Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2013 FBO #4184
SOLICITATION NOTICE

69 -- Virtual Medical Center, Evaluation System

Notice Date
5/7/2013
 
Notice Type
Presolicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK-13-R-1TBD
 
Response Due
5/15/2013
 
Archive Date
7/6/2013
 
Point of Contact
David Light, 407 208-3295
 
E-Mail Address
PEO STRI Acquisition Center
(david.t.light@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Description: This is a combined Sources Sought Notice (SSN) and Industry Day Announcement. The SSN is a Request for Information (RFI) ONLY and is not a Request for Proposals (RFP) or a commitment by the US Government. Interested parties are invited to submit a capabilities statement indicating their ability to provide the products described herein. The US Army, Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) the Assistant Program Manager for Medical Simulations (APM MEDSIM) and the Veterans Health Administration Team is looking for a source to provide a Virtual Medical Center (VMC) evaluation system, to the Veterans Health Administration (VHA) personnel, in support of the Simulation Learning, Education and Research Network (SimLEARN) Program. The anticipated requirement NAICS Code: 511210 - Packaged Computer Software Publishers. It is anticipated that the contract type will be Firm Fixed Price (FFP). SECTION I - Sources Sought Notice A.Requirement Information. Veterans Health Administration Virtual Medical Center. The Veterans Affairs (VA) Virtual Medical Center (VMC) will be a continuously available virtual environment accessible to clinical personnel, Veterans and their family members. It will provide Veteran patient access to validated medical materials and resources, in order to get healthcare information by connecting healthcare professionals and patients in a collaborative environment. VMC Virtual Environment Description. The VMC will feature Virtual clinics that focus on general health, specific medical conditions, disease management, and well-being. Every area within the VMC will provide services and information including patient and provider meeting and collaboration areas, one-on-one encounters, group appointments, virtual medical advisors, an online pharmacy information source, wellness information, and self-help tools. B.Critical Requirements. The following system requirements have been identified as critical and must be demonstrated/addressed during vendor product demonstrations: 1.System must contain at least one fully-functioning clinic. Refer to the attached Statement of Work for the specific features to be included in each clinic. 2.System must allow users to select a pre-configured avatar or configure an avatar to navigate the VMC. 3.System must support an intuitive Frequently Asked Questions (FAQs) feature. 4.System must provide a cyber library. 5.System must provide VTC and e-consult capabilities. E-consult must support secure communications. 6.System must be web-based, scalable, and initially support 1,000 simultaneous users. 7.System must be accessible to users through the My HealtheVet portal. 8.System must be compatible with currently available, popular operating systems being used on desktops, laptops, and mobile devices. 9.System must be Section 508 Compliant. C.Assumptions and Expectations. 1.Responders are advised that the US Government will not reimburse any contractor for any information or administrative costs incurred in the response to this RFI: all costs associated with responding to this RFI will be assumed by the interested party. Not responding to this RFI does not preclude participation in any future RFP or other solicitation, if any is issued. 2.This is a market survey, not a pre-solicitation notice. There is no formal solicitation available at this time. No award will be made as a result of this market survey. If a formal solicitation is generated at a later date, a solicitation notice will be published. All product information and hardware samples shall be submitted at no cost or obligation to the government. 3.The government reserves the right to reject, in whole or in part, any private sector input received as a result of this market survey. 4.If your company or organization has an existing commercially available or non-developmental item that meets these requirements, please provide literature or other information relative to the performance and general characteristics of the product to the Contract Specialist listed below. 5.Information Format: Preferred method of submission is electronic mail (email). Please use Microsoft Office 97-2003 compatible (.xls,.doc or.ppt) or Adobe Acrobat 9 Pro (.pdf) formats. Classified material will not be accepted. Material Samples will not be accepted. Information papers may be submitted in a White Paper format. Limit submissions to not more than five (5) pages, excluding pictures, diagrams, and charts. D.Sources Sought Attachments: 1.Map and Hotel Information 2.Partnership Event Parking Pass E. Vendor Questionnaire The purpose of this questionnaire is to obtain information from industry to assist in market research. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by submitting a capabilities statement limited to 5 pages of text (excluding tables, diagrams, and pictures) identifying and describing the following: 1.Company Name 2.Company Address / Country Represented / Website 3.Company point of contact and phone number 4.Business Size (Small/Large & Number of Employees) 5.If you are a small business, please describe how you would comply with 52.219-14 to include identifying work percentages between yourself and potential subcontractors. 6.NAICS Code / CAGE Code / DUNS Number 7.Commerciality of System a.( ) Our product as described above, has been sold, leased or licensed to the general public. b.( ) Our product as described above, has been sold in substantial quantities, on a competitive basis to multiple state and local governments. c.( ) Neither of the above applies. Explain. 8.Please briefly define your capability as it applies and/or the strategy you would use to meet this requirement. F. Response Parameters. 1.Capability statements must be submitted as either hard copy or email to the point of contact for this action not later than by 12:00 Noon (EDT) 14 May 2013. The point of contact is: Mr. David Light, Contract Specialist, U.S. Army PEO STRI Acquisition Center/KOP, 12350 Research Parkway, Orlando, FL 32826, e-mail: 2.Respondents will not be notified of the results of this survey or results of information submitted. SECTION II. - Industry Day Description: The PEO STRI, PM CATT, APM MedSim and the VHA team will host a meeting with industry on Tuesday, 28 May 2013 in Orlando, FL. We will have a general session beginning at 0830 until approximately 1000. Following the general session, interested participants may schedule individual product demonstrations from 10:30 until 5:00PM. A specific schedule is To Be Determined with applicable time frames and appointments based on this response. The Government recommends a submittal of questions/concerns NLT 4:00PM (EST), 14 May 2013. The Industry Day is open to all interested Offerors who possess the technical capabilities and resources to meet the Government's requirement. Offerors must RSVP to David Light and Felix R Marrero NLT 4:00PM (EST) on 14 May 2013 designating the system they will be demonstrating during the session and the names of and contact information for persons attending/participating. Industry Meeting Location: 3051 Technology Parkway, Orlando FL Bldg: Technology Point II (AFAMS) Room: Bishop Conference Room Date: 28 May 2013 Time: 8:00am - 5:00pm (EST) IMPORTANT NOTE REGARDING PARKING: Due to limited parking in the Technology Point I/II parking lot, all visitors should park in the large parking lot on the corner of Science Drive and Technology Parkway (map attached). DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-13-R-1TBD/listing.html)
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
Zip Code: 32826-3276
 
Record
SN03054672-W 20130509/130507234435-6faf4ef84d47446b41cdc21b3afeaf0d (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.