Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 12, 2019 FBO #6349
SOURCES SOUGHT

R -- Continued Support of Modern Claims Processing (MCP) expanding on current VA Rating Schedule of Disabilities (VASRD) Automation and Support Services for the Automated Veteran Data (AVD) initiative.

Notice Date
4/10/2019
 
Notice Type
Synopsis
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
36C10E19Q0146
 
Response Due
4/19/2019
 
Archive Date
4/29/2019
 
Point of Contact
240-439-6282
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION THIS IS NOT A SOLICITATION. The Department of Veterans Affairs (VA), Veterans Benefits Administration (VBA), is issuing this request for information (RFI)/sources sought solely for information and planning purposes only and does not constitute a solicitation; therefore, do not submit a quote. There is no obligation for the Government to acquire any products or services described in this RFI/sources sought. No funds have been obligated for this effort. Information received will be for the purpose of determining whether or not to conduct a competitive procurement. The determination to conduct a competitive procurement based on responses to this RFI is solely within the discretion of the Contracting Officer. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. Only electronic responses will be accepted, and the Government will not pay for any time expended or information submitted in response to this RFI. In accordance with the Federal Acquisition Regulations, responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Eligibility in participating in a possible, future acquisition does not depend upon a response to this RFI. BACKGROUND The Modern Claims Processing (MCP) program is intended to provide a comprehensive modernization of the Disability Compensation Program, as well as, the programs supporting separating Servicemembers. The MCP program leverages computable medical data, mapped to regulatory criteria specific to the adjudication of claims. This data mapping eliminates the need for the myriad of laborious administrative functions that are currently undertaken by adjudicators in order to prepare a claim for a decision, ultimately delivering a decision to the Veteran/Servicemember more quickly. As VBA continues to modernize the claims process, the following three areas are central to that effort: To empower Veterans and Servicemembers to interact with VA in an online environment To leverage data in order to streamline and standardize the claims process To improve the quality and clarity of communication with the Veterans it serves CRITICAL CONSIDERATIONS FOR INTERESTED CONTRACTORS The Contractor shall be required to provide and accomplish ALL specific tasks, optional tasks, and deliverables described within the Performance Work Statement (PWS) listed below. NAICS: 541690 Other Scientific and Technical Consulting Services. Responses are solely treated as information for the Government to consider. Direct or Indirect costs incurred in response to this RFI are at the expense of the vendor, not the Government. In accordance with the Federal Acquisition Regulations, responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. It is requested and appreciated that all contractors interested in participating in this market research effort note their interest by responding to the areas identified in the, Company Details", and the, "Capabilities Statement, sections below. COMPANY DETAILS The page limit for responses to this section is three (3) pages. Provide company point(s) of contact information (name, email address, address, telephone, fax numbers and DUNS number) Identify if your company are any of the following business concern statuses (include all that apply): Service-Disabled Veteran-Owned Small Business (SDVOSB); Veteran-Owned Small Business (VOSB); Small Business (SB); Certified Small Business Administration (SBA) 8(a) firm; Small Disadvantaged Business (SDB); Economically Disadvantage Women-Owned Small Business (EDWOSB); Woman-Owned Small Business (WOSB); Historically Underutilized Business Zone (HubZone) Small Business; Large Business. (SDVOSBs and VOSBs must be verified in www.VIP.gov ) Provide contracting vehicles your company holds, such as GSA schedules. CAPABILITIES STATEMENT The page limit for responses to this section is seven (7) pages. Provide a brief narrative summary of your technical approach, with specific expertise and with ramp up time, to meet ALL of VA s requirements within the PWS. Provide an overview, detailing proof of your firm s capabilities to fulfill ALL the requirements within the PWS, to include: organizational; staff capability; and specific experience. Provide up to three (3) contracts that your company has performed for the same or similar requirement and of comparable size, complexity and scope. Describe scope, similarities, and differences, as pertinent. Again, this RFI/sources sought is NOT a request for competitive proposals. Parties may identify their interest, accompanied by supporting literature outlined above, to the Contracting Officer no later than April 19, 2019 by 12:00pm EST. Electronic submissions are acceptable via Mario.quilici@va.gov PERFORMANCE WORK STATEMENT (PWS) BACKGROUND The Modern Claims Processing (MCP) program is intended to provide a comprehensive modernization of the Disability Compensation Program, as well as the programs supporting separating Servicemembers. The MCP program leverages computable medical data, mapped to regulatory criteria specific to the adjudication of claims. This data mapping eliminates the need for the myriad of laborious administrative functions that are currently undertaken by adjudicators in order to prepare a claim for a decision, ultimately delivering a decision to the Veteran/Servicemember more quickly. As VBA continues to modernize the claims process, the following three areas of central to that effort: To empower Veterans and Servicemembers to interact with VA in an online environment To leverage data in order to streamline and standardize the claims process To improve the quality and clarity of communication with the Veterans it serves To that end, this contract seeks specifically to: Provide automation tools to Disability Compensation Adjudicators in order to simplify the claims process for Separating Servicemembers. Provide improved reporting based on medical database queries associated with Hospitalization, Aid & Attendance (A&A), Convalescence, and others. Expand upon previously started data-mapping work in support VASRD modernization and Disability Benefits Questionnaires (DBQs). Support the VBA with improving the processing of claims for benefits by automating processes through data gathering, processing, and analysis. APPLICABLE DOCUMENTS The Contractor shall comply with the