Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2011 FBO #3528
DOCUMENT

R -- CHIO 11-9 - Attachment

Notice Date
7/21/2011
 
Notice Type
Attachment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;4141 Rockside Road - Suite 110;Seven Hills OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70111RI0386
 
Response Due
7/28/2011
 
Archive Date
8/27/2011
 
Point of Contact
Jonathan.Chisholm
 
E-Mail Address
447-8300
 
Small Business Set-Aside
N/A
 
Description
S&I Business Services, HealthePeople and the Virtual Lifetime Electronic Record (VLER) Program I. Introduction: This sources sought notice 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 VA is currently conducting market research to locate qualified, experienced and interested potential sources. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this sources sought announcement. The Veterans Health Administration is seeking interested sources (contractors) for a near-future solicitation and procurement of a Union Catalog of VA Library Monograph and Audiovisual Holdings subscription. At this time no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. This nationwide effort will include a subscription that is available to all Veterans Affairs facilities. II. Background: The Department of Veterans Affairs is seeking the procurement of "Standards and Interoperability Administrative Program Management Support" by September 30, 2011. III. Requirements: The Standards and Administrative Program Management Support vendor shall have the capability to perform the following technical objectives: Technical Objective 1 - Support VLER Health Community Coordinators by providing Technical input in the deployment process of VLER at each pilot site and providing technical information about the Nationwide Health Information Network (NwHIN). Technical Objective 1.1: Coordination of stakeholder input for the definition, parameters and metrics of the NHIN Direct Project deployment program, starting with a first pilot and development of an implementation guide. Technical Objective 1.2: Coordination and compilation of the VLER Health business objectives with the VHA and VA Integrated Project Teams (IPTs) including: VHA VLER IPT VA OI&T NwHIN Program IPT -Adapter sub- IPT -Veterans Authorization and Preferences (VAP) -Direct Project -VistAWeb clinician user interface Technical Objective 1.3: Lead all efforts related to the content specifications exchanged among the VLER partners. Technical Objective 1.4: Train the clinician end-users on the VLER functionalities. Develop education material and orientation sessions. Technical Objective 1.5: Coordinate with the VLER Performance Evaluation Program Team with elaboration and review of evaluation plans, data sources, and results reporting. Technical Objective 1.6: Coordinate close collaboration with external organizations: - Office of the National Coordinator - Standard Development Organizations (SDOs) (IHE, HL7, LOINC) - VLER partners orientations - IT Associations to include: American Medical Informatics Association (AMIA), Health Information Management Systems Society (HIMSS), and Government Health IT (GHIT) Technical Objective 1.7: Produce and submit timely milestone completion documents indicating status of all above activities and acceptance of a workable standards implementation plan for recognized standards implemented in VA systems. IV. Submittal Information: Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 15 pages in length, single spaced, 12 point font minimum. The Government will not review any other data or attachments that are in excess of the 15 pages. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. Please submit responses via e-mail to Jonathan.Chisholm@va.gov by July 28, 2011 at 4:30p Eastern Time. Interested parties shall furnish the following minimum information: 1.Company name and address 2.Company point of contact name, telephone number and email address 3.Company business size and status (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Women-Owned Small Business, etc.), the number of years in business, affiliate information: parent company, joint venture partners, potential teaming partners 4.If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant SINS 5.Capabilities/Qualifications: A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. Description of your company offers to perform services described in the scope of work. Disclaimer: This notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice that is marked as proprietary will be handled accordingly. 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. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d57b2201d59beff590f1ea96c0656886)
 
Document(s)
Attachment
 
File Name: VA-701-11-RI-0386 VA-701-11-RI-0386.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=221755&FileName=VA-701-11-RI-0386-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=221755&FileName=VA-701-11-RI-0386-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02506193-W 20110723/110721235121-d57b2201d59beff590f1ea96c0656886 (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.