DOCUMENT
D -- Laboratory System Reengineering Project (LSRP) Commercial Datacenter Facilities capable of hosting and supporting the Cerner Millenium PathNet Laboratory Information Management System (LIMS) - Attachment
- Notice Date
- 6/15/2011
- Notice Type
- Attachment
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Department of Veterans Affairs;Technology Acquisition Center;260 Industrial Way West;Eatontown NJ 07724
- ZIP Code
- 07724
- Solicitation Number
- NA
- Response Due
- 6/27/2011
- Archive Date
- 8/26/2011
- Point of Contact
- Kelly McGirr
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION: This is not a solicitation. As part of the Department of Veterans Affairs (VA) market research process, this is a request for information (RFI) to assist VA in developing an acquisition strategy, a performance work statement and performance specifications for a potential future requirement associated with the Cerner Corporation (Cerner) Millennium PathNet commercial off-the-shelf (COTS) Laboratory Information Management System (LIMS) associated with the Laboratory Systems Reengineering Project (LSRP) that is currently undergoing Alpha and Beta testing within VA to demonstrate the required functionality to support future National Deployment of this COTS application. More specifically, VA is seeking industry input related to Remote Hosting to support National Deployment of the Cerner Millennium PathNet LIMS application currently undergoing Alpha/Beta testing. BACKGROUND: In FY08, the Department of Veterans Affairs (VA), Laboratory Systems Re-engineering Project (LSRP) selected Cerner's Millennium PathNet solution as the Veterans Health Administration (VHA) Laboratory Information Management system (LIMS). The enterprise implementation of LIMS is in progress and the LSRP is evaluating go-forward technology options that will meet or exceed the strategic goals established in the project's cost benefit analysis (CBA) justification and long-term sustainment requirements. The VA is currently confronted with the decision to acquire and build the primary domain and disaster recovery infrastructure, as well as the decision to invest in personnel and training for the system technical staff and application support staff required to maintain the Cerner PathNet Millennium environment. This decision is not just limited to the initial capital cost of equipment and future hardware technology upgrades and refreshes, but also must address data center operations management, cost, security, space, HVAC and power. Currently VA is planning to acquire the Cerner Millennium PathNet licenses necessary for the national deployment and has begun implementation at Alpha and Beta sites. The scope of this RFI for National Deployment includes 1) Remote Hosting of Cerner Millennium PathNet application 2) Systems Management Services in support of Cerner Millennium PathNet application and 3) Application Management Services for Cerner application Please see attachment VA LSRP RHO ND RFI Attachment 1 Scope Draft v1.docx for details. INFORMATION REQUESTED FROM INDUSTRY: Request interested parties provide information for the following areas: 1)Describe your capabilities to remote host and experience providing System Application Management for the proprietary Cerner Millennium PathNet application for a large scale multi facility operation. 2)Provide a narrative overview of the remote hosting that might make up the overall solution. Include information outlining how the proposed solution could meet the requirements in Section 3.1 of the attachment. Please describe a how the remote hosting solution of the proprietary Cerner Millennium PathNet application will support a phased national deployment of LSRP including the flexibility to alter deployment strategy based on lessons learned during each phase at the same time providing a best value solution to VA. Please describe any best incremental remote hosting capacity build up practices. 3)Provide a narrative overview of the transition support identified in Section 3.2 of the attachment. The transition would include transitioning from the current environment to the future remote hosting environment as well. 4)Describe the largest similar effort you have completed to-date hosting Cerner or similar application including any Federal or Public Sector effort. 5)Provide a Rough Order of Magnitude (ROM) estimate assuming the implementation of the remote hosting and ensure the estimate takes into account a five (5) year rollout. Please break up the ROM into three broad areas of scope of work as described above in the background section. 6)If you are a small business under North American Industry Classification System (NAICS) Code 541519, Information Technology Value Added Resellers, and anticipate proposing as a prime contractor, would you require a waiver to the non-manufacturer rule to be eligible for a set-aside? For more information regarding the non-manufacturer rule, see http://www.sba.gov/content/non-manufacturer-waivers. 7)Provide the full breadth of commodities and support services required in the attached scope of work with or without teaming arrangements. 8)Based on your response to question #6, describe projected order processing/delivery capacity (e.g. delivery turnaround time, monthly product quantities, etc.) to support a large agency like the VA. 9)Provide a list of the government or non-government customers to whom you are providing comparable services. Describe briefly the type services and any contact information. 10)The solution must support both IPv4 and the IPv6 protocol. The solution will initially be implemented over an IPv4 only network. At the option of the government the solution must begin transitioning to dual-stack IPv4 and IPv6 over a period of not more than 60 days. Following dual-stack implementation and at the option of the government the solution must begin transition to native and exclusive IPv6 operation over a period of not more than 30 days. SPECIFIC RESPONSE INSTRUCTIONS: Please submit your response to this RFI in accordance with the following: 1) "White" paper format with no more than 20 pages (excluding transmittal page) Include the name, email address and phone number of the appropriate representative of your company; 2) Address each of the 8 topics described above; 3) Submit your response via email to Kevin.Loesch@va.gov; 4) Submit your response by 4:00 P.M. Central Time on June 27, 2011; 5) Mark your response as "Proprietary Information" if the information is considered business sensitive. ROAD AHEAD: White Paper responses submitted by interested firms will be used as part of market research by VA representatives to assist in planning possible future technical requirements and developing possible acquisition alternatives, should this announcement lead to an actual procurement. 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 RFI will be the outcome of the competitive process. This announcement is based upon the best information available, is subject to future modification, is not a request for proposal, and in no way commits the Government to award of a contract. VA will not be responsible for any costs incurred by responding to this RFI. ATTACHMENT(s): VA LSRP RHO ND RFI Attachment 1 Scope Draft v1.docx
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e34a7a68b7562d9bc973ecf599e2e76f)
- Document(s)
- Attachment
- File Name: VA118-10-D-0038 R I - R H.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=210654&FileName=VA118-10-D-0038-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=210654&FileName=VA118-10-D-0038-000.doc
- File Name: VA118-10-D-0038 VA LSRP RHO ND RFI ATTACHMENT 1 SCOPE DRAFT V2.DOC (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=210655&FileName=VA118-10-D-0038-001.DOC)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=210655&FileName=VA118-10-D-0038-001.DOC
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA118-10-D-0038 R I - R H.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=210654&FileName=VA118-10-D-0038-000.doc)
- Record
- SN02473419-W 20110617/110615234746-e34a7a68b7562d9bc973ecf599e2e76f (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 |