following documents, in the performance of this effort: Veteran Information System (VIS) and VA Department of Defense Identity Repository (VADIR) Documentation VBA Benefit Process Flows as provided and directed by VA Leadership Technical Reference Manual http://www.va.gov/TRM/VAStandardPage.asp?tid=5176&lob=1 VA Enterprise Cloud (VAEC) Technical Reference Guide http://vistaadaptivemaintenance.info/va-cloud/VA_Cloud-Technical_Reference-2017.pdf VA Handbook 6500; VA INFORMATION SECURITY PROGRAM and NIST SP 800-53 https://www.va.gov/vapubs/viewPublication.asp?Pub_ID=793&FType=2 VIP Process Guide https://www.va.gov/DIGITALSTRATEGY/docs/VIP_Guide_1_0_v14.pdf The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. SCOPE OF WORK The contractor will provide services under the following work areas and tasks: Provide automation tools to Disability Compensation Adjudicators in order to simplify the claims process for Separating Servicemembers. Specifically, a Proof of Concept Adjudicator Portal. A Working Prototype of the Adjudicator Portal integrated into the VBA-approved application platform user interface (via additional tab) and integrated with the VBA, VHA, and DoD systems needed to collect relevant data from and provide relevant data to those systems in order to speed up and improve the consistency of the adjudication process for Separating Servicemembers. All development and implementation work to comply with current VA/VBA/OI&T security and architecture policies and procedures in order to allow deployment within the VA Enterprise Cloud (VAEC) FedRAMP environment, as currently structured. Provide VBA Compensation with improved reporting based on VA medical database queries against the Corporate Data Warehouse (CDW) and VBA CorpDB - associated with Hospitalization, Aid & Attendance (A&A), Convalescence, and other claims areas that do not solely rely on verifying medical conditions other than a Veteran s existing status as having a Service Connected Disability (SCD). Expand upon previously started data-mapping work in support of VASRD modernization and Disability Benefits Questionnaires (DBQs). This work will initially focus on the mapping of each of the DBQs back to specific VASRD codes and the individual compensation claims as submitted by the Veteran for Adjudication. Support the VBA with improving the processing of claims for benefits by automating processes through data gathering, processing, and analysis. The contractor will also assist VBA, where needed, with improving the claims process itself to leverage the automation improvements implemented in the tasks above. APPLICABILITY This PWS is within the scope of paragraph(s) 5.1 Program/Program Management Support, 5.2 User/Human Centered Design (UCD/HCD) and 5.3 Technical Assistance. Optional Tasks will be elected and executed as required, according to Order Type requirements. ORDER TYPE Firm Fixed Price (FFP), GSA Task Order PERFORMANCE DETAILS PERFORMANCE PERIOD The Contract Period of Performance (PoP) shall consist of a Base Year PLACE OF PERFORMANCE Efforts under this TO shall be performed at Contractor facilities. The Contractor shall identify the Contractor s place of performance in their Task Execution Plan submission. Program Management and Requirements gathering tasks shall be performed on-site at 1800 G. Street NW, Washington, District of Columbia. TRAVEL OR SPECIAL REQUIREMENTS The Government does not anticipate travel under this effort to perform the tasks associated with the effort, including program-related meetings or conferences throughout the period of performance.     Contractor are only expected to travel within the local commuting area and will not be reimbursed.   Face-to-face meetings, code integration and planning sessions may be requested on an as-needed basis. Should contractor and the Government determine that such travel is required it shall be estimated and reimbursed under this contract as Other Direct Costs (ODCs) on a task-by-task basis. No reimbursement shall be paid unless the travel itself and an estimate of total costs is approved in writing by the contract COR. Location: Washington D.C. CONTRACT MANAGEMENT All specifications of this Performance Work Statement (PWS) apply to this effort. This PWS shall be addressed in the Contractor s Project Management Plan (PMP) as set forth in this contract. The Contractor shall design an adjudicator portal application to assist VBA Adjudicators complete rating-related tasks more quickly and efficiently. Work will include Human-Centered Design for UX strategy, UI and visual design, rapid prototyping, and front-end engineering. The Contractors shall also provide VBA business logic related to Hospitalization Reports to OIT staff for operational implementation and assist VBA with updating related operational business rules. Contractors shall liaise with VA designated technical teams at VA IT to implement any approved proof of concept technology. GOVERNMENT FURNISHED PROPERTY The Government has multiple remote access solutions available to include Citrix Access Gateway (CAG), Site-to-Site Virtual Private Network (VPN), and RESCUE VPN.   The Government s issuance of Government Furnished Equipment (GFE) is limited to Contractor personnel requiring direct access to the network to: development environments; install, configure and run Technical Reference Model (TRM) approved software and tools (e.g., Oracle, Fortify, Eclipse, SoapUI, WebLogic, LoadRunner); upload/download/ manipulate code, run scripts, and apply patches; configure and change system settings; check logs, troubleshoot/debug, and test/QA. When necessary, the Government will furnish desktops or laptops, for use by the Contractor to access VA networks, systems, or applications to meet the requirements of this PWS.  Additionally, when needed, the Government will transfer responsibility of contractor GFE, previously sponsored by another COR, to be associated with the COR of this contract. The overarching goal is to determine the most cost-effective approach to providing needed access to the VA environment coupled with the need to ensure proper Change Management principles are followed. Contractor personnel shall adhere to all VA system access requirements for on-site and remote users in accordance with VA standards, local security regulations, policies and rules of behavior. GFE shall be approved by the COR and Program Manager on a case-by-case basis prior to issuance. The Government will not provide IT accessories including but not limited to Mobile Wi-Fi hotspots/wireless access points, additional or specialized keyboards or mice, laptop bags, extra charging cables, extra Personal Identity Verification card readers, peripheral devices, or additional Random Access Memory (RAM). The Contractor is responsible for providing these types of IT