DOCUMENT
R -- Interagency Surgical Quality Workflow Management Office of Health Information Sources Sought Notice - 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
- VA70112I0352
- Response Due
- 8/9/2012
- Archive Date
- 10/8/2012
- Point of Contact
- Rosella Torcaso
- Small Business Set-Aside
- N/A
- Description
- Interagency Surgical Quality Workflow Management Office of Health Information Request for Information: VA701-12-I-0352 August 2, 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 interagency surgical quality workflow management (SQWM) support for the Office of Health Information (OHI). At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. II. Background: This activity is described as Interagency Surgery Quality Workflow Management (SQWM) and is a collaborative clinical effort with the Department of Veterans Affairs (VA) and Department of Defense (DoD) for interagency surgery, surgical quality, and surgical workflow management among VA/DoD joint venture and medical sharing locations, Veterans Health Administration (VHA), the Military Health System (MHS), and the Interagency Program Office (IPO). Surgery has been formally identified as a needed integrated electronic health record system (iEHR) capability. After numerous discussions and briefings in FY2012, the National Director of Surgery, VHA requested a contracting vehicle to examine clinical processes of interagency surgery cases and the unmet clinical needs for both departments. This evaluation involves a first-of-its-kind interagency surgery effort that will begin addressing interagency capabilities needed to support common surgery cases. No information technology currently exists between VA and DoD to track and document the surgical care process wherein one department performs surgeries for the other department and there is no interagency process to evaluate surgical procedures performed on Federal beneficiaries and their follow-up care. As a new, major initiative for both departments, a joint surgical platform will be developed for interagency surgical scheduling, surgical workflow capture, and analysis of quality outcomes to support the management of surgery cases shared between VA and DoD joint facilities. The expected benefit will be realized in the simultaneous, non-duplicative provisioning of accessible, high quality surgical care for active duty, dependent, retiree, and veteran beneficiary populations. There will be at least three (3) principal organizational components to this interagency effort that will support the iEHR: 1.Surgery project planning to ensure that new, "TO BE" clinical processes can successfully adopt technical solutions. 2.Enterprise quality software solutions to support approved iEHR functional specifications. 3.Network solutions to support both VA/DoD Information Technology (IT) systems, with appropriate security features, in support of approved surgery iEHR functional specifications. The joint facility now operating in North Chicago, Illinois (IL) provides a template by which future joint healthcare initiatives can be modeled for interagency SQWM. From previous Federal Health Care Center work, this surgery work will be taken to other VA/DoD locations. The Government seeks to facilitate other interagency opportunities and synergies for electronic health information sharing of surgery information at other VA and DoD treatment facilities in order to provide more cost effective and efficient support for our nation's service members and veterans. This includes interoperability concepts with the private sector health care affiliates for surgery of the VA and DoD. The Information Management/Information Technology (IM/IT) plan is to be analyzed to determine how extensible interagency SQWM is for clinical and business data sharing, within the Health Executive Council (HEC) federal health care construct. This interagency work is to do so through contractor-provided program evaluation, specializing in interoperability and recognized subject matter expertise in health care. This logical next step, using the already documented lessons learned and deliverables from existing SQWM documents is to create a Plan of Action and Management (POA&M) for three (3) VA/DoD medical sharing locations. The strategic approach is to promote effective health IT programs at other identified surgical sharing locations. III. Requirements: The contractor shall evaluate surgical quality processes for shared surgery patients between VA and DoD. The contractor shall perform program and process evaluations of current efforts at three (3) interagency Surgical Quality Workflow Manager (SQWM) Beta site locations in Anchorage, Alaska, Augusta, Georgia, and North Chicago, Illinois, where VA and DoD have existing medical sharing agreements. The contractor shall evaluate "AS IS" workflows for interagency processes related to surgery cases and provide "TO BE" recommendations that will improve the Government's ability to deliver quality surgery processes and solutions. The scope of work and work products are inclusive of analyses, research, and reviews of proposed mission and program review, governance board structures, health information technology (IT) research, and the surveillance and effectiveness of surgery IT programs. The following are draft Tasks associated with the draft performance work statement: 1.Conduct an AS IS review of interagency surgery clinical and related administrative processes- The contractor shall conduct on-site interviews with staff involved in surgery cases then document and graphically represent AS IS surgery clinical processes at the 3 interagency SQWM Beta site locations, where VA and DoD have existing medical sharing agreements. The contractor shall identify any known process issues that currently exist. The contractor shall examine the clinical and related process steps of interagency surgery between VA and DoD using industrial engineering techniques and Lean Six Sigma tools. By reviewing and analyzing process streams, the contractor shall document end-products, outcomes and results of interagency surgery cases. 2.TO BE surgery clinical and related administrative processes- The contractor shall fully document and graphically represent TO BE surgery processes at locations that will be using the VA's SQWM software product.The contractor shall make clinical business process improvement recommendations from the AS IS clinical business process workflows obtained in Task 1 to effect improvements to the interagency surgery processes with newly created TO BE processes. Following ISO 9000 standards, the contractor shall document TO BE clinical business process workflows for interagency surgery cases shared between VA and DoD. This includes creating MS Power Point presentations to summarize this work. 3.Evaluate the SQWM and S3 products-The contractor shall perform a Product Effectiveness Analysis for the interagency SQWM capability and Surgery Scheduling System (S3) software products. S3 is a web-based program that streamlines the surgical scheduling process, increases reporting accuracy and improves overall management efficiency. 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. 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: 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. 1.A narrative case study that describes the details of each project and why it is relevant to this requirement, including difficulties and successes. 2.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: Rosella Torcaso 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 - rosella.torcaso@va.gov - no later than 5:00 EDT on 9 August 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70112I0352/listing.html)
- Document(s)
- Attachment
- File Name: VA701-12-I-0352 VA701-12-I-0352.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=424006&FileName=VA701-12-I-0352-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=424006&FileName=VA701-12-I-0352-000.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-I-0352 VA701-12-I-0352.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=424006&FileName=VA701-12-I-0352-000.docx)
- Record
- SN02825442-W 20120804/120803001135-4326adace60450f3b397cf789e248215 (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 |