DOCUMENT
R -- HI 11-3 - HEALTH INFORMATICS COMMUNICATIONS - Attachment
- Notice Date
- 6/28/2011
- Notice Type
- Attachment
- NAICS
- 541910
— Marketing Research and Public Opinion Polling
- Contracting Office
- Department of Veterans Affairs;Program Contract Activity Central;4141 Rockside Rd, Suite 110;Seven Hills OH 44131
- ZIP Code
- 44131
- Solicitation Number
- VA70111RI0355
- Response Due
- 7/6/2011
- Archive Date
- 8/5/2011
- Point of Contact
- Agnes Lewis
- E-Mail Address
-
agnes.lewis@va.gov
(agnes.lewis@va.gov)
- Small Business Set-Aside
- N/A
- Description
- In accordance with Federal Acquisition Regulation (FAR) 52.215-3, "Request for Information or Solicitation for Planning Purposes" this Request for Information (RFI) is for information and planning purposes only at this time 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 the VA's requirements. Requirement: The Department has undertaken a set of initiatives as part of an overarching strategy to transform VA into a 21st century organization and ensure provision of timely access to benefits and high quality care to our Veterans over their lifetimes. The Transforming Health Care Delivery through Health Informatics Initiative (Health Informatics Initiative) will shape the future of VHA clinical information systems through deliberate application of health information technology (IT) and informatics to deliver solutions that transform health delivery to Veterans directly improving quality and accessibility while optimizing value and ensuring VA regains and continues industry leadership in the use of health informatics and health information technology. The Initiative has undertaken a communications and engagement strategy to promote enterprise wide knowledge of and participation in achieving the objectives of the sub-initiatives, which include multiple collaborative, communicative, and educational components. The scope of work includes the following activities and capabilities: The contractor shall provide advanced capabilities, expertise, and experience to provide end-to-end creative and communication services to assist with ongoing support for both traditional and online/digital communication needs, to include the following skill areas: Communication StrategyAnalytic Strategy Online StrategyUser Experience Design Creative ConceptingStoryboard Illustration Strategy BriefsCreative Briefs CopywritingTarget Audience Research, Data, and Analytics Information ArchitectureUser Interface Design Website Creative Design (look and feel)Content Management Strategy Form Field Design and ImplementationHTML Email Design and Development ROI Tracking and Data AnalyticsPresentation Design Template Design for PR MaterialProduct Design (Logo Design) Communication ProductsFile Formatting Video ProductionFlash Animation Search Engine Optimization Strategy - Organic Graphic Standards Implementation and Management The service should include but not limited to: "Discovery: Context and insight gathering: Understand larger context and gather insights in order to drive follow-on phases. "Vision and goal definition: Structured approach to defining the direction and activities for the project. "Strategy development: Define set of coordinated actions and plans that define a path for the organization towards realizing its goals. "Roadmap development: Define a prioritized set of initiatives to be performed to achieve project goals. "Design strategy: Develop strategic design guidelines. NAICS 541910 (size standard $5 million) applies Submittal information required: Respondents shall provide a general capabilities statement to address the following information: 1.Please provide no more than five (5) contracts that your company has performed as a prime contractor for this same or similar requirement and of comparable size, complexity and scope in the last three (3) years. Please be specific and provide a complete reference to include at a minimum the project name, contract award amount, building use (e.g., medical facility), start and completion dates, and the project owners' contact information as this person may be contacted for further information. 2.Please identify your company's number of years in business; affiliate information, parent company, and joint venture partners. 3.Respondents shall provide the company's resumes, not to exceed two (2) pages each for key personnel that would be involved in the project and their respective roles. 4.Provide company business size as designated by the NAICS association and the U.S. Small business Administration and status (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business (SDVOSB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), and Veteran Owned Small Business (VOSB) etc. 5. If you hold a General Services Administration (GSA) Federal Supply Schedule (FSS) please provide your schedule information. It is requested that interested contractors submit a response (electronic submission) of no more than 5 pages in length, single spaced, 12 point font minimum that addresses the above information. Please note that hard copies will not be accepted. Please also include a cover page which includes, at a minimum, the company's name, address, Dunn & Bradstreet number, socio-economic status, point-of-contact name, phone number, and e-mail address. Responses must include the project title in the subject line of their e-mail response. The deadline for submission of responses regarding this RFI is July 6, 2011 at 10:00 A.M., Eastern Standard Time (EST). Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. At this time no solicitation exists; therefore, please do not request a copy of the solicitation. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis and amendments. Respondents will not be notified of the results of the evaluation. The Government reserves the right to consider a small business, SDVOSB, WOSB, or VOSB based on responses hereto. 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 below. No phone calls will be accepted. Contracting Office Address: Department of Veteran Affairs Program Contracting Activity Central (PCAC) 4141 Rockside Road Suite 110 Seven Hills, OH 44131 Primary Point of Contact: Agnes Lewis, Contract Specialist E-Mail: agnes.lewis@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70111RI0355/listing.html)
- Document(s)
- Attachment
- File Name: VA-701-11-RI-0355 VA-701-11-RI-0355.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=214111&FileName=VA-701-11-RI-0355-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=214111&FileName=VA-701-11-RI-0355-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-701-11-RI-0355 VA-701-11-RI-0355.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=214111&FileName=VA-701-11-RI-0355-000.docx)
- Record
- SN02483923-W 20110630/110628234446-4649f498dec53e3059d7b5ce55986353 (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 |