Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2011 FBO #3666
SOURCES SOUGHT

B -- BSICR ESM 12-78 Sources Sought

Notice Date
12/6/2011
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Veterans Affairs;Program Contract Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70112I0044
 
Archive Date
1/5/2012
 
Point of Contact
Laurie Walker
 
E-Mail Address
7-8300
 
Small Business Set-Aside
N/A
 
Description
Request for Information VA-701-12-RI-0044 BSICR ESM 12-78 BSICR-Requirements Analysis Comprehensive Services I. Introduction: This sources sought notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The VA is currently conducting market research to locate qualified, experienced and interested potential sources. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this sources sought announcement. NAICS 541611 (size standard $7 million) applies. The Veterans Health Administration (VHA) is seeking interested sources (contractors) for a near-future solicitation and procurement for requirements analysis and support Services. At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. II. Background: Business Architecture Service (BA) is part of the Department of Veterans Affairs (VA), Veterans Health Administration (VHA) Office of Health Information (OHI), Enterprise Systems Management (ESM). BA s mission is to enable the building of technology through foundational support of VHA mission, vision, and goals by providing comprehensive architectural representation. VHA OHI/ESM supports and executes VHA s vision and mission to Honor America s veterans as heroes by providing the highest quality health care by defining the business requirements and direction of VA s award-winning electronic healthcare system, Veterans Health Information Systems and Technology Architecture (VistA). BA s vision is to provide a coherent BA Health Business Architecture representation that serves as a collaborative foundation for VHA s transformational IT implementation. BA works collaboratively with other ESM and OHI components, and VHA Program Offices to develop, implement and monitor comprehensive healthcare business functions and related Information Technology (IT) solutions. BA serves to unite VHA clinical/business owners and VA s Office of Information and Technology (OIT) and represents the foundational health segment architecture of the VHA s electronic health record. BA promotes customer engagement throughout the IT Systems lifecycle, provides coordination to ensure that VHA business process and requirements are reflected in the health IT system products, and advises and aligns strategy with the VHA IT portfolios. In order to meet Presidential Agenda objectives, VHA needs to work toward implementing Service Oriented Architecture, interagency collaboration toward a joint electronic health record and a Virtual Lifetime Electronic Record. VHA also needs a repository which can organize and link all architectural artifacts for maximum ability and efficiency of information sharing. In support of its mission, the following components comprise BA s comprehensive architectural representation: Health Segment Architecture Health Information Strategic Planning Business Reference Architecture Business Process Architecture Business Information Architecture Business Service Architecture Interagency Architectural Collaboration Business Architecture Repository The task areas of this multiple-award Blanket Purchase Agreement must harmonize and integrate these components. III. Requirements: The Veterans Health Administration (VHA) has established an objective to mature its Business Architecture Service (BA) in three (3) key areas to best support the effective delivery of core healthcare services to the Nation's Veterans, contribute to Federal health agency Information sharing, and support Presidential initiatives such as the DoD/VA joint Electronic Health Record (jEHR) and the Virtual Lifetime Electronic Record (VLER). The purpose is to extend and mature the VHA Business Architecture Service in the following three (3) critical areas: 1.Business Architecture Repository (BAR) - Establish and mature a BAR capability that will help to ensure that VHA Business Architecture products are available in a form that benefits all key stakeholders including leadership, clinicians, administrators, and IT professionals. 2.Interagency Architectural Collaboration (IAC) - Establish and mature an IAC capability that will help to ensure that teamwork on business IT solutions with DoD, other government agencies, and external partners, results in tangible benefits to VHA's healthcare business. 3.Business Service Architecture (BSA) - Establish and mature a BSA capability that will help to ensure that the benefits of Service Oriented Architecture (SOA) are realized by the VHA's healthcare business. These three (3) identified needs will be cross-cutting and inter-related to other existing BA product areas. Services and collaboration will be relevant to process and information architecture, and the repository will contain the linkages of all product areas. IV. Submittal Information: Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 20 pages in length, single spaced, 12 point font minimum that addresses the above information. The Government will not review any other data, attachments that are in excess to the 20 pages. Please also include a cover page (not included in page limit) which includes, at a minimum, the company s name, address, Dunn & Bradstreet number, GSA contract number (if applicable), point-of-contact name, phone number, and e-mail address. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. A.Past Experience Provide the following information on a maximum of three similar projects completed within the last three years for which the responder was a prime or subcontractor. 1.The name, address, and value of each project 2.The Prime Contract Type, Firm Fixed-Price, or Time and Material 3.The name, telephone and address of the owner of each project 4.A brief description of each project and why it is relevant to this requirement., including difficulties and successes 5.Your company s role and services provided for each project B. Capabilities / Qualifications: 1.Capability/Qualifications A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. Description of the capabilities/qualifications/skills your company possesses to perform services described in the scope of work. 2.Company business size and status - (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Women-Owned Small Business, etc.), the number of years in business, affiliate information: parent company, joint venture partners, potential teaming partners. 3.Federal Supply Schedule - If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant SINS applicable to this requirement. It is requested that the above information be provided no later than Wednesday December 22, 2011 12:00PM EST. Responses should be emailed to Laurie Walker at laurie.walker@va.gov. All Email Correspondence for this project must reference the RFI Number, Project Identifier and Project Title in the subject line of the email. Example: RFI VA-701-12-RI-0042, BSICR ESM 12-78. No phone calls will be accepted. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. 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. Responders are solely responsible for all expenses associated with responding to this RFI. Primary Point of Contact: Laurie Walker, Contract Specialist E-Mail: Laurie.Walker@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70112I0044/listing.html)
 
Record
SN02634008-W 20111208/111206234133-7e92d947e871825d02fc3c83c82e1ea2 (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.