SOLICITATION NOTICE
D -- Implementation Support Services for Carefx Commercial Off-The-Shelf Software currently licensed to the United States Coast Guard - Performance Work Statement (PWS)(Draft)
- Notice Date
- 6/8/2012
- Notice Type
- Presolicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001, United States
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCG23-12-I-PCI107
- Point of Contact
- Judy S. Suttles, Phone: 2024753784, Wendy M Stevenson, Phone: 202-475-3214
- E-Mail Address
-
judy.suttles@uscg.mil, wendy.stevenson@uscg.mil
(judy.suttles@uscg.mil, wendy.stevenson@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1 to PWS Performance Work Statement Sources Sought Notice HSCG23-12-I-PCI107 for Implementation Support Services for CAREFX Commercial Off-The-Shelf Software Currently Licensed to the United States Coast Guard The U.S. Coast Guard (USCG) seeks companies who can provide support services for the Carefx Context Management commercial off-the-shelf (COTS) product currently licensed to the U.S. Coast Guard. The support services will include configuring the CareFx Suite, including functionality developed for the Military Health System, to operate within the United States Coast Guard (U.S. Coast Guard) Integrated Health Information System (IHIS) environment. Description: Support services shall be required for installation and implementing of the Carefx software solution within the USCG environment, including product configuration specific to the USCG, train-the-trainer training for the Coast Guard employees and/or designated agents, and onsite Go-Live support at the first three (3) sites. Additional support shall be required throughout the life of the contract, including Tier 2 and 3 help desk support, and other support specific to the Carefx COTS software solution as identified to support USCG health information needs. The contractor shall provide: 1) Project Management: manage work, planning, execution, monitoring and project plan control; prepare and deliver a Performance Self-Assessment Report providing a self-assessment of contract performance against the performance standards and acceptable quality levels associated with this contract; Maintain product documentation; 2) Installation, Checkout & Testing: provide Carefx COTS product installation and implementation services, including all necessary supporting third party software; Install the Carefx portal solution based on the current DOD-deployed version; Installation must encompass modifications to the user-interface to comply with USCG requirements; Implement standard configurations and maintain patch and platform versions; product support services of the platform on a 24/7 basis; 3) Enterprise Architecture/Design: Identify systems design needs to integrate Citrix Password Manager Single Sign-on product with Carefx context management within the customer application suites; Evaluate and comply with Homeland Security Enterprise Architecture (HLS EA) and Coast Guard Enterprise Architecture (CGEA) requirements security principles; implementation plan and support the implementation of the Carefx COTS product solution at the OSC in Martinsburg, WV; 4) System Integration: Perform on-site clinical workflow assessments to provide appropriate application integration to fulfill user requirements for clinical context management; integrated testing in a controlled ‘lab' environment that includes regression testing on USCG-standardized configurations and recommendations for any upgrade/update processes; data conversion support; testing support; U.S. Coast Guard specific reports; U.S. Coast Guard specific data extracts; security certification and accreditation support; 5) Training: provide a training plan and initial implementation training services specific to the Carefx COTS product solution, using train-the-trainer techniques, for six (6) staff users, three (3) staff OSC Technicians, three (3) staff database administrators and three (3) staff to support the helpdesk; post-implementation training services when their changes/updates to the product; 6) Help Desk: provide Tier 2 and 3 help desk support specific to the licensed Carefx COTS product solutions and supporting third party software. Attached to this Sources Sought Notice is a draft statement of work providing information regarding how this anticipated being implemented within the USCG. Capability statements in response to this market research shall include the following: (1) company information, including company name, address, point of contact, and telephone number; (2) a description of the solution, (3) identify how the solution meets each of the requirements identified above; (4) a description of the company history with regard to (a) how the solution was developed and tested; and (b) prior experience with implementation of the solution; and (5) a statement of business size and classification (small business, 8(a) concern, veteran-owned small business, HUB Zone small business, small disadvantaged business, emergent business, women-owned small business or large business) with North American Industry Classification System (NAICS) Code 541330. This synopsis is for information and planning purposes only, does not constitute a solicitation, is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Respondents will not be notified of the results with regard to the evaluation of the capability statements received. No solicitation exists at this time; therefore, do not request a copy of the solicitation. Capability statements shall be limited to no more than ten pages and sent directly to: Judy.Suttles@uscg.mil with a copy to Mark.A.Williams@uscg.mil. Only electronic responses will be accepted and shall be submitted no later than 15 June 2012. Please direct any questions or responses to this synopsis via email to judy.suttles@uscg.mil. NO VERBAL QUESTIONS/REQUESTS WILL BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-12-I-PCI107/listing.html)
- Place of Performance
- Address: The primary place of performance will be the Contractor's facilities with frequent visits to the U.S. Coast Guard Headquarters Building at 2100 2nd Street, SW Washington, DC 20593, United States
- Zip Code: 20593
- Zip Code: 20593
- Record
- SN02770797-W 20120610/120608235444-07bd814f8c0453ad6238df06d148f356 (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 |