Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 02, 2014 FBO #4695
DOCUMENT

R -- HS 15-7 Clinical Informatics Support Services - Attachment

Notice Date
9/30/2014
 
Notice Type
Attachment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70114N0263
 
Response Due
10/10/2014
 
Archive Date
1/8/2015
 
Point of Contact
Yolanda M. Ray
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This Request for Information is for planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Applied Informatics Management (AIM) is an organization in the Department of Veterans Affairs (VA), Veterans Health Administration (VHA), Office of Informatics and Analytics (OIA), Health Informatics (HI) and works collaboratively with other VHA Program Offices that requires clinical informatics services to support the identification, analysis and transformation of clinical business requirements into either the successful adoption of improved clinical processes and/or the enhanced capability of VHA's Health Information Technology (IT) and Information Systems (IS). The VA is seeking a potential contractor to provide all labor, supervision and all other resources required to deliver Clinical Informatics support services to all of AIM's and OIA's IT project/program portfolios. The contractor shall utilize their knowledge and expertise in clinical care, health systems (i.e., the structures, processes, and incentives that shape the clinical care environment), information and communications technology and informatics concepts, methods and tools to advance VHA's health IT tools, Information Systems, related processes and innovative health information strategies by supporting the: oAnalysis, documentation and assessment of VHA's IT and IS needs, with particular emphasis on the information and knowledge needs of VHA's health care providers and patients oPortfolio operations and logistics (contractor will primarily be supporting the HPS portfolio in this area) oAcquisition, customization, development, implementation, management, evaluation, and continuous improvement of VHA's health IT and IS systems and related processes The contractor shall deliver these services across the entire VHA IT lifecycle supported by AIM as well by OIA staff including Concept Definition, Analysis, Prioritization, Funding, Acquisition, Design, Development, Testing, Deployment and Operations and Maintenance. The Government anticipates issuing a Task Order or Contract with one (1) contractor. Exact items, quantities and delivery requirements will be identified in the Request for Quotation. Tasks the contractor will provide are: a)Analysis, documentation and assessment of VHA's Information Technology and Information System Needs b)New Service Request (NSR) Assessments c)Requirements Elaboration, Documentation and Review d)Advising portfolio and business owners staff on the impacts of new clinical processes, legislation and policy e)NSR meetings and Elicitation Sessions Participation f)Internal and External Partner document Reviews and Assessment g)Portfolio Operations Support h)Portfolio Team Meetings i)Annual Portfolio Face-to-Face Meetings j)Portfolio and ESM Office Tracking List Updates k)Reports Involving Urgent issues l)Major Document Reviews, Request for Information and Clinical Support m)Program, Project and Initiative Status Briefings n)VHA's IT and IS Need Prioritization and Funding Support o)Continuous Improvement of the VHA's IT tools and IS Systems p)High Priority VA and VHA Initiatives q)Enhancement and Sustainment of VHA's Health Care Information Systems r)Monitoring of the VHA and VA Leadership Meetings s)Issue Briefs t)Monthly Reports Because this is a Request for Information announcement, no evaluation review letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of the solicitation. Respondents will not be notified of the results of the review. The Government reserves the right to consider a small business, SDVOSB, VOSB or (8) a set-aside based on the responses received. All responses must include the following information: Company name, cage code, Dun and Bradstreet Number, GSA Schedule Contract Number, Company Address, Point of Contact name, Phone Number, Fax number and E-mail address. The subject line of the correspondence should clearly display the Request for Information Number. Also, please provide the following information in your response: Past Experience - Provide the following information on a maximum of three similar projects completed within the last five years for which the responder was the prime contractor. A project is considered similar if the contractor provided support during the development lifecycle, preferably in a health systems environment. "The name, address, type and value of each project. "The name, telephone and address of the owner of each projects. "A description of each project, including difficulties and successes "The firm's role and services provided for each project. Capabilities/Qualifications - Provide the following information for each functional area listed in the "REQUIREMENTS" section above. "Description of the capabilities/qualifications/skills your company possesses to perform task orders under each functional area. "Resumes of key personnel for each functional area (one person may be listed as key personnel for more than one functional area). Business size standards - Vendor shall provide the following information regarding their company: "Whether they are small business, HUBZone small business; service-disabled, veteran-owned small business; 8(a) small business; veteran-owned small business; woman-owned small business; or small disadvantaged business; and their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your response to this information requested will assist the Government in determining whether a set-aside is possible. It is requested that interested contractors submit an electronic submission of no more than ten (10) pages in length, single spaced, and 12 point font minimum that addresses the above information. Be sure to include the Request for Information number in the subject line of the email. Submissions shall be received no later than 1 p.m., Eastern Local Time on October 10, 2014. At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. Contractors having the skills and capabilities necessary to perform the stated requirements should forward an email only to the primary point of contact listed below. Contracting Office Address: Department of Veterans Affairs Program Contracting Activity Central (PCAC) 6150 Oak Tree Boulevard Suite 300 Independence, Ohio 44131 Primary Point of Contract: Yolanda M. Ray, Contracting Officer Email: yolanda.ray@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70114N0263/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-14-N-0263 VA701-14-N-0263.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1659136&FileName=VA701-14-N-0263-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1659136&FileName=VA701-14-N-0263-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;490 L'Enfant Plaza, East S.W.;Suite 3202;Washington, D.C.
Zip Code: 20024
 
Record
SN03537620-W 20141002/140930235805-3f41ca00a1cae40d3f9674693ece821b (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.