The RFP Database
New business relationships start here

Learning Management System


Arizona, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is not a solicitation announcement. This is a Sources Sought Synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (HubZone, 8(a), small, small disadvantage, veteran owned, women owned or service disabled veteran owned small business) relative to NAICS code 611430 (size standard $11 Million) for the purchase of a "Learning Management System Suite" (LMSS), Base Year plus 4 Option Years. A LMSS is a group of software applications for the administration, documentation, tracking, reporting and delivery of e-learning education courses and/or training programs. The LMSS which is being requested offers education and training specifically for the Healthcare environment. It will have courses which are required yearly by all employees of a hospital. It will also have continually updated competency training specifically for nursing staff. This software offers a comprehensive set of web based tools to deliver evidenced based skills training, references and support as well as verification of competence. Training provided through an LMSS provides consistency and offers availability for all employees in all departments 24 hours a day and 7 days a week. The LMSS also documents and tracks training and competence assisting in meeting organizational learning goals and the Joint Commission accreditation standards. In addition to these training and competence tools, the LMSS offers 24/7 access to a comprehensive group of evidence based tools which includes: best practices; medical reference texts; nursing journals; practice guidelines; peer-reviewed clinical updates; drug calculators; high quality images; patient education handouts and more.
As stated by the Joint Commission Manual for Critical Access Hospitals (August 25, 2014 edition) "Accredited Health Care facilities are required to offer training to their employees. Health care facilities accreditation, need to meet an ever-growing list of quality indicators. A typical critical access hospital will need to account for between 4000-5000 basic safety and integrity tasks. In an era of limited resources, these tasks result in diversion of resources away from direct patient care activities and reductions in system and service advancement and improvements. Even the smallest hospitals need a way to systemize these tasks, allowing its staff to focus on patient care and redirecting resources to improvement of services."

After review of the responses to this Sources Sought Synopsis, a solicitation announcement may be published on GSA and/or NITAAC website. Responses to this Sources Sought Synopsis are not considered adequate responses to a possible future solicitation announcement. Contractor shall identify their capability to perform these services; and provide information on being an authorized provider with qualifications.


The intended contract period will be for a base and four (4) option periods to begin on or about 1 July 2018. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Is your business small (2) If small, does your firm qualify as a small, emerging business, or small disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified "Hubzone" firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran Owned Small or veteran owned small business? (7) Provide a brochure or company data reflecting the ability to fulfill the requirement explained above. Responses to this notice shall be e-mailed to the attention of Michele A. Lodge, Indian Health Services, Office of Acquisitions at Michele.Lodge@IHS.GOV. Telephone responses will not be accepted. Responses must be received in writing no later than 6:00 p.m. EST. 26 June 2018.


This notice is to assist the IHS in determining sources only. A solicitation is not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. If an Offeror proposes to use any subcontractors, joint ventures, or teaming arrangements the Offeror shall include the percentage and type of work the subcontractor will accomplish to include their certifications. (Any subcontractors, joint ventures, or teaming partners shall have the required certifications as described in the sources sought notice) Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. No sub-contracting opportunity is anticipated. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and in order to be eligible for award, the registration must be active and includes representations and certifications.


 


Michele A. Lodge, Contracting Specialist , Phone 6023645044, Email michele.lodge@ihs.gov - Nestor J. Noble, Contract Specialist, Phone 6023645019, Email nestor.noble@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP