SOURCES SOUGHT
70 -- VA Community Care Provider Directory (VA-26-00000156)
- Notice Date
- 1/30/2025 8:18:13 AM
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
- ZIP Code
- 07724
- Solicitation Number
- 36C10B25Q0148
- Response Due
- 2/13/2025 1:00:00 PM
- Archive Date
- 03/15/2025
- Point of Contact
- William Freer, Contract Specialist, Phone: 848-377-5102
- E-Mail Address
-
William.Freer@va.gov
(William.Freer@va.gov)
- Awardee
- null
- Description
- As part of this market research, VA may follow up by requesting additional information or a meeting with your team. The Department of Veterans Affairs (VA) REQUEST FOR INFORMATION Community Care Provider Directory This is a Request for Information (RFI) to determine the availability of vendors that have the capability to support VA in providing a Provider Directory in support of active and non-active Community Care Providers. A. General Background The Department of Veterans Affairs (VA) Veterans Health Administration (VHA) Office of Integrated Veteran Care (IVC) is procuring services for a vendor to develop and deliver a Provider Directory in support of Providers, Veterans and Beneficiaries participating in the Community Care Program. The Provider Directory will display a comprehensive listing of all providers (active and non-active) and accommodate scalability for future growth of the Community Care Program and other related VA healthcare program initiatives for Veteran and Family Member care with data integrity. In addition, the Provider Directory is intended to provide solutions capable integrating scheduling capabilities within one platform. VA is seeking input from industry on establishing, staffing, and maintaining Provider Directory solution capabilities in support of the VA IVC. This is a RFI only issued for conducting market research. Accordingly, this RFI constitutes neither a Request for Quote (RFQ), Request for Proposal (RFP), nor a guarantee that one will be issued by the Government in the future; furthermore, it does not commit the Government to contract for any services described herein. The VA is not, at this time, seeking proposals or quotes, and therefore, will not accept, review, or evaluate unsolicited proposals or quotes received in response hereto. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted because of this request. The Government does not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred for responses to this RFI. The information provided may be used by VA in developing its acquisition strategy Product Description (PD) or Performance Work Statement (PWS). Any information submitted by respondents to this RFI is strictly voluntary. Interested parties are responsible for adequately marking proprietary, restricted, or competition sensitive information contained in their response. This is a request for information and does not obligate the Government in any way, nor does it commit the Government to any specific course of action. Product information, brochures, part numbers, and/or other description information may be included with the submission. B. Capability Statement Requirements In response to this RFI, VA IVC is seeking capability statements. Capability statements are NOT proposals and do not address price/cost. Industry is merely asked to provide information which may demonstrate that they have expertise, capability, and capacity to meet the requirements of this work as a prime contractor, with subcontractors as they deem necessary. Responses should not exceed 10 pages, single-spaced standard 1-inch margins and in a 12-point font. Responses to this RFI shall be submitted via email to William Freer at William.Freer@va.gov no later than - February 13, 2025, 4:00pm EST. Include the following identification information: Name of Company Address Point of Contact Phone Number Email address CAGE/ / Unique Entity Identifier Number Company Business Size and Status for NAICS NAICS code(s) Any Schedules held on General Services Administration (GSA), Government-Wide Acquisition Contracts (GWAC) held on the National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) V, or any other schedule not mentioned above to assist in determining acquisition strategy if you are included in one or more. Please also include Contract Number, expiration date, etc. Socioeconomic data: If a small business, what type of small business are you? Are you able to comply with FAR 52.219-6 and 52.219-14 in execution of this effort? Are you able to comply with VAAR 852.219-73, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, 852.219-75, VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction and with subcontracting limitations in 13 CFR 125.6 in execution of this effort? VA IVC requests that the respondent specifically address the requirements listed below. Respondents should provide enough information for VA IVC to understand their capability to perform the work as identified below. Please provide a list of contract numbers that your organization has had (if applicable) and your role on the contract (prime contractor or subcontractor) per capability statement. If you were a subcontractor on a particular contract, please specify the work that you did on that contract. Please describe your capabilities and detailed experience performing activities similar to those described below: The capability to provide a secure infrastructure for data management, information sharing, and data analytics of provider information.� � � The capability to provide infinite storage, cached data, and scalable database of provider data.� � The capability to provide an agile methodology for the provider directory solution.� � � The capability to provide the technical feasibility of seamless and real time provider data. The capability for data to be collected, reconciled, updated, verified, and maintained without additional provider burden. The capability to sort through high volumes of data and identify inaccuracies throughout the data lifecycle. The capability to provide data traceability and data provenance throughout the data lifecycle. The capability to provide a Software as a Service (SaaS) solution for the Provider Directory. The capability to provide emerging technology solutions that supports data accuracy, validation, and integrity. The capability to provide real time notifications and transparent issue resolution between VA and vendor for Provider Directory discrepancies in a shared platform/integrated system to include:� � � Real time notification of issues reported from VA staff. Issue flags to support increased trust and issue identification. Transparent process(es) for data validation, correction, and updates. Shared integrated portal/platform for verification, reporting, and issue tracking and error logs Verification between third party administrators (TPA) and VA Transparency and oversight so all parties can see errors and issue corrections The capability to provide timely and accurate data in a usable, scalable interface for multiple user types. VA staff can search, sort, and stratify data by demographic, practice, and procedure attributes Veterans can search and select providers in a public facing provider directory. The capability to provide tools that are interoperable with VA Community Care tools. The capability to provide data exchange protocols using queries and to exchange provider data.� � The capability to provide tools that can integrate with VA, federated systems, and third-party systems supporting healthcare delivery operations. The capability to support federally mandated information exchange standards (e.g., APIs, FHIR) to enable interoperability with provider directory information. The capability to develop and maintain a provider directory that is compliant with state, Federal, and VA health interoperability and security standards. The capability to maintain data integrity: accurate data, actionable (supports IVC objectives for CNN Network support), current state at any point in time, SSoT (Single Source of Truth), reconciliation of discrepancies, auditability of data (provenance), and alignment across stakeholders' system of record. The capacity to support the evolving needs of the CCN Program, including, but not limited to, being capable of capturing new data elements over time and making those new data elements available to CCN personnel and veterans. The capability to provide scheduling functionality (e.g. scheduling grids, self-service scheduling, etc.) within a provider directory that maintains flexibility for scheduling across all services and modalities. The capability to provide a mechanism to reduce administrative burden for providers to leverage the scheduling technology solution to their internal scheduling grid for maximum utilization. The capability to integrate with provider scheduling data or grids from VA community providers. The capability to create a user interface that segments providers by VA programs (e.g., Veteran vs Family Member) The capability to deliver different capabilities for each community care program such as real time exchange of provider information for Veteran care leveraging VA designated sources or manual upload capabilities. The capability to interpret specific VA claims data (e.g., National Provider Identifier) and interpret Family Member Care provider types for specialty designations.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c69a260f926e4fd2a426f8a8352e1228/view)
- Place of Performance
- Address: TBD
- Record
- SN07328680-F 20250201/250130230116 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |