Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2015 FBO #5005
SPECIAL NOTICE

R -- Semantic Open Source Software (SEMOSS) System Implementation - NOTICE OF INTENT

Notice Date
8/5/2015
 
Notice Type
Special Notice
 
NAICS
518210 — Data Processing, Hosting, and Related 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-NOI-SEMOSS
 
Archive Date
8/13/2015
 
Point of Contact
Jake Lewis, , Birgit Tilley,
 
E-Mail Address
jake.l.lewis.civ@mail.mil, birgit.f.tilley.civ@mail.mil
(jake.l.lewis.civ@mail.mil, birgit.f.tilley.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This NOI is being issued by the Defense Health Agency (DHA), Contract Operation Division Falls Church (COD-FC) to conduct Market Research on Industry’s Capabilities to provide follow-on support of the Semantic Open Source Software (SEMOSS) System capability currently provided under previous contract expiring September, 2015. DEFENSE HEALTH AGENCY (DHA) NOTICE OF INTENT (NOI) - HT0011-15-NOI-SEMOSS THIS IS A NOTICE OF INTENT FOR A SOLE SOURCE CONTRACT. RELEASE DATE: 08/05/2015 CLOSING DATE: 08/12/2015 1. Purpose of this Notice of Intent (NOI) This NOI is being issued by the Defense Health Agency (DHA), Contract Operation Division Falls Church (COD-FC) to conduct Market Research on Industry's Capabilities to provide follow-on support of the Semantic Open Source Software (SEMOSS) System capability currently provided under previous contract expiring September, 2015. The Defense Health Agency (DHA), Contract Operation Division Falls Church (COD-FC) intends to issue a base year Sole Source follow on contract for portfolio management support through the continues implementation of the SEMOSS support Contract under FAR 6.302-1 "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements" to Deloitte for continued SEMOSS system sustainment. 2. Scope This effort requires the continued development of this effort beyond the current contract expiration of 28 September 2015, to achieve a completed enterprise wide architecture/portfolio management tool (SEMOSS) as an open standards based tool that provides an analytic environment allowing linkages between disparate data islands for an enterprise view, and provides the capability to overlay information to identify commonality, redundancy, and duplication. The proposed award to Deloitte would provide continue support for the following functions: • Provide and support the framework linking functional capabilities, technical systems, infrastructure, and portfolio management in a quantitative manner in an effort to facilitate an optimal sequencing and migration of legacy systems to the future environment. This will impact many organizations due to the embedded nature of the OTM into many different initiatives. • Coordination with the DHMSM deployment team to identify, by site and deployment wave, the impact to the current legacy systems. This includes Identification of changes required by each of 105 deployment sites for each system to insure sustainment of operations and data flow. Provide cost savings by region, wave, and site due to the offset of the deployment and termination of legacy systems. • Support the strategic portfolio rationalization working group to streamline portfolio rationalization efforts in order to provide one synchronized methodology and process to the DHA HIT. Through the use of SEMOSS, conduct analysis of DHA legacy systems to identify the optimized set of systems for performing a capability within the enterprise. Determine the impact of the DHMSM fielding to the enterprise from a new acquisition perspective and a legacy de-duplication perspective. • Create an accurate representation of business processes and system data flows represented in the test enclaves for the vendor to understand the current environment. Define all system that will need an interface to the new electronic health record and those steps to complete as required by the test environment with the legacy systems available • Coordinate with the Enterprise Architecture team to identify the data objects and their associated data elements for the systems within the enterprise to ensure that as the data migration strategy is developed without breakdown in data transfer or creation of a patient safe issue. • Provide updates to the Chief Technology Officer to support development of the long range architecture. Providing analysis on the JPC-1 projects entering the acquisition cycle to identify duplication across the enterprise, preventing unnecessary expenditure of resources. • Support the effort with the Information Delivery Group to identify the sources of record for the data objects, the sources that will be the points of migration, and identify those sources that will most likely be replaced by the new electronic health record. • Provide support to the DHMSM/DHA economic analysis development through analysis of the methodology that links the functional, technical and financial aspects of the organization in a manner that quantifies the benefits of an integrated electronic health record. Update the cost savings associated by decommissioning the legacy systems that will be replaced by the new EHR. • Provide the required SEMOSS training to various participants for timely adoption and implementation of the SEMOSS tool. Conduct user training and developer training on SEMOSS not only across Defense Health Headquarters, but also across Navy, Army, Air Force and major treatment facility specific units. 3. How to Respond This is a Notice of Intent ONLY, it is not a request for competitive proposals. It 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. In accordance with Federal Acquisition Regulation (FAR) 15.201, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Should your firm desire to submit a capability statement, it should demonstrate the Offeror's experience and expertise to provide the services identified above within the time frame required and without substantial duplication of cost to the Government. The statement shall include business size; ability to self-perform work; layers of subcontracting; and any other information indicating a legitimate ability to meet these specific requirements. Statements should not exceed 5-10 pages in length. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this NOI. All costs associated with responding to this NOI will be solely at the interested vendor's expense. Not responding to this NOI does not preclude participation in any future Request for Proposal (RFP), if any is issued. The formal closing date for this NOI and submission of Responses is Wednesday, August 12, 2015 at 2:00PM EST. All Question and Responses shall be submitted electronically, with Subject "Company Name, HT0011-15-NOI-SEMOSS - Healthcare Operation" to the following e-mail address: jake.l.lewis.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/525082af8d7eb8f0619c3dac69da3e56)
 
Place of Performance
Address: Defense Health Agency (DHA) Headquarters (DHHQ), 7700 Arlington Boulevard, Falls Church, Virginia, 22042-5101, United States
Zip Code: 22042-5101
 
Record
SN03825507-W 20150807/150805235744-525082af8d7eb8f0619c3dac69da3e56 (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.