SOURCES SOUGHT
R -- Health Risk Assessment (HRA)
- Notice Date
- 6/16/2010
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Veterans Affairs;Technology Acquisition Center;260 Industrial Way West;Eatontown NJ 07724
- ZIP Code
- 07724
- Solicitation Number
- VA11810RI0493
- Response Due
- 6/28/2010
- Archive Date
- 8/27/2010
- Point of Contact
- Carolyn Klein
- E-Mail Address
-
n.klein@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- Introduction This Request for Information (RFI) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The purpose of this RFI is to identify qualified contractors who are able to meet VA's requirements, determine if commercial items are available or, could be modified to meet VA's requirements, determine the appropriate contract type i.e., firm fixed-price or cost-reimbursement or time and material, understand commercial pricing practices and other market information readily available. The Veterans Health Administration (VHA) is seeking potential sources to enter into a contract for an online Patient Health Risk Assessment(HRA) Integrated with the Veterans Health Administration's Electronic Medical Record and Personal Health Record. Background The Department of Veterans Affairs (VA) is seeking sources to provide information to inform the acquisition and integration of an online Health Risk Assessment tool for use by patients and clinicians within the Veterans Health Administration (VHA). Healthcare services are provided by VHA to approximately 5.5 million Veterans at 154 hospitals, 800 Community-based Outpatient Clinics and additional psychiatric facilities, community living centers, Veteran centers, research facilities, rehabilitation facilities throughout the US. Comprehensive health care is provided through primary, tertiary, and long-term care in the areas of medicine, surgery, psychiatry, physical medicine and rehabilitation, neurology, oncology, dentistry, geriatrics, spinal cord injury, women's health and extended care. The VHA currently uses a decentralized electronic medical record (EMR) system within the Veterans Health Information Systems and Technology Architecture (VistA) and is in the process of developing the next generation EMR called "HealtheVet". The Computerized Patient Record System (CPRS) is the graphical user interface through which VA clinicians access an individual's electronic medical record within VistA. Further, the VHA currently has an online Personal Health Record available to Veterans that is accessed through "My HealtheVet" (www.myhealth.va.gov ), an online environment where veterans, family, and clinicians come together to optimize veterans' health care. It provides trusted information, online services, limited health record access, and messaging between veterans and clinicians. The VHA is seeking information to plan for a future acquisition of a patient self-administered Health Risk Assessment application integrated with the VHA's Personal Health Record and Electronic Medical Record. Health Risk Assessments (HRA) are instruments that collect information from individuals through the use of structured questionnaires. HRAs determine risk status via validated algorithms or decision rules and provide tailored feedback to the individual about his or her health status, with specific recommended steps to improve health. Core features of an HRA include assessment of personal information, past medical and surgical history, medications, family history, health behaviors (use of tobacco, alcohol, diet, physical activity, etc.), and receipt of preventive care (screenings and immunizations, etc.). Elements also desirable include information on self- management for common chronic conditions such as diabetes and heart disease, health risks relevant to the elderly, and readiness-to-change for health behaviors that increase patient risk for disease and/or injury. The VHA is also interested in assessing issues relevant to combat Veterans, such as military-related exposures, trauma, or sequelae related to military experience. The Government is open to considering teaming and prime/subcontractor relationships for this effort. The period of performance is anticipated to begin in Fall 2010. The contract period of performance is one (1) years from date of award with an additional four (4) option years. The Government anticipates a Firm Fixed Price Contract. However, in the event VA proceeds to a formal request for proposals, VA reserves the right to consider alternative engagement models that lower fixed cost but include incentive payments for superior quality, productivity, or expanded scope. Moreover, VA will welcome both conventional "system delivery and integration" models as well as "software as a service" or similarly structured leasing proposals. This market research is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Requirements Respondents shall provide a general capabilities statement and rough order of magnitude cost estimates to address the requirements enumerated below. Based on an initial review of the statement submitted, respondents may be asked to provide additional information. 1.Description of the length of time your product/solution has been commercially available and describe the clinical/health content and features of your HRA application, including a brief description of the clinical domains included, risk algorithms and/or decision rules, and a description of the user's tailored feedback report. 2.Describe the capability for modifying your existing HRA application (i.e., question set, risk algorithms and decision rules, user's tailored feedback report), as well as adding new question items/logic/algorithms and content in user feedback report for the VHA user population. Describe the process, level of effort required to make such modifications and provide a rough order of magnitude (ROM) cost estimate. For estimating purposes, assume modifications to 15% of your current HRA application, the addition of 15% more questions, risk algorithms, and content to the user's tailored feedback report. 3.State whether your HRA application is integrated into any current Electronic Medical Record or Personal Health Record, and if so provide a description of the level of effort and ROM cost estimate for that integration. Describe any teaming arrangements that your company would need to consider to perform the work associated with integrating your HRA application with the VHA's Electronic Medical Record and Personal Health Record. 4.Describe if your HRA application is compliant with Section 508 requirements (http://www.section508.gov/) and requirements under the Health Insurance Portability and Accountability Act (HIPPA). If your application is not compliant, please estimate the effort and a ROM cost estimate to make the application compliant. 5.Describe whether your application uses interoperability standards recognized by the Secretary of Health and Human Services, including interoperability with the Nationwide Health Information Network (NHIN). (http://healthit.hhs.gov/portal/server.pt?open=512&mode=2&cached=true&objID=1142) If not, describe the level of effort and a ROM cost estimate for making modifications to use such standards. 6.Describe whether or not your application is able to meet current VA Security requirements detailed in VA Handbook 6500 Contract Security (including all appendices ) http://www1.va.gov/vapubs/viewPublication.asp?Pub_ID=471&FType=2 If not, provide a ROM cost estimate for making modifications for compliance with all VA requirements. 7.Describe the platforms, portals, and or other venues where your HRA application is currently deployed. Include information for the government to be able to evaluate size/scale of the deployed application, for example, number of clients using hosted application, number of HRA application users (average over one week, max load capacity, etc), number of servers and or other hardware requirements. Provide your commercial price history and rough order of magnitude for the same or similar products/solutions. 8.Describe hosting options, including options for client (government) hosting of hardware, software, or both and include rough order of magnitude (ROM) costs for the various hosting/purchase/lease/license/subscription options. Suggest a recommended pricing structure. Use the following assumptions for your ROM estimates. Base year: 500 unique users (field testing), Year 1: 20,000 unique users (initial implementation), Year 2 : 100,000 unique users, Year 3: 500,000 unique users, Year 4: 1,000,000 unique users, Year 5: 1,500,000 unique users. 9.Provide any other relative information, however this information must be included within the 20 page limitation. Submittal Information It is requested that interested contractors submit a response (electronic submission) of no more than 20 pages in length that addresses the above information. Please denote the business size for North American Industry Classification System (NAICS) Code 541511 for your company and also indicate if you are a Service Disabled Veteran Owned Small Business or a Veteran Owned Small Business. Information should be submitted to Carolyn Klein, Contract Specialist, Carolyn.Klein@va.gov no later than 12:00 pm on June 28, 2010. Points of Contact: Carol Newcomb, Contracting Officer, Department of Veterans Affairs Technology Acquisition Center, Phone (732) 578-5421, Email carol.newcomb@va.gov and Carolyn Klein, Contract Specialist, Department of Veterans Affairs Technology Acquisition Center, Phone (732) 578-5519, Email carolyn.klein@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ce5a2fbad5466d570f7c65438f9482a5)
- Record
- SN02179695-W 20100618/100616235413-ce5a2fbad5466d570f7c65438f9482a5 (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 |