Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2010 FBO #3035
SOURCES SOUGHT

D -- Interactive Voice Response (IVR) System that can provide provide disease management to support clinical care to Veterans

Notice Date
3/15/2010
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Veterans Affairs;VHA's Veterans Service Center;4141 Rockside Road - Suite 110;Seven Hills OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA-701-10-RI-0053
 
Response Due
3/19/2010
 
Archive Date
4/18/2010
 
Point of Contact
Jonathan D JewelContract Specialist
 
E-Mail Address
at the office
(jonathan.jewel@va.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs is seeking sources to provide Interactive Voice Response Services to The Veterans Health Administration (VHA) in the Department of Veterans Affairs (VA) is seeking sources to implement an Interactive Voice Response (IVR) System that can provide disease management to support clinical care to Veteran patient populations receiving care from VHA's Care Coordination Home Telehealth program (CCHT) in all Veterans Integrated Service Networks (VISNs). The IVR technology VHA requires will enable automated interactions to help manage the provision of services to Veteran patients and data feeds of disease management data to VHA care coordinators who provide CCHT services. The requirements of this technology include a need for it to allow Veteran patients to retrieve clinical information using IVR from any telephone system. In addition its solution will provide for the ability to reach CCHT Veteran patients during an emergency or disaster situation. This is not a solicitation announcement. The purpose of this Sources Sought Notice is to gain knowledge and information for the purposes of market research. Information gained by this SSN may or may not result in a subsequent solicitation. A response to this SSN is not a request to be added to a prospective bidders list or to automatically receive a copy of future solicitations. Parties that do not provide a response to this SSN will not be restricted from proposing on any future solicitation if and when a solicitation is made available for these services. Background: VHA Care Coordination Home Telehealth Program (CCHT) currently supports the care of 41,000 Veteran patients in their own homes using home telehealth technology. The range of conditions covered by this program includes: "Non institutional care "Chronic care management "Acute Care Management "Health Promotion/Disease Prevention VA has introduced home telehealth technologies with the purpose of making care available, whenever possible in the Veteran patient's home and local community. VA is committed to increasing non-institutional care provision utilizing CCHT to 50,000 Veteran patients by the end of FY2010. The acquisition of an IVR system that supports disease management will fulfill an urgent business need to expand care for chronic care management in a manner that is not restricted to having a home telehealth hub device and the solution will enable Veteran patients with literacy issues, visual problems and lack of a telecommunications landline to receive care that is otherwise problematic with current technologies. Purpose and Objectives. VA's purpose in undertaking this initiative is to secure an ongoing supply of technologies and associated products/services to support VA's enterprise-wide Care Coordination/Home Telehealth (CCHT) Programs. The business and clinical requirements for such products that VA identifies within this request for information to support CCHT are indentified for procurement within VA by Office of Telehealth Services (OTS) in VA's Office of Patient Care Services. The support within VA to interface and the associated technical specifications, data definitions and performance requirements that contractors products must meet from an information technologies standpoint have been determined by VA's Office of Information & Technology (OI&T). Within VA these CCHT technology products are usually purchased and distributed through VA's Prosthetics and Sensory Aids Services located at individual VA Medical facilities. The objectives of this solicitation are to ensure the availability of a consistent supply of CCHT technology products within VA for use nationwide in caring for Veteran patients with chronic health-related conditions and in doing so to obtain volume-based pricing. The CCHT technology requirements that this procurement seeks to fulfill is for chronic disease management, patient monitoring, patient education and data acquisition that VA requires in support of routine clinical practice involving telehealth interactions between VA clinicians and Veteran patients (in their homes and/or community settings in which they receive CCHT-based care). VA envisages obtaining IVR products that requires a monthly General Service fee per actively enrolled patient that covers the totality of the costs associated with adding a 3rd party IVR system into VA's standard CCHT care delivery model. All items that are specified by interested parties must be commercially available as telehealth/disease management products. With respect to care support in the home VA seeks a contractor to provide IVR with the requisite data management, support services and information technology services necessary to provide a comprehensive range of CCHT services. The IVR services will act as a data access and communication platform that links Veteran patients receiving CCHT-based care with VA clinicians. These services must support and enable bi-directional transfer of prescribed data, as outlined in this solicitation, from Veteran patients to VA and vice versa. Such Veteran patients will have been assessed by VA clinicians as appropriate to be managed via CCHT in this way. All patient data will be communicated to VA data systems and VA clinicians by way of secure vendor servers (primary and back-up) situated within the VA. All contractors for all home telehealth technologies will be required to place suitable data systems behind the VA firewall. All vendor supplied systems and any associated sub-systems that link into these vendor servers must meet VA specified standards for data exchange, specified metrics of quality/timeliness and fully comply with all necessary VA privacy/cyber security requirements. Type of Contract Contemplated: Indefinite Demand Indefinite Quantity Period of Performance: One year with 2 additional option years Submittal Information: Respondents shall provide in a general capabilities statement to address the following information: 1.A short narrative on how your firm would approach a project of this scope detailing at a minimum the level of effort that would be provide, the location of were those efforts would be performed, the resources that would be utilized, the tangible and intangible deliverables that would be provided, and the organization structure that would be employed. 2.Please provide no more than five (5) contracts that your company has performed for this same or similar requirement and of comparable size, complexity and scope. Please identify whether you performed as a prime contractor, sub-contractor, teaming partner, or as a project manager. Please be specific and provide a complete reference to include at a minimum the project name, contract award amount, time to complete project, and the project owners' contact information. 3.Respondents shall provide the complete name of possible teaming partners or sub-contractors that would be involved in the project, their size status and the estimated percentage of total value of contracted work that will be performed by the prime, subcontractor and/or contractor teaming arrangement. 4.Respondents are encouraged to provide suggestions and comments on the above project. Suggestions and comments should be included in a separate section and be phrased in a manner to help the government better understand the commercial practices of these services and industry which provides them. It is requested that interested parties submit a response (electronic submission) that addresses the above information to jonathan.jewel@va.gov. Please also include a cover page which includes, at a minimum, the company's name, address, Dunn & Bradstreet number, GSA contract number, socio-economic status, point-of-contact name, phone number, RFQ number, and e-mail address. Responses must include the RFI number in the subject line of their e-mail response. Submissions (responses) shall be received by March 19, 2010 at 12:00 P.M., Eastern Standard Time (EST). Responses received after that time will be accepted late however the socio-economic status of the late response may not be considered in the government's official determination on use of set-asides on future procurements for these services. This is not a solicitation announcement. The purpose of this RFI is to gain knowledge and information for the purposes of market research. Information gained by this RFI may or may not result in a subsequent solicitation. Response to this RFI is not a request to be added to a prospective bidders list or to receive a copy of future solicitations. Contractors having the skills and capabilities necessary to perform the stated requirements should forward an e-mail only to the primary point of contact listed in the above form. Phone calls will be accepted however conversations will be limited only to parties interested in this project.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cd6cfaa28a5a336efb3b689a23043fdc)
 
Record
SN02092667-W 20100317/100315235107-cd6cfaa28a5a336efb3b689a23043fdc (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.