Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 13, 2014 FBO #4767
MODIFICATION

R -- TRICARE ONLINE (TOL) SUSTAINMENT - Amendment 1

Notice Date
12/11/2014
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Other Defense Agencies, Defense Health Agency, Contract Operations Division - Falls Church, 7700 Arlington Blvd., Suite 1M401, Falls Church, Virginia, 22042, United States
 
ZIP Code
22042
 
Solicitation Number
HT0011-15-RFI-CMID-23192-TOL
 
Archive Date
12/30/2014
 
Point of Contact
Marcellus Jernigan, Phone: 7036817840, Millie A. Mitchell, Phone: 7036811143
 
E-Mail Address
Marcellus.Jernigan@dha.mil, Mille.Mitchell@dha.mil
(Marcellus.Jernigan@dha.mil, Mille.Mitchell@dha.mil)
 
Small Business Set-Aside
N/A
 
Description
DEFENSE HEALTH AGENCY (DHA) REQUEST FOR INFORMATION (RFI) TRICARE ONLINE (TOL) SUSTAINMENT CONTRACT OPERATIONS DIVISION - FALLS CHURCH (COD-FC) ___________________________________ 1.0 PURPOSE OF THIS RFI ___________________________________ This Request for Information (RFI) is being issued by Defense Health Agency (DHA) Contract Operations Division - Falls Church (COD-FC) to conduct market research on the industry's capabilities to perform services for TRICARE Online (TOL) sustainment to include, but not limited to the following tasks: 1) Provide skilled and demonstrated knowledgeable resources in support of TOL to include, but not limited to: operations and sustainment (O&S), systems engineering, software development and maintenance, configuration management/data management (CM/DM); interoperability, security, testing, training support, integration, transition of releases to service, and service desk support; 2) Provide skilled resources in support of Java Exchange Platform (JXP) operations and sustainment (O&S); 3) Provide skilled and demonstrated knowledgeable resources with the Composite Health Care System (CHCS) Patient Appointment & Scheduling (PAS) module; 4) Provide skilled and demonstrated knowledgeable resources with the CHCS Pharmacy (Pharm) module; 5) Provide skilled and demonstrated knowledgeable resources with the Military Health Systems (MHS) Identity Authentication Services (iAS); 6) Provide demonstrated knowledgeable resources with Bi-directional Health Information Exchange (BHIE) - DoD Adaptor (BDA); and 7) Provided skilled resources to integrate and transition to service web applications/message transport services utilizing the TOL infrastructure as directed by the COR. 8) Provide required hardware and software to establish a TOL development environment utilizing contractor provided equipment with interfaces to Bi-Directional Health Information Exchange - DoD Adaptor (BDA); Composite Health Care System (CHCS) Patient Appointing & Scheduling (PAS) Module; Composite Health Care System (CHCS) Pharmacy (Pharm) Module; Defense Manpower Data Center (DMDC)/ Defense Enrollment Eligibility Reporting System (DEERS); MHS Identity Authentication Services (iAS); Java Exchange Platform (JXP); and System Interface Engine (SIE) to ensure operation of online appointment, online pharmacy refill, Blue Button Capability, jXP, and SIE. TOL is broad reaching with execution of the tasks pursuant to this PWS requiring coordination with many organizations and program offices. The Contractor shall coordinate all contract efforts through the DHSS PEO to ensure continuity and conformity with the following organizations: TOL Service Representatives from the Army, Navy, Air Force, and National Capitol Region (NCR); Defense Health Agency (DHA); Defense Health Modernization Systems (DHMS); Enterprise Infrastructure (EI); Defense Health Clinical Systems (DHCS); Joint Interoperability Test Command (JITC); Operational Test and Evaluation (OT&E); Defense Manpower Data Center (DMDC); Defense Information Systems Agency (DISA); Department of Veterans Affairs (VA); and various suppliers/contractors providing support to TOL. ___________________________________ 2.0 BACKGROUND ___________________________________ TRICARE Online (TOL) Project TOL increases access to care for the beneficiary, optimizes the provision of care by the provider, and assists in population health management while optimizing the business management of the MHS. TOL provides the 9.6 million DoD beneficiaries, as well as providers and managers with a single, efficient, cost-effective, user-friendly, network-centric platform that enhances the access to the delivery of health care from any location, at any time. The vehicle, or strategic enabler, to achieve these goals is a common, MHS-wide Internet portal focused on providing patient centric services. TOL is focused on shore-based facilities, although accessible to ships/locations that have Internet connectivity. It reduces the redundancy of individual Service and Medical Treatment Facility (MTF) efforts and optimizes the beneficiary's ease of navigation through the MHS. TOL is designed using open architectural standards using existing Defense Information Systems Network (DISN) and currently available commercial infrastructure. TOL Core Capabilities: a) Appointing Management Services b) Pharmacy (Rx) Refill Services c) DoD Blue Button Interfaces to the following external systems: a) Bi-Directional Health Information Exchange - DoD Adaptor (BDA) c) Composite Health Care System (CHCS) Patient Appointing & Scheduling (PAS) Module d) Composite Health Care System (CHCS) Pharmacy (Pharm) Module e) Defense Manpower Data Center (DMDC) /Defense Enrollment Eligibility Reporting System (DEERS) f) MHS Identity Authentication Services (iAS) g) Virtual Lifetime Electronic Record (VLER) Direct as a Service (DaaS) - Deployed but not activated Message transport services residing on TOL infrastructure: a) Java Exchange Platform (JXP) - Essentris to CHCS deployed at Tripler Army Medical Center (TAMC) b) System Interface Engine (SIE) - CHCS to Defense Medical Human Resources System - internet (DMHRSi) deployed at all CHCS Host facilities ___________________________________ 3.0 SCOPE ___________________________________ The core objectives of this PWS are to: a) Maintain Authority to Operate (ATO) accreditation b) Maintain System Availability (Ao) - threshold 98.5% and objective 99% c) Maintain interfaces and message transport services d) Develop a minimum of 4 quarterly software releases [excluding security patches, operating system updates, etc.] as approved by the Government utilizing Agile Scrum Methodology to fullest extent possible e) Maintain and operate Tier III Service Desk f) Resolve remediation required as result of security scan tool (current tool is Fortify360®) conducted on an ongoing basis as well as part of each maintenance/functional release g) Support capacity planning (CP) benchmarking conducted by EI to include remediation of identified issues h) Support Continual Service Improvement (CSI) of User Interface (U/I) presentation layer i) j) Support, or conduct as appropriate, customer awareness and education events consisting of demonstrations, presentations, and/or training as follows: i. Service hosted seminar event with duration of 1 week: Estimate 1 per quarter ii. TOL MTF onsite event with duration of 3 days: Estimate 1 MTF visit per quarter iii. Online training utilizing Defense Connect Online (DCO): Estimate 2 sessions per quarter k) Support customer outreach and communication efforts l) Support customer feedback mechanisms, e.g. DoD Interactive Customer Evaluation (ICE) surveys m) Utilize the DHSS Agile Scrum methodology to the fullest extent possible in the execution of this PWS The Government may elect to exercise the following tasks individually, collectively, or combination thereof during the life of this PWS based on funding availability. The Period of Performance (PoP) for each task(s) will be 12 months from date of award (DOA): a) Expand TOL access to mobile devices b) Expand Blue Button capability with following displays: i. Inpatient Admission(s) ii. Encounter Notes iii. Wellness Reminders c) Expand Blue Button capability with following displays: i. Consults ii. Outpatient Discharge Summary(s) iii. Surgical History(s) d) Expand Pharmacy Refill and/or Blue Button capability to perform reconciliation of active medications e) Migrate TOL to DISA Capacity Services using Red Hat/Oracle 11g solution to include: i. Implement MHS iAS to TOL Security Assertion Markup Language (SAML) interfacing solution ii. Migrate TOL from Oracle 10g to Oracle 11g on Red Hat Enterprise Linux, iii. Implement Disaster Recovery (Data Guard) iv. Integration of Resources Information Technology Program Office (RITPO) Messaging Gateway (RMG) into SIE message transport services f) Expand Single Sign On (SSO) access to: i. Government designated Patient-Centered Virtual HealthCare Experience (PCVHE)/Secure Messaging (SM) capability ii. Service Treatment Record (STR) as provided by DHCS Health Artifacts and Images (HAIMS) system ___________________________________ 4.0 SKILLS TO SUPPORT TRICARE ONLINE (TOL): ___________________________________ TRICARE Online (TOL) is a portal. Accordingly, wide range of demonstrated specific knowledge is need to support TOL system as well as skilled understanding of the systems interfacing with TOL: Skills required in order to support TOL: a) Systems engineering skills with Oracle experience; b) Software development and maintenance skills; c) Configuration management/data management (CM/DM); d) Security and Information Assurance; e) Testing; f) Training support; and, g) Service desk support. Demonstrated knowledgeable skills when working/coordinating with: a) Composite Health Care System (CHCS) Patient Appointment & Scheduling (PAS) module b) CHCS Pharmacy (Pharm) module c) Military Health Systems (MHS) Identity Authentication Services (iAS) d) Bi-directional Health Information Exchange (BHIE) - DoD Adaptor (BDA) ___________________________________ 5.0 GENERAL INFORMATION ___________________________________ THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. i. This RFI is issued solely for information and planning purposes - it does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. ii. 