Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2012 FBO #3910
DOCUMENT

R -- FHCC Life cycle Management Task Order 18 - Attachment

Notice Date
8/6/2012
 
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
VA70112I0365
 
Response Due
8/10/2012
 
Archive Date
11/8/2012
 
Point of Contact
BERNADETTE BODZENTA
 
Small Business Set-Aside
N/A
 
Description
VA-701-12-I-0365 SOURCES SOUGHT Veterans Health Administration (VHA) Office of Health Information FHCC LIFE CYCLE MANAGEMENT 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 applicable North American Industry Classification System (NAICS) code is 541611. 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 Health Information (OHI). 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 the Department of Veterans Affairs (VA) and Department of Defense (DoD) was a major, five year initiative with high visibility for both Departments. The joint facility now operating in North Chicago, Illinois (IL) provides a template by which future joint healthcare initiatives can be modeled. From previous FHCC work, this work will be taken to other VA/DoD locations; the assumption is there will be a reduction in the total cost of ownership as the VA and DoD move towards a realization of the Presidential and Congressional expressed goals of complete interoperability between the two Departments. This logical next step, using the already documented lessons learned and deliverables from existing FHCC documents is to promote effective health IT programs at other identified medical sharing locations. 3.OBJECTIVES The contractor shall provide strategic health information professional and technical services for the Veterans Health Administration Interagency Program Office (VHA IPO) Clinical Informatics and Requirements Division (CIRD) and DoD. The contractor shall provide facilitation, program management, and subject matter experts using best business and industry practices in order to strengthen and improve OHI's ability to deliver quality Health Information Management/Health Information Systems (HIM/HIS) solutions for clinicians and other health care providers. The scope of work and work products are inclusive of analyses, facilitation of Interagency meetings focused on the FHCC, research, and reviews of proposed mission and program requirements, governance board structures, health information technology (IT) priorities and acquisition strategy, health IT interoperability goals and milestones, and the surveillance and effectiveness of health IT programs that are part of the interagency health portfolio of the Departments of Defense and Department of Veterans Affairs. The following are anticipated tasks required for this task order: A.Portfolio policy and strategic health information professional and technical services for the CIRD- The Contractor shall provide policy and strategic health information professional and technical services for the CIRD, FHCC Branch, in the Interagency Program Office within VHA. The contractor shall provide consulting, facilitation, program management services, and subject matter experts that employ best business and industry practices in order to strengthen and improve OHI's ability to support quality IT solutions for clinicians and other health care providers. The scope of work and work products are inclusive of analyses, facilitation of meetings, research, and reviews of proposed mission and program requirements, governance board structures, health IT priorities and acquisition strategy, health IT interoperability goals and milestones, and the surveillance and effectiveness of health IT programs. These services include but are not limited to two areas: program management support and technical management support. Program Management Support: "Primary link between VHA's clinical and business communities, Program Offices, and VA's system development and program management offices "Manages realization of project benefits; monitors, reports on and resolves enterprise level issues; and manages inter and intra-project dependencies "Consolidates and communicates project status to governance bodies and represents VHA in Program Reviews, Change Control Boards, and other various interagency governance boards as needed "Collaborates with clinical, business, and administrative portfolios associated with the work of the CIR Division. "Plan and oversee requirements development, acquisition, and implementation of information systems that integrate health care facilities "Participation and support of the Business Relationship Management (BRM) work of CIRD with the DoD and VA's Office of Information Technology (OIT) "Facilitates stakeholder involvement in interagency strategic planning "Share Lessons Learned with other integration sites "Facilitate local site integration Technical Management Support: "Develops a Business Requirements Document (BRD) to elaborate the business case for any revised Service Requests (NSR) that are created as part of the needs of various stakeholders of Interagency Program Office (IPO) work. "Develops NSRs based upon Veterans Integrated Service Network (VISN) approved requests from users and from requirement efforts at the CIRD sites "Coordinates formal User Acceptance Testing within VHA IPO, and operational testing and evaluation in the CIRD settings "Manages the development of functional requirements processes with the DoD and complete the functional specifications so that OIT can provide a revised estimate of cost and schedule "Leads development, validation and prioritization of clinical, business, and administrative requirements and works with end users to ensure business needs are met in coordination with OIT B.Consulting, facilitation and subject matter expert services- The contractor shall provide consulting, facilitation and subject matter expert services for several VA and VHA IPO leadership board and Committee meetings. Consulting and facilitation services include group process management activities such as, assessment, process design, process evaluation, and goal-orientated actions, meeting time management, and development of meeting agendas, minutes and action items. Board and Committee meetings include HIM/HIS development, budget, and execution, Planning, Architecture and Technical Services which support the Healthcare technology portfolio and prioritization (selection of annual development projects), Business Relation Meeting (establish health information technology business requirements and priorities), and Health IT modernization for Clinical Information Systems and Governance. Meetings occur monthly, bi-weekly and weekly or on-demand. These meetings are chaired by several VA Senior Executives, such as the VA Deputy Secretary, Chief Information Officer, Under Secretary for Health, and VHA and DoD Program Officers Travel to VA Government sites across the United States may be required. 4.SUBMITTAL INFORMATION Contractors having the skills and capabilities to perform the stated requirements should submit a response of no more than 15 pages in length, single spaced, 12 point font. The Government will not review any other data or attachments that are in excess of the 10 pages. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. 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 your company. 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: Bernadette Bodzenta Contract Specialist VHA Program Contract Activity Central 6150 Oak Tree Boulevard Suite 300 Independence, OH 44131 Please submit electronic responses (via email ONLY) to the POC - Bernadette.Bodzenta@va.gov - no later than Friday August 10, 2012, 9:00 a.m. EDT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70112I0365/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-12-I-0365 VA701-12-I-0365.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=427486&FileName=VA701-12-I-0365-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=427486&FileName=VA701-12-I-0365-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02828786-W 20120808/120807000044-f95a77a8e3ba1028f0da09a53d0245e8 (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.