Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2008 FBO #2391
SOURCES SOUGHT

Q -- IT Solutions for DischargePlanning/Care Coordination

Notice Date
6/11/2008
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Veterans Affairs, Bronx VAMC (NAL), Department of Veterans Affairs, Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA-243-08-RI-0296
 
Response Due
7/24/2008
 
Archive Date
9/22/2008
 
Point of Contact
Christina M. Katz, Contract Specialist
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing. The purpose of this Sources SoughtAnnouncement is for market research to make appropriate acquisition decisions. It is recognized that any cost information provided by the contractor is a preliminary estimate for planning purposes and may be marked as proprietary; the contractor will not be bound to these estimates. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise. Responses to this notice shall include the following: (a) company name b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of business, e.g. small, Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, Small Business HUBZone business, other than small business, or Large Business and (i) must provide a capability statement that addresses an overview of your company, qualifications, and products that support IT Solutions for Discharge Planning/Care Coordination. The capability statement should also include how well your company can meet the following criteria: ---Ability to provide the IT services and support necessary to facilitate the electronic discharge process in a defined geographical area i.e. national, regional or state. ---Ability to present various topics to the eDischarge Workgroup Indicate how this information will be presented by your company, either demonstrated in person or on-line. The topics to be presented are: 1.) Overview of the company's web based IT products/solutions for discharge placement/case management coordination 2.) Online process for exchange of information, intake coordination with post-acute care facilities, completion of referral forms, attachment of these documents to veterans electronic medical record and notification of accepted referrals. 3.) Identification of the most appropriate facilities for each veteran, depending on post-acute care needs, including determination of bed availability. 4.) On-line interface between referring hospital and community based care providers, ie: nursing homes. 5.) Security of on-line server, specifically the ability to ensure patient privacy and confidentiality. 6.) Compliance with published HIPAA standards for the secure transmission of confidential patient data. 7.) Subscription Fees. Members of the eDischarge Workgroup who function under the auspices of the National Social Work Systems Redesign Steering Committee will utilize these demonstrations to evaluate which contractor(s) best meet the needs of the VA, as well as our Veterans. The committee will determine based on your submissions whether your company will be scheduled for a in-person or on-line demonstration. Important Information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The VA will not return pictures, documents, graphs or interrelated requested information. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the Central Contractor Registration (CCR located on the web at www.ccr.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail, mail or ground carrier to: Dept. of Veterans Affairs, James J. Peters Medical Center, VISN 3/Network Acquisition and Logisitics, #10N3-NAL-3, Bronx, NY 10468 or by e-mail to Christina.Katz@va.gov. All information submissions to be marked Attn: Christina Katz, Contracting Officer and should be received no later than 3:30pm Eastern Standard Time on Thursday, July 24, 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7c792d396b955da4907dee953f447d80&tab=core&_cview=1)
 
Record
SN01591572-W 20080613/080611222438-7c792d396b955da4907dee953f447d80 (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.