Search Contract Opportunities

DHA DAD-MA Patient Safety Program for Military Medical Treatment Facilities   2

ID: HT001124R0080 • Type: Synopsis Solicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Sept. 11, 2024, 6:59 a.m. EDT

The purpose of this revised Amendment 0002 to Combined Synopsis/Solicitation HT001124R0080 is to:

a. Incorporate Att 2 - Price Sheet REV 3 correcting CLIN Breakdown cells and formulas [see highlighted cells]. This replaces Att 2 - Price Sheet REV 2 only.

b. The solidication closing date remains unchanged.

The purpose of Amendment 0002 to Combined Synopsis/Solicitation HT001124R0080 is to:

a. Incorporate Att 2 - Price Sheet REV 2

b. CPARS information will not be counted against the page count for Volume 2 - Past Performance Information.

c. The solidication closing date remains unchanged.

See HT001124R0080-0002 and Att 2 - Price Sheet REV 2 attached herein.

The purpose of Amendment 0001 to Combined Synopsis/Solicitation HT001124R0080 is to:

a. Delete DHA Optional Svcs from the base year and renumber CLIN 0003 - PCS with CLIN 0002;
b. CLIN 0003 is now obsolete;
c. Revise CLIN 0002 - PCS from 12 months to NTE ODC;
d. Correct FAR 52.212-1 Addendum, Volume 4 - OCI, OCI List of Contracts is Attachment 14 not Attachment 5;
e. Incorporate Attachment 1 PWS Revised, Attachment 2 Price Sheet Revised and Attachment 15 - Question & Answer List;
f. All changes are highlighted;
g. The solicitation closing date has been extended from September 14, 2024 at 4 PM EST to September 18, 2024, at 4 PM EST.

See HT001124R0080-0001, Att 1 - PWS Revised, Att 2 - Price Sheet Revise and Att 15 - Q & A List hereby incorporated.

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

Posted: Sept. 10, 2024, 9:00 a.m. EDT
Posted: Sept. 6, 2024, 1:37 p.m. EDT
Posted: Aug. 15, 2024, 2:59 p.m. EDT
Background
This solicitation is issued by the Defense Health Agency (DHA) for the DAD-MA Patient Safety Program aimed at Military Medical Treatment Facilities (MTFs). The program's mission is to provide products, services, and educational resources to enhance patient safety and prevent harm, in alignment with the National Defense Authorization Act and Department of Defense Instruction (DoDI) 6025.13.

The DHA PSP supports the DHA's strategic objectives focused on maintaining a medically ready force and achieving zero preventable harm through patient-centered, evidence-based care.

Work Details
The contract encompasses several key tasks:
(1) Managing Patient Safety Events;
(2) Identifying, investigating, and mitigating patient safety events to eliminate harm;
(3) Supporting a Learning Organization;
(4) Implementing sustainable changes that promote a culture of safety within healthcare teams.

The contractor will provide expertise through roles such as Patient Safety Specialists, Consultants, Assistant Coordinators, and Data Analysts at both inpatient and outpatient MTFs. Specific deliverables include training materials aimed at fostering a workplace-based safety culture transformation guided by patient safety experts.

Period of Performance
The contract will be performed over a base period of 12 months with options for additional periods extending up to 4 years total.

Place of Performance
The services will be performed at various Military Treatment Facilities (MTFs), primarily located in the United States.

Overview

Response Deadline
Sept. 18, 2024, 4:00 p.m. EDT (original: Sept. 14, 2024, 4:30 p.m. EDT) Past Due
Posted
Aug. 15, 2024, 2:59 p.m. EDT (updated: Sept. 11, 2024, 6:59 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Falls Church, VA 22042 United States
Source

Current SBA Size Standard
$24.5 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Est. Value Range
Experimental
$1,000,000 - $5,000,000 (AI estimate)
Signs of Shaping
68% of obligations for similar contracts within the Defense Health Agency were awarded full & open.
On 8/15/24 Defense Health Agency issued Synopsis Solicitation HT001124R0080 for DHA DAD-MA Patient Safety Program for Military Medical Treatment Facilities due 9/18/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541611 (SBA Size Standard $24.5 Million) and PSC R699.
Primary Contact
Name
Cherish Young   Profile
Phone
(703) 681-7270

Secondary Contact

Name
Vicki L. Whiteman   Profile
Phone
(703) 681-2067

Additional Contacts in Documents

Title Name Email Phone
None Heidi B. King Profile heidi.b.king.civ@health.mil None

Documents

Posted documents for Synopsis Solicitation HT001124R0080

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation HT001124R0080

Award Notifications

Agency published notification of awards for Synopsis Solicitation HT001124R0080

Contract Awards

Prime contracts awarded through Synopsis Solicitation HT001124R0080

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation HT001124R0080

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation HT001124R0080

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation HT001124R0080

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE HEALTH AGENCY (DHA) > DEFENSE HEALTH AGENCY
FPDS Organization Code
97DH-HT0011
Source Organization Code
100142346
Last Updated
Oct. 3, 2024
Last Updated By
cherish.d.young2.civ@health.mil
Archive Date
Oct. 3, 2024