accessories in support of the TO as necessary and any VA installation required for these IT accessories shall be coordinated with the COR. The Contractor will also receive access to a SharePoint site containing historical documentation of data mapping and methodology documents associated with the past deliverables specific to this project. SECURITY AND PRIVACY All Contractors and Contractor personnel shall be subject to the same Federal security and privacy laws, regulation, standards and VA polices and VA, including the Privacy Act, 5 U.S.C. §552a, and VA personnel, regarding information and information system security. Contractors must follow policies and procedures outlined in VA Directive 6500, Information Security Program; and VA Handbook 6500.6, Contract Security which are available at http://www.1.va.gov/vapubs and its handbooks to ensure appropriate security controls are in place. All Contractor employees and subcontractor employees requiring access to VA information and systems shall complete the following before being granted access to VA information and its systems: 1.    Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of behavior, Appendix E relating to access to VA information and information systems.   2.    Successfully complete the VA 10176, VA Privacy and Information Security Awareness and Rules of Behavior training and annually complete required security training;   3.    Successfully complete the appropriate VA privacy training and annually complete required privacy training   4.    Successfully complete any additional cyber security or privacy training as VA personnel with equivalent information or system access, as required.   Contractor Employee Training: All employees of the Contractor and assigned to work on this project shall complete annual Cyber Security training and Privacy Training using the Talent Management System (TMS)   Certificate of Completion: The Contractor shall provide copies of training certificates and certification of the employee signing the Contractor Rules of Behavior within 5 days of working on this contract and annually thereafter.     Failure to Comply: Failure to comply with the mandatory initial and annual training and signing the Contractor Rules of Behavior within the timeframe required is grounds for suspension r termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete.   The Contractor shall notify the program manager and COR assigned to this contract for VA within 24 hours of the discovery or disclosure of successful exploits of the vulnerability which can compromise the security of the Systems (including the confidentiality or integrity of its data and operations, or the availability of the system). Such issues shall be remediated as quickly as follows: a. Critical Must be remediated immediately. b. High Must be remediated within 60 days. c. Medium Must be remediated within 90 days. d. Low Must be remediated according to the timeframe established by the system owner. Typical in the next release or no longer than 120 days. Security Investigation: The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the COR and the COR will notify the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access. Security Violations: To the extent known by the contractor/subcontractor, the contractor/subcontractor s notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the contractor/subcontractor considers relevant. Data Breach: With respect to unsecured protected health information, the business associate is deemed to have discovered a data breach when the business associate knew or should have known of a breach of such information. Upon discovery, the business associate must notify the covered entity of the breach. Notifications need to be made in accordance with the executed business associate agreement. Theft or Break-In: In instances of theft or break-in or other criminal activity, the contractor/subcontractor must concurrently report the incident to the appropriate law enforcement entity (or entities) of jurisdiction, including the VA OIG and Security and Law Enforcement. The contractor, its employees, and its subcontractors and their employees shall cooperate with VA and any law enforcement authority responsible for the investigation and prosecution of any possible criminal law violation(s) associated with any incident. The contractor/subcontractor shall cooperate with VA in any civil litigation to recover VA information, obtain monetary or other compensation from a third party for damages arising from any incident, or obtain injunctive relief against any third party arising from, or related to, the incident. Notice of Security Incident: The contractor/subcontractor shall provide notice to VA of a security incident as set forth in the Security Incident Investigation section above. Upon such notification, VA must secure from a non-Department entity or the VA Office of Inspector General an independent risk analysis of the data breach to determine the level of risk associated with the data breach for the potential misuse of any sensitive personal information involved in the data breach. The term 'data breach' means the loss, theft, or other unauthorized access, or any access other than that incidental to the scope of employment, to data containing sensitive personal information, in electronic or printed form, that results in the potential compromise of the confidentiality or integrity of the data. Contractor shall fully cooperate with the entity performing the risk analysis. Failure to cooperate may be deemed a material breach and grounds for contract termination. Liquidated Damages for Data Breach: Consistent with the requirements of 38 U.S.C. § 5725, a contract may require access to sensitive personal information. If so, the Contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract. Notice of Security Incident: The contractor/subcontractor shall provide notice to VA of a security incident as set forth in the Security Incident Investigation section above. Upon such notification, VA must secure from a non-Department entity or the VA Office of Inspector General an independent risk analysis of the data breach to determine the level of risk associated with the data breach for the potential misuse of any sensitive personal information involved in the data breach. The term 'data breach' means the loss, theft, or other unauthorized access, or any access other than that incidental to the scope of employment, to data containing sensitive personal information, in electronic or printed form, that results in the potential compromise of the confidentiality or integrity of the data. Contractor shall fully cooperate with the entity performing the risk analysis. Failure to cooperate may be deemed a material breach and grounds for contract termination. Security Risk Analysis: