DOCUMENT
D -- Transitional Care Program - Attachment
- Notice Date
- 8/25/2014
- Notice Type
- Attachment
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
- ZIP Code
- 33637
- Solicitation Number
- VA24814Q1636
- Archive Date
- 8/27/2014
- Point of Contact
- James L. Jones
- Small Business Set-Aside
- N/A
- Description
- NOTICE OF INTENT TO SOLE SOURCE The Department of Veterans Affairs, VISN 8 intends to award a sole source, Fixed-Price Contract to Engineered Care, Inc. 44 Montgomery St., Suite 3500, San Francisco, CA under the authority of Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures for a highly specialized software program that will interface with the VA's VistA and CPRS systems at the James A. Haley VA Hospital (JAHVAH), Tampa, Florida. This proprietary system will transfer existing computerized VA medical records to an Internet based portal. The proposed system is currently in use at multiple VA hospitals countrywide. The transitional care materials created are also highly specialized to meet the needs of a specific population. The Engineered Care system provides education and resources tailored specifically for our veteran population through work with a multi-disciplinary team focused on improving discharge performance across JAHVAH. Products and supplies will consist of personalized educational materials to support safe transitions of care. The service will integrate health information into a patient friendly, understandable document booklet. The system will provide a user friendly internet based portal to modify patient information, including integration of information from different areas of the patient's computerized health record. To begin this process again with a new vendor would represent substantial duplication of cost to the government and the vendor; as well as, cause unacceptable delays resulting in less than optimal patient care, which will affect patient safety. Accordingly, Engineered Care Corporation is the only firm capable of providing the supplies and services described above without the Veteran's Health Administration experiencing substantial duplication of cost that could not be expected to be recovered through competition. It is the only vendor capable of servicing its proprietary system without the Veteran's Health Administration experiencing unacceptable delays in fulfilling its requirements; and no other vendor has written authorization from Engineered Care to provide service and upgrade software for this specialized system. Vendors who allege the ability and intent to interface with and upgrade this system must provide written authorization from Engineered Care Corporation. The Department of Veterans Affairs, VISN 8 is using exemption to competition FAR 13.106-1(b) (2) and FAR 6.302-1, Only One Responsible Source and No other Services Will Satisfy Agency Requirements. This is a notice of intent and not a request for competitive proposals. No solicitation is currently available for this requirement. All interested parties who believe they can provide the required services, should fully explain their capabilities and qualifications. Capabilities and qualifications statements of interested parties must describe the ability of their system to interface with VistA and CPRS operating systems at VA to extract data for a user/patient friendly document; be able to include functions such as medication dose tapering, sliding scales, appointments and patient information; be customizable to change function based on end-user needs; be compliant with HIPAA and patient information security standards; meet all requirements for security of identifiable health information. All software programs, designs and any other deliverables of a resulting contract for this requirement must have current approval or current conditional approval by The One-VA Technical Reference Model at http://trm.oit.va.gov/. Interested parties shall provide capabilities and qualifications in writing within 10 days from the date of this announcement and provide itemized pricing that is sufficient to make a determination that competition is feasible to james.jones30@va.gov. A determination by the Government to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. All questions or comments regarding this procurement shall be addressed in writing to the James L. Jones, Contracting Officer at james.jones30@va.gov. Notice to All Interested Parties, including Prime Contractors and Third Party Administrators: Subcontracting limitations shall apply to this request for services. All interested parties must incur at least 50 percent of the contract's personnel costs using its own employees (CFR Title 13, Part 125.6(a). Service Disabled Veteran-Owned Small Businesses (SDVOSB) that are listed and verified in the VetBiz Vendor Information Pages at http://www.vetbiz.gov must show that at least 50 percent of the cost of personnel for contract performance will be spent for their employees or employees of other eligible service-disabled veteran-owned small business concerns (VAAR 852.219-10). Veteran-Owned Small Businesses (VOSB) that are listed and verified in the VetBiz Vendor Information Pages at http://www.vetbiz.gov must show that at least 50 percent of the cost of personnel for contract performance will be spent for their employees or employees of other eligible veteran-owned small business concerns (VAAR 852.219-11). In accordance with FAR Part 9.603, interested parties using a contractor team arrangement must submit a full disclosure of the arrangements, including company relationships. See attached document: P03 JOFOC.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24814Q1636/listing.html)
- Document(s)
- Attachment
- File Name: VA248-14-Q-1636 VA248-14-Q-1636_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1592967&FileName=VA248-14-Q-1636-004.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1592967&FileName=VA248-14-Q-1636-004.docx
- File Name: VA248-14-Q-1636 P03 Final JOFOC2-Approved.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1592968&FileName=VA248-14-Q-1636-005.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1592968&FileName=VA248-14-Q-1636-005.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-14-Q-1636 VA248-14-Q-1636_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1592967&FileName=VA248-14-Q-1636-004.docx)
- Record
- SN03480090-W 20140827/140826001548-5ddf7d3243e923d63e751237ceea4bee (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 |