DOCUMENT
R -- OHI 12-1-HS-22 Health Systems Portfolio Support - Attachment
- Notice Date
- 8/2/2012
- 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
- VA70112Q0248
- Response Due
- 8/10/2012
- Archive Date
- 9/9/2012
- Point of Contact
- Agnes Lewis
- E-Mail Address
-
office/work
(agnes.lewis@va.gov)
- Small Business Set-Aside
- N/A
- Description
- SCOPE OF WORK: The contractor shall provide support to Health Systems in three primary areas: portfolio operations, project lifecycle coordination and monitoring, and business owner/stakeholder management. The contractor shall conduct support activities such as monitoring and reporting on programs / project plans, budgets, schedules, performance, and risks, and providing reviews of the Program Management Accountability System (PMAS) artifacts and the Health Systems Customer Centered SharePoint sites. Tasks focus on supporting the portfolios identified below with program management activities consisting of meeting planning, management of requirements, executive communications, project information gathering and documentation. These activities support the VHA subject matter, customer and domain expertise of the Health Systems Managers and their support teams. The below paragraphs provide a high level description of each of the four (4) Health Systems Portfolios that will be supported under this task order. Health Provider Systems (HPS) - HPS supports clinical care and ancillary activities, both for direct care givers as well as ancillary service departments (e.g., Pharmacy, Laboratory, Radiology). HPS provides facilitation and oversight throughout the product lifecycle for several clinical business communities such as Patient Care Services, National Center for Ethics, Systems Redesign, Office of Public Health, Office of Quality and Safety. Examples of HPS healthcare IT projects include VA's electronic health record (EHR) - Computerized Patient Record System (CPRS), Bed Management Solutions (BMS), Nationwide Health Information Network (NwHIN), personal health record (PHR) - MyHealtheVet, Surgery Manager (SQWM), Mental Health, Laboratory Information System, Emergency Department, Radiology, Pharmacy, Spinal Cord Injury, Blind Rehab, Occupational Health, Health Surveillance etc. HPS acts as a liaison between business and IT for about 130 active healthcare IT projects, of which 45 support Major Initiatives (MI) and 4 support VA-DoD iEHR. Additionally there are approximately 300 projects in the queue that are currently not funded and not budgeted for execution. Health Data Systems (HDS) - Supports the collection, storage, and provision of health data to support patient care or wider use by other organizations within VHA such as program offices and research. At present, HDS supports a total of 80 projects that include repositories, standards and terminology services, registries, telehealth, rural health, research, meta data, data quality and governance, data architecture and recently, mobile applications. Twenty-one of these projects support VA Major Initiatives (MIs). From the total number of projects, 33 are currently active. Additionally, HDS supports / monitors three VHA-led MIs,: (1) New Models of Healthcare, (2) Enhancing the Veteran Experience and Access to Healthcare, and (3) Perform Research and Development to Enhance the Long-term Health and Well-being of Veterans. HDS supports over 26 primary Business Owners and coordinates the gathering of functional requirements while providing liaison services to Office of Information and Technology. In support of the integrated Electronic Health Record (iEHR), HDS is contributing to efforts for mapping VistA legacy requirements to the Health Level 7 (HL7) EHR System Functional Model and support the identification and documentation of data and terminology standardization requirements. Registration, Eligibility, and Enrollment (REE) - SRRE supports the health benefit application process, health eligibility enrollment, and scheduling programs. At present, VHA has a total of 96 projects within this portfolio, of which 40 support Major Initiatives (MIs). From the total number of projects, 26 are currently active. Additionally, REE supports / monitors the three VBA-led MIs, the Office of Management-led MI, as well as multiple components within various VHA MIs. RRE supports over 20 primary Business Owners and coordinates the gathering of functional requirements while providing liaison services to Office of Information and Technology. In support of the integrated Electronic Health Record (iEHR), REE has been identified as the co-lead with DoD for five Capability Integrated Product Teams-Identity Management; Enrollment/Eligibility; Consult and Referral Management; Registration; and Disability Evaluation. Management and Financial Systems (MFS) - MFS supports the planning, development, implementation and monitoring of VHA's management and financial services IT systems. MFS customers serve areas of responsibility that include business, finance, logistics, compliance and business integrity, workforce management, employee education, prosthetics, caregivers and academic affiliations. Many of the MFS customers provide enterprise wide mission support that extends outside of VHA. At present MFS has 35 PMAS active projects of the 1566 total projects assigned. MFS supports four Major Initiatives. MI-10 has three sub-initiatives; MI-11 has six sub-initiatives; MI-12 has five sub-initiatives; and MI-15 has six sub-initiatives. In addition, MFS supports three Organizational Specific Initiatives (OSI). MFS has been identified for the areas of Credentialing and Privileging capabilities in support of iEHR. The following Information is requested in response to this RFI: Please include: Company Name, Company Address, Point of Contact, Telephone Number, e-mail Address. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. A.Experience 1.Please provide no more than five (5) contracts that your company has performed within the last three (3) years that are of comparable complexity and scope for each domain requirement for which your company is responding: a.Describe your Self-Performed* effort (as either a Prime or Sub-Contractor). b.Please be specific and provide a complete reference to include at a minimum the project name (and the government contract number, if applicable), contract award amount, start and completion dates, and the project owners' contact information. c.Additionally, please provide the Contract Type: Firm Fixed-Price, Time and Material, etc. *Self-Performed means work performed by the company themselves, NOT work performed by another company for them for any of the project examples provided. 2.A narrative case study that describes the details of each project and why it is relevant to this requirement, including difficulties and successes. 3.A table listing all companies involved in the relevant project(s), including the technical expertise and percentage of work that each company provided. B. Capabilities / Qualifications 1.A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. 2.Company business size and socioeconomic status (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Women-Owned Small Business,) the number of years in business, affiliate information: parent company, joint venture partners, potential teaming partners. a.Specify any teaming arrangements and how those arrangements will impact the structure of services their company can provide including technical expertise provided by each company. Please specify the percentage of work the each company will perform. 3.If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant Special Item Numbers (SINS) applicable to this requirement. This notice does not restrict the Government to an ultimate acquisition approach. All firms responding to this sources sought notice are advised that their response is not a request that will be considered for contract award. All interested parties will be required to respond to the resultant solicitation separately from their response to this sources sought notice. The Point of Contact (POC) for this RFI is: Agnes Lewis Contract Specialist VHA Program Contract Activity Central 6150 Oak Tree Boulevard Suite 300 Independence, OH 44131 Please submit electronic responses (via email) to the POC - agnes.lewis@va.gov - no later than 1:00 pm EST on 10 August 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70112Q0248/listing.html)
- Document(s)
- Attachment
- File Name: VA701-12-Q-0248 VA701-12-Q-0248_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=424498&FileName=VA701-12-Q-0248-005.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=424498&FileName=VA701-12-Q-0248-005.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA701-12-Q-0248 VA701-12-Q-0248_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=424498&FileName=VA701-12-Q-0248-005.docx)
- Record
- SN02825024-W 20120804/120803000653-2ff91bf32e241fcc99d49adeec12b624 (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 |