Each risk analysis shall address all relevant information concerning the data breach, including the following: Nature of the event (loss, theft, unauthorized access) Description of the event, including: Date of occurrence Data elements involved, including any PII, such as full name, social security number, date of birth, home address, account number, disability code; Number of individuals affected or potentially affected; Names of individuals or groups affected or potentially affected; Ease of logical data access to the lost, stolen or improperly accessed data in light of the degree of protection for the data, e.g., unencrypted, plain text; Amount of time the data has been out of VA control; The likelihood that the sensitive personal information will or has been compromised (made accessible to and usable by unauthorized persons); Known misuses of data containing sensitive personal information, if any; Assessment of the potential harm to the affected individuals Data breach analysis as outlined in 6500.2 Handbook, Management of Security and Privacy Incidents as appropriate and Whether credit protection services may assist record subjects in avoiding or mitigating the results of identity theft based on the sensitive personal information that may have been compromised. Reimbursement: Based on the determinations of the independent risk analysis, the Contractor shall be responsible for paying to the VA liquidated damages in the amount of $37.50 per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following: Notification; One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports; Data breach analysis; Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution; One year of identity theft insurance with $20,000.00 coverage at $0 deductible and; Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories or financial affairs. Liquidated Damages: This PWS is further subject to the statutory requirement to assess liquidated damages against Contractors and/or subcontractors under 38 U.S.C. §5725 in the event of a breach of Sensitive Personal Information (SPI)/Personally Identifiable Information (PII). Said liquidated damages shall be assessed at $37.50 per affected Veteran or Claimant. A breach in this context includes the unauthorized acquisition, access, use or disclosure of VA SPI which compromises not only the information s security or privacy but that of the Veteran or beneficiary as well as the potential exposer or wrongful disclosure of such information as a result of a failure to follow proper data security controls and protocols. When the Security Fixes involve installing third party patches (such as Microsoft OS patches or Adobe Acrobat), the Contractor will provide written notice to VA that the patch has been validated as not affecting the Systems within 10 working days. When the Contractor is responsible for operations or maintenance of the Systems, they shall apply the Security Fixes within 90 days. POSITION/TASK RISK DESIGNATION LEVEL(S) All contract employees who require access to the VA site(s) and/or access to the VA local area network (LAN) system shall be subject of a background investigation and must receive a favorable adjudication from the VA Security and Investigations Center (SIC). These requirements are applicable to all subcontractor personnel requiring the same level of Background Investigation. In accordance with VA Handbook 0710, Personnel Security and Suitability Program, the position sensitivity and the level of background investigation commensurate with the required level of access for the following tasks within the PWS are: Task Number Tier1 / Low Risk Tier 2 / Moderate Risk Tier 4 / High Risk 5.1 5.2 5.3 5.4 5.5 5.6 The Tasks identified above and the resulting Position Sensitivity and Background Investigation requirements identify, in effect, the Background Investigation requirements for Contractor individuals, based upon the tasks the particular Contractor individual will be working. The submitted Contractor Staff Roster must indicate the required Background Investigation Level for each Contractor individual based upon the tasks the Contractor individual will be working, in accordance with their submitted proposal. SPECIFIC TASKS AND DELIVERABLES The Contractor shall perform the following: PROGRAM/PROJECT MANAGEMENT SUPPORT CONTRACTOR PROGRAM/PROJECT MANAGEMENT PLAN The Contractor shall deliver a Project Management Plan (PMP) that lays out the Contractor s approach, timeline and tools to be used in execution of this effort.  The P/PMP should take the form of both a narrative and graphic format that displays the integrated master schedule, milestones, risks and required contractor resource support.    The P/PMP shall also include how the Contractor shall coordinate and execute planned, routine, and ad hoc data collection reporting requests as identified within the PWS. The initial baseline P/PMP shall be concurred upon and updated in accordance with Section B of the Contract. The Contractor shall update and maintain the VA Program Manager (PM) approved P/PMP throughout the Contract Period of Performance (PoP). Deliverable: Program/Project Management Plan MONTHLY PROGRESS REPORT The Contractor shall provide the Contract Officer Representative (COR) with Progress Reports, monthly, in an electronic form using appropriate formats. The report shall include detailed instructions/explanations for each required data element, to ensure that data is accurate and consistent. These reports shall reflect data as of the last day of the preceding period. The Progress Reports shall cover all work completed during the reporting period and work planned for the subsequent reporting period for each project.   The report shall also identify any problems that arose and a description of how the problems were resolved.   