , VA 22042
- USA
Primary Point of Contact
- Cherish Young
- cherish.d.young2.civ@health.mil
- Phone Number 7036817270
Secondary Point of Contact
- Vicki L. Whiteman
- vicki.l.whiteman.civ@health.mil
- Phone Number 7036812067
History
- Oct 03, 2024 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Sep 10, 2024 09:00 am EDTCombined Synopsis/Solicitation (Updated)
- Sep 06, 2024 01:37 pm EDTCombined Synopsis/Solicitation (Updated)
- Aug 15, 2024 02:59 pm EDTCombined Synopsis/Solicitation (Original)