Search Contract Opportunities

National Realignment Strategy

ID: VA10117Q0395 • Type: Sources Sought
By the Time It's in SAM, It's too Late

Find opportunities months earlier with HigherGov forecasts

Free Trial Schedule Demo

Description

Posted: May 23, 2017, 2:39 p.m. EDT
Please see the changes to the capability statement requirements listed below. All changes are incorporated in section B CAPABILITY AND EXPERIENCE INFORMATION. Instruction for responding to this Sources Sought Notice Firms interested in submitting their capabilities statement for this project, you must include the following information: (1) Company name, address, point of contact with phone number and e-mail address; (2) Business size determination and qualifying small business status (3) The applicable Source Sought Number identified in the cover page of this notice. Please limit responses to fifteen (15) pages. Any firm responding to this notice should ensure that its response is complete and sufficiently detailed. Respondents are requested to limit responses to the information, and in the format provided below. The Contractor capability statement shall include, but not be limited to: A - GENERAL INFORMATION Organization Name and the year in which the company was established/founded (please list any previous names used). Company ownership (public, private, joint venture). What is your socio economic designation, if applicable? Identify any GSA schedules or other contract vehicles you hold that support this work as described in the background/project description. (Small Businesses Only) The Government anticipates this contract effort will require an estimated 5 consulting teams as described above to support the project requirements within a limited timeframe. Explain how your firm can meet the requirements of FAR 52.219-14, Limitations on Subcontracting for an effort of this scale. B CAPABILITY AND EXPERIENCE INFORMATION B1. Consulting Experience: Provide at least three examples, with the last three years, where you have built healthcare strategy and significantly influenced healthcare delivery systems for major commercial clients to demonstrate your current capability as a prime contractor. Provide similar examples supporting the Department of Veterans Affairs. If possible, include any related experience with the Veterans Health Administration (VHA). Please specify in your examples if you performed these duties as a prime contractor or sub-contractor (preferably prime). B2. Corporate Experience: Provide recent examples demonstrating your company s robust understanding of Tricare, FEHBP, Medicare, and Medicaid indicative of an ability to advise the Department of Veterans Affairs on potential partnership opportunities/synergies with these Federal Payers. B3. Capability to Perform: Identify a team composition (and associated tasks and responsibilities) for this national healthcare system (service delivery) optimization initiative. Indicate how you, as a prime contractor, would build out at least five such teams to simultaneously evaluate five markets at a time. Please submit capability packages via email to: David Bullerwell@va.gov no later than May 26, 2017, by 3:00 pm EDT with the subject line title National Realignment Strategy [Company Name]. CFM anticipates the solicitation will issue on or around June 2017. At this time, no solicitation exists, therefore, DO NOT REQUEST A SOLICITATION PACKAGE.
Posted: May 19, 2017, 1:07 p.m. EDT
THIS IS A SOURCES SOUGHT NOTICE ONLY. Solicitations are not available at this time. Requests for a solicitation will not receive a response. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received, provide feedback to respondents with respect to any information submitted, or respond to any questions or comments that may be submitted in response to this sources sought. This notice does not constitute a commitment by the United States Government and does not obligate the Government to award a contract or otherwise pay for the information provided in response. Responders are solely responsible for all expenses associated with responding to this Sources Sought. The purpose of this Sources Sought is to determine the acquisition strategy regarding small business participation and vehicles and methods to acquire the services. Through this process, VA is requesting the capabilities and past performance of large and small business contractors interested in providing these services for VA. Interested small business contractors including Veteran-Owned, Service Disabled Veteran-Owned Small Businesses, Small Disadvantaged Business, Women-Owned, 8(a)'s, or HUBZones are encouraged to respond. The agency does not intend to award a contract but rather gather capabilities and market information pertinent for acquisition planning. The responses to this Sources Sought will be captured as market research and may contribute to the development of an acquisition strategy. Information provided may be used to assess tradeoffs and alternatives available for the potential requirement and may lead to the development of a solicitation. All submissions become Government property and will not be returned. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Background/Project Description: VA is assembling an Integrated Project Team (IPT) to develop a National Realignment Strategy optimizing Veterans Health Administration (VHA) market area health care delivery to establish high performing health care networks for VHA services and facilities. The resultant National Realignment Strategy will be presented to a Statutory VA Advisory Commission who will assess the strategy, provide preliminary approval, and then submit it to Congress for final approval. Detailed market-level assessments are needed to inform the VHA National Realignment Strategy (NAS). These assessments provide two main benefits: Establish Veteran-centric and cost effective High Performance Networks in every market (currently defined as 96) Develop capital consolidation and investment or divestment options that support future High Performing Networks (HPN) Executive support will be required throughout this project to ensure the success of each phase toward producing a robust National Realignment Strategy. Communication materials for each market must provide consistent content, formatting, and structure to be easily understood by market staff and program participants. Provide strategic messaging, facilitated work sessions, facilitated leadership meetings, visioning sessions, internal and external message segmentation and stakeholder management to support all Task Areas. Provide legislative insight and experienced support to shepherd potentially high-visibility initiatives to national, state, and local government officials. Provide high impact technical writing and graphic support for all communications products, reports, and briefings described in all Task Areas. Program support will be provided to align all Task Areas, deliverables, and government stakeholders. Travel is required for at least five teams of five healthcare planners and data analysts to assess up to 96 markets within an established period of performance, as well as monthly coordination meetings in DC with VA leadership. Additional travel funding would be required for Special Studies and Analyses. Task Area 1 National Enterprise Strategy to Create High Performing Networks and Optimize Health Care Service Delivery Using a VA supplied methodology defined through a pilot conducted by VHA (April-August 2017), develop a National Enterprise Strategy to Create High Performing Networks and Optimize Health Care Service Delivery by defining an optimum Health Care Service Delivery System Design for each of the identified markets across the Veterans Health Administration (now identified as 93 plus three previously completed pilot markets, for a total of 96) that will continue to improve access, satisfaction and deliver efficient, high quality care in a Veteran centric way. Task Area 2 Special Studies and Analyses Related to Operating Concurrent Care Delivery Systems Assess the impact, risk, and opportunity of phasing in, phasing out, and running concurrent healthcare delivery and healthcare benefit systems. Perform future visioning and systems modeling analyses to identify ways in which parallel care options can be run successfully in the enhanced VA Enterprise Healthcare Delivery Model. Task Area 3 Draft Business Plans to Support Implementation Following from the market assessments, develop draft business plans to show estimates of the initial staffing, funding, timeline and procedures to begin implementation of Congressional Commission recommendations. Working in tandem with applicable support providers (e.g., commercial providers in the market, key agencies, etc.), develop business plans with timeline, milestones, and governance frameworks that allow VISNs to execute the national realignment strategy at the market local level. Task Area 4 Continuous Evaluation and Course Correction In close coordination with VA leadership and external stakeholders (possibly the Advisory Commission), provide continuous evaluation by revisiting any markets where new policies or large demographic changes might impact options defined during the first round of market assessments. Also in close coordination with VA leadership, make course corrections to existing and future market assessments to address evolving strategic input from the Advisory Commission and other stakeholders. Task Area 5 Other Special Studies and Analyses These additional studies and analyses would further enable VA to optimize its High Performing Network Design and National Realignment Strategy and elicit appropriate executive support, strategic communication, and stakeholder management. These efforts could be accomplished in any combination and might occur in advance, simultaneous, and/or subsequent to each other. Possible Topics include but are not limited to: Future Payer and/or Provider Strategies Medical Education and Medical Research Rural Health Care Telehealth Leveraging Wellness Opportunities Public/Private Partnerships Facility Master Planning Other Special Programs (e.g., Mental Health, Long Term Care) Task Area 6 Capital Investment Planning Based on the resultant service and facility realignment recommendations, provide capital investment planning for all retained VA sites of care impacted by these realignments. Task Area 7 Data Collection and Application Requirements Work with VA in the collection, categorization, and transformation of current healthcare delivery system performance data to evaluate gaps related to aligned commercial performance data and future market performance monitoring goals and objectives. Provide requirements for future applications and instruments that would be needed to better measure market performance or other