If problems have not been completely resolved, the Contractor shall provide an explanation including its plan and timeframe for resolving the issue. The report shall also include an itemized list of all documents and electronic deliverables. The Contractor shall monitor performance against the P/PMP and report any deviations. The Contractor shall keep in communication with VA so that issues that arise are transparent to both parties to prevent escalation of outstanding issues. Deliverable:   Monthly Progress Report (MPR) SPRINT REVIEW REPORT Once development has begun (Task 5.7 Adjudicator Portal Proof of Concept Application), the Contractor shall provide the Contract Officer Representative (COR) with Sprint Completion Reports, at the agreed-to development sprint cadence, in an electronic form using appropriate formats. The report shall include detailed outcomes for issues originally included in the Sprint Planning Meeting as well as the completion, delay, or movement to a subsequent sprint, etc. These reports shall reflect data as of the last day of the preceding period. The Sprint Review Report may be delivered via Government access to the implemented issue management tool (e.g. Jira). Deliverable:   Recurring Sprint Review Report TECHNICAL KICKOFF MEETING The Contractor shall hold a technical kickoff meeting within 10 days after contract award. The Contractor shall present, for review and approval by the Government, the details of the intended approach, work plan, and project schedule for the effort. The Contractor shall specify dates, locations (can be virtual), agenda (shall be provided to all attendees at least five (5) calendar days prior to the meeting), and meeting minutes (shall be provided to all attendees within three (3) calendar days after the meeting). The Contractor shall invite the Contracting Officer (CO), Contract Specialist (CS), COR, and the VA PM. Deliverable:   Technical Kickoff Meeting ONBOARDING The Contractor shall manage the onboarding of its staff. Onboarding includes steps to obtain a VA network and email account, complete training, initiate background investigations, and gain physical and logical access, which may include elevated privileges to the necessary configuration and test environments for the various systems to be enhanced. A single Contractor Onboarding contact shall be designated, by the Contractor, who tracks the onboarding status of all Contractor personnel. The Contractor Onboarding contact shall be responsible for accurate and timely submission of all required VA onboarding paperwork to the COR. The Contractor shallbe responsible for tracking the status of all onboarding activities and report the status at the staff level during onboarding status meetings. The Contractor shall provide an Onboarding Status Report weekly for any staff with outstanding onboarding requests for review by the COR and VA Project Manager. Deliverable:   Onboarding Status Report USER-/HUMAN-CENTERED DESIGN (UCD/HCD) The Contractor shall be prepared execute a point-forward strategy that will focus on improving and enhancing VBA s claims processing systems, while integrating with existing VA systems at contract initiation, while keeping the VBA Adjudicators and Veterans at the center of the design and requirements process (i.e., user interviews, user stories and continual feedback, etc.). The contractor shall create requirements and design wire frames from them that help people easily complete the desired tasks. UCD/HCD work will include such UCD/HCD techniques and tools as shall be needed to implement the UX strategy, UI and visual design, rapid prototyping, and front-end engineering. APPLICATION NEEDS ELABORATION AND SCOPING The contractor shall design digital services that help people easily complete the desired tasks utilizing User-Centered Design. Work will include UX strategy, UI and visual design, rapid prototyping, and front-end engineering. Contractors shall implement the UCD methodology as a default for work performed. The contractor shall design digital services that help people easily complete the desired tasks and are designed to optimize the Veteran s experience of the overall process. Work will include (but is not limited to) such tools and techniques as: Veteran interviews, adjudicator interviews, developing user personas, card sorting, requirements development and priority setting, UX strategy, UI and visual design, rapid prototyping, and front-end engineering. Contractors shall implement the agreed-to design and functionality called for in the final UCD/HCD outputs. Deliverable: High level Application Technical Needs Review / Evaluation Worksheet TECHNICAL DESIGN As a part of Technical Design, the Contractor shall provide the Technical User Stories and supporting collateral necessary to complete the technical user stories. The Contractor shall present the technical design and provide meeting minutes at an SME review meeting. If PWS 5.6 optional task 5 is approved, The Contractor shall identify and resolve any issues prior to finalizing design and beginning coding. Deliverables: Product Requirements Document (PRD) Technical User Stories DATA MAPPING Contractor shall continue the data mapping task begun under the previous contract. The outputs of this task will be used by the Adjudicator Portal business logic. As VBA undergoes VASRD modernization, the Contractor shall identify medical evidence data elements, computable or otherwise - indicating when it is available but not computable - that map to specific VASRD rating criteria level. The team will also explore when the mapping is not exact, the reasons and possible alternative or additional sources of medical evidence. Specifically, the contractor shall complete the following data-mapping areas: Computable Medical Data to VASRD DBQs to VASRDs for Current Environment Evaluated medical evidence to Evaluation Builder criteria/fields Deliverable: Data Mapping Documents DEVELOP TO-BE AND FUTURE SEPARATING SERVICEMEMBERS (SSMs) PROCESS MAPS Contractor shall create process maps for the To-Be and Future Process Maps for the Separating Servicemembers (SSMs) process. The process maps shall use the As-Is process map developed in the last contract period as a starting point and shall indicate the step-changes required to transition between the As-Is, the To-Be, and the Future states. These process maps will be used by the development team to determine integration points with other systems for the Adjudicator Portal as well as the source of other data needed to be collected for a complete adjudication. Process maps shall be delivered in a format compatible with Microsoft Visio currently in use by VBA. The process maps will also be used by VBA Compensation Service to validate and expand upon the planned process changes to be implemented during the moves to the To-Be and the Future process states. Deliverable: To-Be state SSM Process Map Future state SSM Process Map TECHNICAL ASSISTANCE As part of the U.S. Department of Veterans Affairs (VA) ongoing efforts to modernize and improve Veterans experiences with the disability claims process, the Modern Claims Processing (MCP) program will assist in the determination of rating adjustments for existing SCDs. There are two specific use cases which the Contractor supports to use MCP to conduct SCD related ratings: Hospitalization Reports and Separating Service Member claims. SCD-RELATED HOSPITALIZATION REPORTING TECHNICAL ASSISTANCE The Contractor shall design and deliver query logic based on their intricate understanding of VBA and VHA data and business process flows that will assist VBA with obtaining VHA and compensation related information to provide real-time dynamic solutions for SCD hospitalization benefits. The Contractor shall support VBA s future goal of tying a Veteran s SCD(s) to