Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 04, 2015 FBO #4848
DOCUMENT

R -- Customer Satisfaction Services - Attachment

Notice Date
3/2/2015
 
Notice Type
Attachment
 
NAICS
541618 — Other 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
VA70115N0091
 
Response Due
3/16/2015
 
Archive Date
6/14/2015
 
Point of Contact
Yolanda M Ray
 
E-Mail Address
yolanda
(yolanda.ray@va.gov)
 
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. The Government Performance and Results Act (1993) and the Clinger-Cohen Act (1996) require Federal executive agencies to measure the results of their major programs and to establish processes to measure the contribution of their information technology (IT) investments to mission results. With healthcare information technology (IT) expenditures rising to over $22.6 billion in 2007, healthcare organizations need to understand which investments provide actual business benefits. To maximize the benefits achieved from these investments, The Veterans Health Administration (VHA) established the Product Effectiveness (PE) program office to perform various assessments and analyses on specially selected health care programs, products, and processes to ensure they are effective and/or meet the needs of end-users. PE is organized into four (4) separate but interrelated domains: (1) Functional Reviews, (2) Customer Satisfaction, (3) Lessons Learned, and (4) Benefits Realization. The Customer Satisfaction Program collects, analyzes and reports qualitative information on significant programs, processes, technology, and medical products from VA stakeholders to measure their effectiveness and help improve them. The program is responsible for developing comprehensive qualitative evaluation plans; planning and performing data collection; analyzing results; identifying impacts and benefits; and making recommendations on improving the effectiveness of healthcare technology products and associated processes. Objectives include validating investment decisions, providing accountability, and supporting continuous improvement of VHA mission critical health informatics projects. This contract supports the administration of Customer Satisfaction engagements for the VHA Product Effectiveness Program. This Scope of Work describes services required to support the Customer Satisfaction program in alignment with the goals and objectives of the PE organization. The VHA QSV PE program office is establishing a contract for Customer Satisfaction Services. This will entail the Contractor to provide services to initiate, plan, and execute projects, also referred to as CS Engagements. Activities to be performed include the following: a)Effectively initiate, facilitate, plan and execute customer satisfaction projects. b)Gather information from multiple stakeholders and sources, this may include: clinical, business, managerial and technical staff; databases; literature searches, and reports. Stakeholders also represent numerous work settings, including: clinical/health care delivery environments, administrative, operational, and logistical. c)Create specific deliverables for the purposes of administering, documenting, reporting, analyzing, and communicating the results of activities and to support continuous process improvement. The CS Engagements will be chosen based on the needs of the PE program in its support of VHA Strategic Goals. Engagement Descriptions Engagements are planned for the following Veterans Health Administration (VHA) initiatives and/or program offices: "Office of Strategic Integration "Connected Health "Chief Business Office "Patient Centered Care "Pharmacy "Patient Flow Management Please note the listed engagements are examples of the planned subject matter and/or content of these services and are subject to change depending on the needs of the PE program. In the event any of the above planned engagements are changed, a comparable level of effort for the new engagement(s) will be required regardless of the subject matter. Engagements Requested CS engagements are generally classified into three sizes: Large, Medium, and Small. Per the CS Process & Procedures document, each engagement is divided into four unique phases. Each engagement always has at least one phase (Phase 1 - Due Diligence), but may require up to four phases. For example, one large engagement may consist of only Phase 1, while another may require all four phases. The CS Program Manager will assign each phase during the course of each engagement. The services described shall apply to the following engagements. These engagements may be staggered throughout the period of performance. Schedule of CS Engagements and Phases Requested: Large Engagement(s): 1.1 - 1.8 PhaseQuantity 1.Due Diligence8 2.Planning5 3.Execution2 4.Lessons Learned2 Medium Engagement(s): 1.9 - 1.12 PhaseQuantity 1.Due Diligence4 2.Planning3 3.Execution3 4.Lessons Learned3 Small Engagement(s): 1.13 - 1.22 PhaseQuantity 1.Due Diligence10 2.Planning6 3.Execution6 4.Lessons Learned6 All of the above services identified in the Schedule of CS Engagements and Phases Requested include a Due Diligence phase. Engagements consisting only of phase 1 are also referred to as Due Diligence only engagements. Generally, phase 1 activities are estimated to take 10, 8 and 6 weeks to complete for large, medium, and small engagements, respectively. However, these estimates are subject to change due to their dependence on multiple factors that could either reduce or extend their durations. 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 March 16, 2015. 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, Contract Specialist Email: yolanda.ray@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70115N0091/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-15-N-0091 VA701-15-N-0091_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1892808&FileName=VA701-15-N-0091-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1892808&FileName=VA701-15-N-0091-000.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;Program Contracting Activity Central (PCAC);6150 Oak Tree Boulevard;Suite 300;Indepenence, Ohio
Zip Code: 44131
 
Record
SN03656044-W 20150304/150302234759-117b17233d4c31f9996b8a237549b7f8 (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.