Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2012 FBO #3904
DOCUMENT

R -- integrated Electronic Health Records (iEHR) Task Order - Attachment

Notice Date
7/31/2012
 
Notice Type
Attachment
 
NAICS
541611 — Administrative Management and General 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
VA70112I0340
 
Response Due
8/8/2012
 
Archive Date
11/15/2012
 
Point of Contact
Nicholas Sparks
 
E-Mail Address
447
 
Small Business Set-Aside
N/A
 
Description
Support Services to Health Systems for the Integrated Electronic Health Record Capability-Integrated Project Teams Office of Health Information Request for Information: VA701-12-I- 0340 July 31, 2012 I. Introduction: This 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 (VHA) is seeking interested sources (contractors) for a near-future solicitation and procurement for project and program management services to support Integrated Electronic Health Record (iEHR) and Capability-Integrated Project Teams (C-IPTs). At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. II. Background: The goal of the Integrated Electronic Health Record (iEHR) is to deliver an effective, standards-based, comprehensive system of records that will track the lifelong medical history of Service Members, veterans, and their family members. To achieve this goal, the Department of Defense (DoD) and the Department of Veteran's Affairs (VA) are standing up functional C-IPTs. C-IPT activities occur early in the iEHR lifecycle following a structured common process described in the iEHR C-IPT Management Plan (see attachment 1) providing a set of specified deliverables. The following interagency groups and committees govern the C-IPT process: Functional Capabilities Group (FCG), Health Architecture Review Board (HARB), Interagency Clinical Informatics Board (ICIB) and the Health Executive Council (HEC). The FCG operates as a sub-working group of the ICIB. After the ICIB approves the standup of a C-IPT the FCG identifies the core C-IPT members and the process steps and development of the interagency artifacts as identified in the iEHR C-IPT Management Plan begin. There are presently four (4) active C-IPT's within the business justification phase, and eight (8) in the acquisition phase of the lifecycle. There are plans to activate twelve (12) new C-IPT's each year for the next several years, while remaining engaged in the activities of the existing C-IPTs as they transition into the acquisition, development, deployment and sustainment phases. C-IPT participants will continue to be engaged beyond the business justification phase but with differing levels of involvement. Specific deliverables and tasks within each iEHR C-IPT will directly impact the delivery of health care by revisions to the current architecture and business model of health software development, lead to development of specific software products that will revise the concept and delivery of health record information, and increase the knowledge base and participation by clinicians regarding health informatics and the development of health information technologies. III. Requirements: The iEHR Lead for Health Systems along with their DoD counterpart serves as the Functional Program Coordinators/FCG Co-Chairs. In this team leader role they manage and coordinate the iEHR capability sets to include overall project oversight of the iEHR C-IPTs. The contractor shall provide strategic health information professional and technical services to the iEHR lead for Health Systems in concert with the DoD counterpart for the FCG. The contractor shall provide project and program management services to support these team leaders in the management of the iEHR C-IPTs. The contractor shall also support the FCG in reporting back to the ICIB. The scope of work and work products are inclusive of stakeholder management, communications support, project and program management, logistics support, document management, reporting and research. The following are sample tasks that may be included, but not limited to if an actual Task Order is issued as a result of this sources sought: C-IPT Coordination, Monitoring and FCG Program Management The contractor shall provide program management support to the VA and DoD Functional Program Coordinators to coordinate the FCG activities. Those activities are described in the C-IPT Management Plan along with the activities of other iEHR governance bodies and workgroups. They are the result of DoD and VA's teamwork to establish and formalize joint DoD/VA formalized processes, procedures and templates for all iEHR C-IPTs moving forward with a common understanding. The C-IPT Management Plan provides specific details regarding what C-IPT activities must be completed, who will perform those activities, when activities will be performed and how they will be performed. The contractor is not required to participate directly in the C-IPTs or provide support within the C-IPTs for their working sessions. Monitor and Support Adherence to the C-IPT Master Schedule The contractor shall support monitoring and adherence to the prescribed schedules across the Capability Sets which are each aligned with C-IPTs. The contractor shall address the scheduling and alignment of resources in accordance with the approved sequencing for C-IPT activities and through the collection of input and coordination with the respective C-IPT Co-Leads from VA and DoD. The contractor shall provide updates and adjustments to maintain the C-IPT Master Schedule, reflecting the status for each C-IPT. The contractor shall also make recommendations, as appropriate, when problems or issues are identified. The iEHR C-IPT Master Schedule is the iEHR Proposed Capability Schedule based on the recommended sequencing. It includes all identified capabilities (presently 51) and reflects the status of the Business Justification Package, Governance and Acquisition through a color coded bar chart spanning six years for briefings as well as maintaining the Integrated Master Schedule. Skillset required: Program Master Planner/Project Planner versed and expert in MS Project, resource loading and schedule networking (predecessors/successors), to include development and management of a complex Integrated Master Schedule (IMS) and fluent in all aspects of engineering planning and processes. Communications Services The contractor shall perform communication activities in support of the FCG to ensure FCG and iEHR leadership remains informed on milestones and issues. The contractor shall prepare reports to communicate C-IPT progress to ensure these activities are represented accurately and incorporate status into iEHR reporting tools. The contractor shall draft artifacts and documents to support FCG reporting out to iEHR Governance and the appropriate DoD/VA specific Governance. The contractor shall develop briefs, communication artifacts and/or draft responses, in conjunction with the FCG leads. The contractor shall provide configuration management to maintain and store FCG program documentation and work products. 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 that they are capable of fulfilling the requirement. Company Information Interested parties shall furnish the following minimum information clearly: Company name and address DUNS number NAICS Code company is categorized under Company point of contact name, telephone number and email address 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 If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant SINS Capabilities/Qualifications: A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. Description of the capabilities/qualifications/skills your company possesses to perform services described in the scope of work. Past Performance Interested parties shall furnish the following minimum information clearly: Provide a brief summary of the company history relative to similar requirements. Offer may provide the following information on a maximum of three similar projects for which the responder was a prime or subcontractor. The name, address, and value of each project. The Prime Contract Type, Firm Fixed-Price, or Time and Material. The name, telephone and address of the owner of each project. A description of each project and why it is relevant to this requirement. Include difficulties and successes. Your company's role and services provided for each project. What kinds of performance assessment methods are commonly used? What are the common qualifications of the people who are providing these services? Questions Questions, concerns, and suggestions related to potential tasks, pricing, and deliverables regarding the requirements are strongly encouraged to assist in further defining the requirement. It is requested that the above information be provided NO LATER THAN 08/08/2012 at 1:00PM EDT. Responses should be emailed to Nicholas Sparks at Nicholas.Sparks@va.gov. All email correspondence for this project MUST reference the RFI Number, Project Identifier and Project Title in the subject line of the email. Example: RFI: VA701-12-I-0340, iEHR Sources Sought. Responses will assist in determining the acquisition strategy used for this procurement. For example, if enough responsible and capable -Disabled Veteran Owned Small Businesses (SDVOSBs) respond, the acquisition strategy will most likely be a SDVOSB set-aside; therefore, interested vendors who are responsible and capable of performing the work are strongly encouraged to respond by the date specified. At this time no acquisition strategy has been decided. 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. End Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70112I0340/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-12-I-0340 VA701-12-I-0340.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=421259&FileName=VA701-12-I-0340-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=421259&FileName=VA701-12-I-0340-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02821512-W 20120802/120801000030-26102a784a6cedaab6500ab3e4fe4461 (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.