hospitalization and thusly their hospitalization record, removing false positives from the report. HOSPITALIZATION REPORT TECHNICAL ASSISTANCE When a Veteran is hospitalized  in excess of 21 days for an existing service connected  disability (SCD), they are entitled to be paid a temporary 100 percent rate for that disability during that period of hospitalization. Within the Base Period, the Contractor shall create query logic to be submitted to VBA to run queries based on the criteria below: Utilize applicable healthcare-related data in VBA and VHA systems to obtain SCD information to include demographic data Track admission dates including the tracking of a patient transitioning from one unit to another within a hospital stay Track discharge date information documenting the patients release from the medical facility Create tests using synthetic and real data, in a VBA-approved sandbox environment This includes testing scripts that will allow VBA to audit past hospitalizations actions  Deliverables Business Logic based on the above criteria Test case and scripts criteria CONVALESCENCE REPORT TECHNICAL ASSISTANCE When a Veteran receives inpatient or outpatient treatment or is discharged from the hospital  in 21 days or less  for an SCD,  which may be flagged in CAPRI or in CDW,  it may require a period of  convalescence  of one or more months. In these cases, the Veteran may be entitled to be paid at a temporary 100 percent rate for the period of  convalescence.  Within the Base Period, the Contractor shall create query logic to be submitted to VBA to run, based using the criteria below: Admission dates are included and accurate based on the use case This includes tracking a patient transitioning from one unit to another within a hospital stay Ensure discharge date information is incorporated and accurate and determine whether convalescence data is available in Discharge Summary Create tests using synthetic and real data, in a VBA-approved sandbox environment This includes testing scripts that will allow VBA to audit past hospitalizations actions Research Note titles to see if there is any information in there to indicate 'convalescence'. Explore several sources including the Mobile Application Environment (MAE), VistA and other reporting    Deliverables Business Logic based on the above criteria Test case and scripts criteria AID AND ATTENDANCE (A&A) REPORT TECHNICAL ASSISTANCE   When a Veteran receives Aid & Attendance (A&A) benefits and hospitalized at the government s expense, the A&A benefits must be  immediately  reduced to a lower rate of payment (Housebound rate) for the duration of the hospitalization. The goal is to ensure A&A  Compensation payment is reduced  until the day the Veteran patient is discharged. Within the Base Period, the Contractor shall create query logic to be submitted to VBA to run, based using the criteria below, which will result in new VBA business rules: Utilize applicable healthcare-related data in VBA and VHA systems to obtain SCD information to include demographic data Admission dates are included and accurate based on the use case This includes tracking a patient transitioning from one unit to another within a hospital stay Ensure discharge date information is incorporated and accurate Create tests using synthetic and real data, in a VBA-approved sandbox environment This includes testing scripts that will allow VBA to audit past hospitalizations actions Ensure in parameters that Veteran does not show up on Hospitalization Report Deliverables Business Logic based on the above criteria Test case and scripts criteria ADJUDICATOR PORTAL INTERFACE DESIGN Improving speed and efficiency of adjudicating benefit claims for Veterans, including Separating Servicemembers, requires VBA, VHA, and DoD data that can be persisted. The Contractor shall design wireframes which represent workflow, with graphical comps proceeding approved wireframes, representing the user interface design, for a portal with more efficient and automatic data extraction of these data for an automated rating: Separation date data Service Treatment Records (STRs) Disability Benefit Questionnaires (DBQs) The wireframe and comp designs may require more than one iteration as VBA leadership provide feedback and insight, using updates to the PRD. The Contractor shall also have experience and the ability to extract healthcare record data from sources such as CDW for various SCD use case scenarios related to Veteran benefit ratings for compensation. The Contractor shall be familiar with three key components: Data elements maintained within VBA s CorpDB Data from the Veteran Health Administration s (VHA) Corporate Data Warehouse (CDW) Apply the evaluation logic, as defined within the Veteran Benefits Management System (VBMS) evaluation builder, to the CDW medical data to determine a proposed SCD rating. To develop the Adjudicator Portal wireframes to support the Proof of Concept and explore options for production deployment, the Contractor shall utilize a Scaled Agile Framework for Enterprises (SAFe) methodology that executes sprints in 2-week increments and delivers functionality in increments not to exceed 90 days. The Contractor shall develop the wireframes based on the Business and Design stories cited in Section 5.2 above, using Agile methods. The Contractor shall deploy release candidates into the wireframe environment for User Acceptance Testing (UAT), after completing internal testing and Independent Verification and Validation (IVV). The Contractor shall ensure that all necessary testing occurs within applicable and available test environments. Deliverables Adjudicator Portal Wireframes Adjudicator Portal Comprehensives (Comps) The Portal interface design shall meet the objectives detailed below: USER INTERFACE DESIGN DEVELOPMENT PROCESS (WIREFRAMES & COMPS) The team is comprised of the appropriate distribution of cross functional roles that include technical lead(s), developers, dedicated quality assurance and tester(s), technical analyst(s), and a Scrum Master. The Team may have one or two Technical Leads as part of the team that provide technical guidance and resolve technical impediments. A Scrum Master is recommended per team; however, Scrum Masters may be shared across two teams when appropriate size and technical leadership as described above is available The team shall provide dedicated technical requirements analysts to ensure requirements are properly decomposed and to provide the Business perspective and context to the developmental teams The team shall design wireframes and provide comps with 2-week or 3-week increments Deliverables: Design Review Presentation/Documentation Design Schedule USER INTERFACE DESIGN TESTING Following successful development testing, The Contractor shall deliver wire frames