Enterprise needs. To complete this, the VA is planning to solicit for an award that requires vendors with deep and broad healthcare system planning and consulting expertise that is able to maintain objectivity and enhance VA credibility with congressional and other external stakeholders. The period of performance could be for up to a maximum of three (3) years from the date of award, although market surveys will be completed in an expeditious manner and may be required within one (1) year. Sources Sought Notice This Sources Sought will be used for market research to give Office of Construction and Facilities Management (CFM) the opportunity to engage with contractors to determine overall interest in the mission, experience with healthcare consulting services, capacity to successfully accomplish the work, and small business participation. This Sources Sought Notice is for market research purposes in accordance with Federal Acquisition Regulation (FAR) Part 10. It does not constitute a solicitation and is not to be considered as a commitment by the Government. All firms responding to this sources sought notice are advised that their response to this notice is not a request that will be considered for contract award. All interested parties will be required to respond to the resultant solicitation separately from their response to this sources sought. Instruction for responding to this Sources Sought Notice Firms interested in submitting their capabilities statement for this project, you must include the following information: (1) Company name, address, point of contact with phone number and e-mail address; (2) Business size determination and qualifying small business status (3) The applicable Source Sought Number identified in the cover page of this notice. Please limit responses to fifteen (15) pages. Any firm responding to this notice should ensure that its response is complete and sufficiently detailed. Respondents are requested to limit responses to the information, and in the format provided below. The Contractor capability statement shall include, but not be limited to: A - GENERAL INFORMATION Organization Name and the year in which the company was established/founded (please list any previous names used). Company ownership (public, private, joint venture). What is your socio economic designation, if applicable? Identify any GSA schedules or other contract vehicles you hold that support this work as described in the background/project description. (Small Businesses Only) The Government anticipates this contract effort will require an estimated 5 consulting teams as described above to support the project requirements within a limited timeframe. Explain how your firm can meet the requirements of FAR 52.219-14, Limitations on Subcontracting for an effort of this scale. B CAPABILITY AND EXPERIENCE INFORMATION B1. Consulting Experience: Provide at least three recent examples where you have built healthcare strategy and significantly influenced healthcare delivery systems for major commercial clients. Provide similar examples supporting the Department of Veterans Affairs. B2. Corporate Experience: Provide recent examples demonstrating robust understanding of Tricare, FEHBP, Medicare, and Medicaid indicative of an ability to advise the Department of Veterans Affairs on potential partnership opportunities/synergies with these Federal Payers. B3. Capability to Perform: Identify a team composition (and associated tasks and responsibilities) for this national healthcare system (service delivery) optimization initiative. Indicate how you would build out at least five such teams to simultaneous evaluate five markets at a time. Please submit capability packages via email to: David Bullerwell@va.gov no later than May 26, 2017, by 3:00 pm EDT with the subject line title National Realignment Strategy [Company Name]. CFM anticipates the solicitation will issue on or around June 2017. At this time, no solicitation exists, therefore, DO NOT REQUEST A SOLICITATION PACKAGE.

Overview

Response Deadline
May 26, 2017, 1:00 a.m. EDT Past Due
Posted
May 19, 2017, 1:07 p.m. EDT (updated: May 23, 2017, 2:39 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$24.5 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
37%
Signs of Shaping
The solicitation is open for 6 days, below average for the VA Office of Construction and Facilities Management. 53% of similar contracts within the VA Headquarters had a set-aside.
On 5/19/17 VA Office of Construction and Facilities Management issued Sources Sought VA10117Q0395 for National Realignment Strategy due 5/26/17. The opportunity was issued full & open with NAICS 541611 and PSC B.
Primary Contact
Name
David Bullerwell 425 I Street NW Washington, DC 20001 David.Bullerwell@va.gov 202-632-5624 Contracting Officer
Email
Phone
None

Secondary Contact

Name
None
Phone
None

Documents

Posted documents for Sources Sought VA10117Q0395

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought VA10117Q0395

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought VA10117Q0395

Similar Active Opportunities

Open contract opportunities similar to Sources Sought VA10117Q0395

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > OFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F)
FPDS Organization Code
3600-0010F
Source Organization Code
100167092
Last Updated
Sept. 2, 2017
Last Updated By
PI33_DR_IAE_51681
Archive Date
Sept. 2, 2017