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 -- OHI12-1-JIV-23 FHCC Business Process Reengineering - 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
VA70112I0341
 
Response Due
8/7/2012
 
Archive Date
10/6/2012
 
Point of Contact
Andrea Fink
 
E-Mail Address
7.8300
 
Small Business Set-Aside
N/A
 
Description
VHA Office of Health Information (OHI) OHI12-1-JIV-23 Federal Health Care Center (FHCC) Business Process Reengineering (BPR) 1.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 (VHA) is seeking interested sources (contractors) for a near-future solicitation and procurement for the Office of Informatics & Analytics (OIA). At this time, no solicitation exists. Therefore please do not request a copy of the solicitation. 2.BACKGROUND Developing a joint Federal Health Care Center (FHCC) between Department of Veterans Affairs (VA) and Department of Department of Defense (DoD) was a major, five year initiative with high visibility for both Departments. The joint facility now operating in North Chicago, IL provides a template by which future joint healthcare initiatives can be modeled. Several integrated software solutions were developed to support the joint provision of health care using disparate electronic health records (EHR). VA and DoD clinical systems were designed specifically for the populations each Department services, and much of the functionality was developed to meet each agency's unique mission. The business processes the EHRs support have become tightly bound to the EHR functionality. To conjoin the policies and procedures of each local business area, the alterations to process flows must be scrutinized to yield the intended efficiencies. A proper analysis of business processes will enlighten local joint working groups to make informed decisions, and develop an effective business strategy. This task order will enable Business Process Reengineering (BPR) to escalate the efforts of process improvement methodologies (e.g., TQM, Six Sigma, etc.) to make process orientation a strategic tool and a core competence of the organization. Business processes are essential to gauge performance and customer satisfaction and to improve patient safety and the better provision of quality healthcare. 3.OBJECTIVES The Contractor shall provide professional services for the Veterans Health Administration (VHA) and Bureau of Medicine and Surgery, Department of the Navy, DoD. The Contractor shall provide facilitation to elicit end user input from multiple perspectives, business process modeling and analysis, and consulting subject matter expertise in order to strengthen and improve the FHCC's ability to utilize Health Information Management/Health Information Systems (HIM/HIS) solutions deployed by clinicians and other health care providers. The scope of work and work products are inclusive of analyses, facilitation of meetings, and formation of recommendations based on varying types of information gathered on the interagency health Information Technology (IT) programs in use. The Contractor shall identify "as-is" existing processes and design "to-be" proposed processes. Focus includes representation of the business policies via business process flows, alerts & notifications, data exchanges or movement, and granularly Standard Operating Procedures (SOPs). The Government will provide the Vendor with these existing Assets and Artifacts: ""As-is" process flows - Source: Lean Program Leads FHCC ""To-be" process flows - Source: FHCC Business Requirements Document (BRD) and Use Case (UC) documentation of specified software solutions benefitting from BPR integration analysis "Integrated Business Process Reengineering (iBPR) documents and templates - Source: VA/DoD Clinical Integrated Process Teams (CIPT) of the Integrated Electronic Health Record (iEHR) effort 4.SUBMITTAL INFORMATION Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 10 pages in length, single spaced, 12 point font minimum. The Government will not review any other data or attachments that are in excess to the 10 pages. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. Interested parties shall furnish the following 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, and affiliate information 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 the capabilities, qualifications, and skills the company possesses to perform services described in the scope of work. 6.Past Experience: Provide a brief summary of the company history relative to similar requirements and the following information may be provided (maximum of three similar projects for which the responder was a prime or subcontractor): a.Name, address, and value of each project b.Prime contract type - Firm Fixed Price or Time and Materials c.Name, telephone, and address of the owner of each project d.A description of each project and why it is relevant to this requirement e.Company's role and services provided for each project It is requested that the above information be provided no later than Monday, 8/8/2012 at 1300 EST. Responses should be emailed to Andrea Fink, Andrea.Fink@va.gov. All email correspondence for this project must reference the Sources Sought Number and Project Title in the subject line of the email: VA-701-12-I-0196 - Mobile and Virtual Conference Guides.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70112I0341/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-12-I-0341 VA701-12-I-0341.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=420725&FileName=VA701-12-I-0341-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=420725&FileName=VA701-12-I-0341-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02821970-W 20120802/120801000600-75175733be02089e96ca485a425aaedb (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.