for each capability, in preparation for product documentation, if approved by VBA leadership to go beyond design. The Contractor shall host a User Interface Design Testing sessions during the UAT testing period to facilitate the business sitting side by side the developers and providing for quick and complete feedback regarding wireframe development. Following successful testing and acceptance of the software product, if permitted by VBA Leadership, the Contractor shall support the implementation and release of the software product into production, based on PWS Section 5.6 Optional Task 3. Deliverable: User Acceptance Testing Criteria and Reporting BUSINESS LOGIC MAPPING Contractor shall utilize outputs from data-mapping tasks in PWS section 5.2.3 as well as defined (through established VA IT standards or Contractor discovery) integration requirements to derive Adjudicator Portal business logic. The Contractor shall provide documentation on how to implement future logical mappings in order to support sustainment efforts for continual data mappings for future VA or HHS updates to VASRDs, eCFRs, DBQs etc. Deliverable: Supporting Documentation capturing Adjudicator Portal Business Logic Instructions for Implementing Future Logical Mapping BASE YEAR OPTIONAL TASK 1 PERFORMANCE ANALYSIS AND INTEGRITY (PA&I) REPORTING TECHNICAL ASSISTANCE The Contractor shall design and deliver query logic based on their intricate understanding of VBA and VHA data and business process flows that will assist VBA with obtaining VHA and compensation related information to provide real-time dynamic solutions for SCD hospitalization benefits and other compensation related processes. The Contractor shall support VBA s future goal of improving SCD reporting that impact Veteran compensation. BASE YEAR OPTIONAL TASK 2 NATURAL LANGUAGE PROCESSING (NLP) / MACHINE LEARNING The Contractor shall collaborate with VBA leadership to derive what use cases require data scraping and machine learning especially in rating elements that could be determined as subjective or less objective.   The notes for convalescence reporting may present use cases Relating VHA and DBQ data (medications, diagnosis, number of visits, etc.) to actual VBA disability codes BASE YEAR OPTIONAL TASK 3 TRANSITION PLANNING The services under this TO are vital to the Government and must be continued without interruption, and upon TO expiration a successor, either the Government or another contractor may continue them. The Contractor therefore must propose a technical approach that will provide phased-in training and utilize best efforts and cooperation to affect an orderly and efficient transition to a successor. The Contractor must propose a Transition Plan capable of supporting 90 days of outgoing transition support. Any proposed plan must meet with the VA PM s approval prior to its implementation. Once VA approval is obtained, the Contractor shall commence transition out activities working with the incoming Contractor or Government entity. Additionally, the Contractor s proposed approach must provide for formal coordination with Government staff and successor staff and management. The Contractor s proposed Transition Plan must specify a training program and a date for transferring responsibilities for each division of work described in the plan. The Contractor is expected to provide sufficient experienced personnel during the phase-out period to ensure that the services called for by this TO are maintained at the required level of proficiency. Proposed Transition Plans must also include provisions for delivery of copies of existing Program documentation, procedures, software, and required metrics and statistics. The Contractor s proposed Transition Plan must include, but is not limited to, the following provisions: Coordination with Government representatives Review, evaluation and transition of current support services Transition of historic data to new Contractor system Transition of Rational accounts Transfer of hardware and software warranties, maintenance agreements and licenses Transfer of all necessary business and/or technical documentation Orientation phase and program to introduce Government and Contractor personnel, programs, and users to the Contractor's team, tools, methodologies, and business processes Disposition of Contractor purchased Government owned assets, Transfer of Government Furnished Equipment (GFE) and Government Furnished Information, and GFE inventory management assistance Turn-in of all Government keys, ID/access cards, and security codes Deliverable: Transition Plan GENERAL REQUIREMENTS PERFORMANCE METRICS The table below defines the Performance Standards and Acceptable Levels of Performance associated with this effort. Performance Objective Performance Standard Acceptable Levels of Performance Technical / Quality of Product or Service Shows understanding of requirements Efficient and effective in meeting requirements Meets technical needs and mission requirements Automated Processing Success Rate No lower than 40% Payment Accuracy Manual - No lower than 98% Payment Accuracy Automated - 100% Provides quality services/products Satisfactory or higher Project Milestones and Schedule Quick response capability Products completed, reviewed, delivered in accordance with the established schedule Notifies customer in advance of potential problems Satisfactory or higher Cost & Staffing Currency of expertise and staffing levels appropriate Personnel possess necessary knowledge, skills and abilities to perform tasks Satisfactory or higher Management Integration and coordination of all activities to execute effort Satisfactory or higher The COR will utilize a Quality Assurance Surveillance Plan (QASP) throughout the life of the Task Order to ensure that the Contractor is performing the services required by this PWS in an acceptable level of performance. The Government reserves the right to alter or change the QASP at its own discretion. A Performance Based Service Assessment will be used by the COR in accordance with the QASP to assess Contractor performance. SECTION 508 ELECTRONIC AND INFORMATION TECHNOLOGY (EIT) STANDARDS On January 18, 2017, the Architectural and Transportation Barriers Compliance Board (Access Board) revised and updated, in a single rulemaking, standards for electronic and information technology developed, procured, maintained, or used by Federal agencies covered by Section 508 of the Rehabilitation Act of 1973, as well as our guidelines for telecommunications equipment and customer premises equipment covered by Section 255 of the Communications Act of 1934. The revisions and updates to the Section 508-based standards and Section 255-based guidelines are intended to ensure that information and communication technology (ICT) covered by the respective statutes is accessible to and usable by individuals with disabilities. The following Section 508 Requirements supersede Addendum A, Section A3 from the T4NG Basic PWS. The Section 508 standards established by the Architectural and Transportation Barriers Compliance Board (Access Board) are incorporated into, and made part of all VA orders, solicitations and purchase orders developed to procure to procure ICT. These standards are found in their entirety at: https://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-ict-refresh/final-rule/text-of-the-standards-and-guidelines. A printed copy of the standards will be supplied upon request.   