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. iii. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. iv. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. v. All costs associated with responding to this RFI will be solely at the interested vendor's expense. vi. Not responding to this RFI does not preclude participation in any future Request for Proposal (RFP), if any is issued. a) North American Industrial Classification (NAICS): 541512. b) The Page limit for responses is 10 pages or less. Ten pages is the limit, including the cover sheet. c) Posting time: ten (10) business days for response. d) Primary location will be Vendor location - No Government Facilities will be provided. TOL Program Office is in Falls Church, VA with business hours established as EDT. TOL is a world-wide system with the central production servers located at DISA, San Antonio, Texas and components disperse worldwide. ___________________________________ 6.0 HOW TO RESPOND ___________________________________ The formal closing date/time for RFI response submissions is Monday, December 15, 2014 at 9:00AM ET. All responses should be submitted electronically using PDF, HTML, MS Word or PowerPoint formats with subject "Company Name, HT0011-15-RFI-CMID-23192-TOL" to the following Email addresses: Millie.Mitchell@DHA.mil, Marcellus.Jernigan@DHA.mil, and Vonetta.Davis.CTR@DHA.mil.*** ***Total e-mail file limit size is restricted to 5MB. Files exceeding this threshold must be submitted over multiple Email messages, and be identified as "Email #x of #y". The official contacts for this RFI to whom all requests and communications should be addressed are: Contracting Officer: Contracting Officer: Ms. Millie Mitchell Contracting Officer Telephone: (703) 681-6507 Contracting Officer Email: Millie.Mitchell@dha.mil Contract Specialist: Contract Specialist: Marcellus Jernigan Contract Specialist Telephone: (703) 681-7840 Contract Specialist Email: Marcellus.Jernigan@dha.mil Senior Procurement Analyst: Contract Specialist: Vonetta Davis Contract Specialist Telephone: (703) 681-5377 Contract Specialist Email: Vonetta.Davis.CTR@dha.mil ___________________________________ 7.0 TRICARE ONLINE (TOL) SUSTAINMENT RFI RESPONDENT INFORMATION: ___________________________________ The response to this RFI should include the vendor's current capabilities and its potential solution. In the response, please specifically address the following: 1. Does the respondent have the skilled and demonstrated knowledgeable resources to fulfill TOL sustainment support as described in the purpose statement? 2. Does the respondent have the skilled and demonstrated knowledgeable resources with the Composite Health Care System (CHCS) Patient Appointment & Scheduling (PAS) module and CHCS Pharmacy (Pharm) module? 3. Does the respondent have the skilled and demonstrated knowledgeable resources with the Military Health Systems (MHS) Identity Authentication Services (iAS) and Bi-directional Health Information Exchange (BHIE) - DoD Adaptor (BDA)? 4. Can the respondent provide a de-sanitized development environment to include CHCS with the needed interfaces in order to support the effort? A de-sanitized development environment is a viable development environment not containing Protected Health Information (PHI) or Personal Identifiable Information (PII). 5. Can the respondent provide information on similar projects completed recently or in progress? This information may include successes as well as obstacles encountered by the vendor. 6. Specify current experience, certifications, and credentials. 7. Provide similar qualifications, for any/all not exactly as specified in the RFI. 8. Specify recentness of experience and in all areas stated within RFI required for effort. 9. Qualifications needed as specified for vendor to begin on day one. Focus of effort is ongoing sustainment of patient portal available worldwide with expectation of seamless support of system as specified in RFI. 10. Specify whether the respondent is able to fulfill requirements of RFI in entirety. The respondent needs to specify what the prime vendor responsibilities and what partner vendor responsibilities are envisioned to be. ___________________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e4d927fb1387dae1009408b7a04ae6c2)
 
Place of Performance
Address: Defense Health Agency (DHHQ) Headquarters, 7700 Arlington Boulvard, McLean, Virginia, 22042-5101, United States
Zip Code: 22042-5101
 
Record
SN03593415-W 20141213/141211234232-e4d927fb1387dae1009408b7a04ae6c2 (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.