Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2012 FBO #3847
DOCUMENT

R -- OIA HII 12-11 Workstream A Collaborative Development Efforts - Attachment

Notice Date
6/4/2012
 
Notice Type
Attachment
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70112I0249
 
Response Due
6/11/2012
 
Archive Date
7/11/2012
 
Point of Contact
Yolanda M. Ray
 
E-Mail Address
m
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
REQUEST FOR INFORMATION VA 701-12-I-0249 WORKSTREAM A COLLABORATIVE DEVELOPMENT EFFORTS This Request for Information is for planning purposes only, at this time, and shall not be construed as a solicitation or as an obligation on the Department of Veterans Affairs. The Department of Affairs, Veterans Health Administration, Office of Informatics and Analytics (OIA) is seeking interested sources (contractors) for a future solicitation and procurement to provide resources to effectively provide program support for Workstream A collaborative development efforts with 4-5 test sites and 3-4 development partners. Activities will consist of working with host sites and development partners for the purpose of providing coordination of resources, identification and resolution of issues. The contractor shall identify needs and track progress towards resolution. The following deliverables are representative of those that may be required. Deliverables will be described within the task order. There may be more or less deliverables required depending upon the scope of the specific project. "Establish and update a SharePoint sub-site within the collaborative development site to add an analyst support section that reflects contractor's current activities and issues related to test sites and development partners. Activities to be reported on will include interactions with sites/partners, such as meeting minutes, summaries of site visits, action items and progress/resolution, status on milestones and deliverables such as progress with coding and notification of issues, details related to site or partner needs, proposed solutions, and the results of implemented solutions, and other items identified as relevant to the effort. Information must be updated at minimum of once per week. Provide a project time line for review and approval by Communications and the directorate. "Perform analysis to evaluate and recommend education and training resources needed by developers and testers at test sites and with development partnerships to build the competencies and skill sets necessary for working with and supporting development and testing of the HMP. The analysis will consist of a) gap analysis between skills sets, knowledge and resources owned by test site/partner and what they need in order to work with us, and b) well developed recommendations and plans for closing identified gaps. There will be one per each site and partner. The analyses will be incorporated in the Deliverable 1.a. sub-site action list and will report progress on actions taken to close gaps. Because this is a Request for Information announcement, no evaluation review letters and/or results will be issued to the respondents. No solicitation exits. Therefore, do not request a copy of the solicitation. Respondents will be notified of the results of the review. The Government reserves the right to consider small business, SDVOSB, VOSB or (8) set-aside based on the responses received. All responses must include the following information: Company name, cage code, CCR number, GSA Schedule Contract Number, Dun & Bradstreet number, company address, Point of Contract name, phone number, fax number and e-mail address. The subject line of the correspondence should clearly display the Request for Information Number. Also, please provide the following information in your response: Past Experience - Provide the following information on a maximum of three similar projects completed within the last five (5) years for which the responder was the prime contractor. A project is considered similar if the contractor provided support during the development lifecycle, preferably in a health systems environment. "The name, address, type and value of each project "The name, telephone and address of the owner of each projects. "A description of each project, including difficulties and successes "The firm's roles and services provided for each project. Capabilities/Qualifications - Provide the following information for each functional area listed in the requirements area above. "Description of the capabilities/qualifications/skills your company possesses to perform task orders under each functional area. "Resumes of key personnel for each functional area (one person may be listed as key personnel in more than one functional area) Business size standards - Vendor shall provide the following information regarding their company: "Whether they are a small business, HUB Zone small business, service-disabled veteran-owned small business, veteran-owned small business, woman-owned small business or small disadvantaged business and their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your response to this information requested will assist the Government in determining whether a set-aside is possible. It is requested that interested contractors submit an electronic submission of no more than five (5) pages in length, single spaced and 12 point font minimum that addresses the above information. Be sure to include the Request for Information number in the subject line of the email. Submissions shall be received no later than 4 p.m., Eastern Standard Time on February 14, 2011. At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITION. Contractors having the skills and capabilities necessary to perform the stated requirements should forward an email only to the primary point on contact listed below. Contracting Office Address: Department of Veterans Affairs Program Contracting Activity Central (PCAC) 6150 Oak Tree Boulevard Suite 300 Independence, Ohio 44131 Primary Point of Contact: Yolanda M. Ray, Contract Specialist Email: yolanda.ray@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70112I0249/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-12-I-0249 VA701-12-I-0249.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=354122&FileName=VA701-12-I-0249-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=354122&FileName=VA701-12-I-0249-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Program Contracting Activity Central (PCAC);6150 Oak Tree Boulevard;Suite 300;Independence, Ohio 44131
Zip Code: 44131
 
Record
SN02765662-W 20120606/120604235532-9d20c698f4405b83b6eb9bd8bb78adb5 (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.