Federal agencies must comply with the updated Section 508 Standards beginning on January 18, 2018. The Final Rule as published in the Federal Register is available from the Access Board: https://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-ict-refresh/final-rule. The Contractor shall comply with 508 Chapter 2: Scoping Requirements for all electronic ICT and content delivered under this contract. Specifically, as appropriate for the technology and its functionality, the Contractor shall comply with the technical standards marked here: E205 Electronic Content (Accessibility Standard -WCAG 2.0 Level A and AA Guidelines) E204 Functional Performance Criteria E206 Hardware Requirements E207 Software Requirements E208 Support Services and Documentation Requirements COMPATIBILITY WITH ASSISTIVE TECHNOLOGY The standards do not require installation of specific accessibility-related software or attachment of an assistive technology device. Section 508 requires that ICT be compatible with such software and devices so that ICT can be accessible to and usable by individuals using assistive technology, including but not limited to screen readers, screen magnifiers, and speech recognition software. ACCEPTANCE AND ACCEPTANCE TESTING Deliverables resulting from this solicitation will be accepted based in part on satisfaction of the Section 508 Chapter 2: Scoping Requirements standards identified above. The Government reserves the right to test for Section 508 Compliance before delivery. The Contractor shall be able to demonstrate Section 508 Compliance upon delivery. ENTERPRISE AND IT FRAMEWORK A signed waiver has been obtained from the VA OI&T CIO Office that the IPv6 requirement within Section 3.8 of the T4NG Basic Contract cannot be met, and as a result, IPv6 is not a requirement for this TO effort. The required Assurance Levels, in reference to the Federal Identity, Credential, and Access Management (FICAM) requirements set forth in Section 3.8.2 of the T4NG Basic PWS, are Identity Assurance Level (IAL) x, Authenticator Assurance Level (AAL) x, and Federation Assurance Level (FAL) x for this specific TO. APPENDIX A ACRONYMS AND ABBREVIATIONS Authority to Operate (ATO) Citrix Access Gateway (CAG) Commercial Off-The-Shelf product (COTS) Contracting Officer (CO) Contracting Officer s Representative (COR) Contract Specialist (CS) Contractor Project Management Plan (CPMP) Create, Read, Update, Delete Matrix (CRUD matrix) Department of Veterans Affairs (VA) Electronic and Information Technology (EIT) Electronic Questionnaire for Investigations Processing (e-QIP) Enterprise Architecture (EA) Federal Risk and Authorization Management Program (FedRAMP) Full Time Equivalent (FTE) Government Furnished Equipment (GFE), Health Insurance Portability and Accountability Act (HIPAA) Information Security Officer (ISO) Integrated Master Schedule Lines of Business (LOB) National Institute of Standards and Technology (NIST) Office of Personnel Management s (OPM) OI&T Technical Reference Model (One-VA TRM) Period of Performance (PoP) Personal Health Information (PHI) Personally Identifiable Information (PII) Personal Identity Verification Card (PIV) Point of Contact (POC) Privacy Officer (PO) Public Key Infrastructure (PKI) Personal Identity Verification (PIV) Requirements Traceability Matrix (RTM) Security and Investigation Center (SIC) Single Sign-On (SSO) System Center Configuration Manager (SCCM) System Security Plans (SSP) Task Order (TO) Veteran-Focused Integration Process (VIP) Veterans Benefits Administration (VBA) VA Office of Information Technology (OI&T) Work Breakdown Structure (WBS) DELIVERABLES CADENCE TABLE TASK #: TASK DESCRIPTION: DELIVERABLES: INITIAL DELIVERY: UPDATE CADENCE: 5 SPECIFIC TASKS AND DELIVERABLES 5.1 PROGRAM/PROJECT MANAGEMENT SUPPORT - - - 5.1.1 CONTRACTOR PROGRAM/PROJECT MANAGEMENT PLAN Program/Project Management Plan Project Kickoff Meeting Monthly 5.1.2 MONTHLY PROGRESS REPORT Monthly Progress Report (MPR) 30 days following project kickoff Monthly 5.1.3 SPRINT REVIEW REPORT Recurring Sprint Review Report 2 days after completion of initial development sprint 2 days after the completion of each subsequent sprint (~ every 2 -3 weeks) 5.1.4 TECHNICAL KICKOFF MEETING Technical Kickoff Meeting conducted 10 days after award - 5.1.5 ONBOARDING Onboarding Status Report 5.2 USER-/HUMAN-CENTERED DESIGN (UCD/HCD) - - - 5.2.1 APPLICATION NEEDS ELABORATION AND SCOPING High level Application Technical Needs Review / Evaluation Worksheet 5.2.2 TECHNICAL DESIGN Product Requirements Document (PRD)   Technical User Stories 5.2.3 DATA MAPPING Data Mapping Documents 5.2.4 DEVELOP TO-BE AND FUTURE SEPARATING SERVICEMEMBERS (SSMs) PROCESS MAPS To-Be state SSM Process Map Future state SSM Process Map 5.3 TECHNICAL ASSISTANCE - - - 5.3.1 SCD-RELATED HOSPITALIZATION REPORTING TECHNICAL ASSISTANCE - - - 5.3.1.1 HOSPITALIZATION REPORT TECHNICAL ASSISTANCE Business Logic based on the above criteria Test case and scripts criteria 5.3.1.2 CONVALESCENCE REPORT TECHNICAL ASSISTANCE Business Logic based on the above criteria Test case and scripts criteria 5.3.1.3 AID AND ATTENDANCE (A&A) REPORT TECHNICAL ASSISTANCE Business Logic based on the above criteria Test case and scripts criteria 5.3.2 ADJUDICATOR PORTAL INTERFACE DESIGN Adjudicator Portal Wireframes Adjudicator Portal Comprehensives (Comps) 5.3.2.1 USER INTERFACE DESIGN DEVELOPMENT PROCESS (WIREFRAMES & COMPS) Design Review Presentation/Documentation Design Schedule 5.3.2.2 USER INTERFACE DESIGN TESTING User Acceptance Testing Criteria and Reporting 5.3.3 BUSINESS LOGIC MAPPING Supporting Documentation capturing Adjudicator Portal Business Logic Instructions for Implementing Future Logical Mapping 5.4 BASE YEAR OPTIONAL TASK 1 PERFORMANCE ANALYSIS AND INTEGRITY (PA&I) REPORTING TECHNICAL ASSISTANCE - - - 5.5 BASE YEAR OPTIONAL TASK 2 NATURAL LANGUAGE PROCESSING (NLP) / MACHINE LEARNING - - - 5.6 BASE YEAR OPTIONAL TASK 3 TRANSITION PLANNING Transition Plan NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/36C10E19Q0146/listing.html)
 
Record
SN05277219-F 20190412/190410230025 (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.