Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 25, 2015 FBO #4869
SOURCES SOUGHT

R -- MHS Legacy Portfolio Rationalization Support - MHS SOURCES SOUGHT

Notice Date
3/23/2015
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Other Defense Agencies, Defense Health Agency, Contract Operations Division - Falls Church, 7700 Arlington Blvd., Suite 1M401, Falls Church, Virginia, 22042, United States
 
ZIP Code
22042
 
Solicitation Number
HT0011-15-SS-SEMOSS
 
Archive Date
4/14/2015
 
Point of Contact
Millie Mitchell, Fax: (703) 681-1149, Vonetta R. Davis, Fax: (703) 681-1149
 
E-Mail Address
millie.a.mitchell.civ@mail.mil, vonetta.r.davis.ctr@mail.mil
(millie.a.mitchell.civ@mail.mil, vonetta.r.davis.ctr@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice to identify the availability of qualified commercial sources technically capable of fulfilling the MHS Legacy Portfolio Rationalization Support requirement and, to the extent practicable, encourage maximum participation by small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. DEFENSE HEALTH AGENCY (DHA) MHS LEGACY PORTFOLIO RATIONALIZATION SUPPORT This is strictly market research to identify the availability of qualified commercial sources technically capable of fulfilling the requirement and, to the extent practicable, encourage maximum participation by small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. ANY CONTRACT THAT MIGHT BE AWARDED BASED ON INFORMATION RECEIVED OR DERIVED FROM THIS SOURCES SOUGHT NOTICE WILL BE THE OUTCOME OF A COMPETITIVE PROCESS. At this time, the Defense Health Agency (DHA) does not guarantee any future contracts; and, responses to this Sources Sought notice do not bind DHA to any agreement with the responder, be it explicit or implied. 1.0 PURPOSE OF THIS SOURCES SOUGHT (SS) NOTICE This Sources Sought Notice is being issued by Defense Health Agency (DHA) Contract Operations Section - Falls Church (COS-FC) to conduct market research on the industry's capabilities to perform services for legacy systems transition support to include, but not limited to the tasks listed in 4.0 below. 2.0 BACKGROUND This task is in direct support of the DHA Office of Electronic Health Record Transition Management (OETM) to support the transition of legacy electronic health record systems capability to a future state Electronic Health Record (EHR) environment and to analyze and present recommendations for consolidation based on duplication or termination of systems currently within the MHS. 3.0 SCOPE This effort shall provide the analytic support to identify, manage, evaluate, and recommend solutions to support the portfolio rationalization effort to transition the legacy systems capability and to identify course of action for the systems identified for consolidation or termination. This effort shall be executed using the SEMOSS application. 4.0 TASK LISTING 1. Prepare a Task Order Management Plan describing the technical approach, organizational resources and management controls to be employed to meet the cost, performance and schedule requirements through out task order execution. Under guidance provided by the Government Task Lead (OTM), the contractor shall support and provide expertise to the OTM as required. Program Management specific activities will be performed in support of each government objective and priority. The contractor shall ensure that execution of all tasks is aligned with Department of Defense (DoD) policies and regulations. Program Management specific activities will be performed in support of each government objective and priority. 2. The contractor shall develop and submit a program management plan that details the work team structure, timeline, associated tasks and risks for tasks identified herein. The contractor shall track, maintain, and update the project management plan, which will feed weekly status, risk, and variance reviews with the Government. 3. In accordance with the approved project management plan and validated list of artifacts, the contractor shall work with the DHA stakeholders to initiate, run, facilitate, and manage meetings in support of the Task Manager. The contractor shall participate in and facilitate meetings as required by the government task manager, providing a broad spectrum of engineering /architecture and PM support activities to individual initiatives. For each meeting that the contractor attends on the TM's behalf, and for each meeting facilitated by the contractor, minutes and action items shall be kept and distributed, and meetings shall be managed in accordance with the approved project management plan. 4. The contractor shall participate in the drafting and coordination of documentation required to support the Office of Transition Management (OTM). Documentation will include external relationship documentation such as Memorandum of Agreements (MOAs), technical documentation, policies, processes, Data Sharing Agreements, Service Level Agreements (SLAs), briefings, emails, spreadsheets, concept of operations (CONOPS), project management plans, timelines, standard meeting materials and additional documentation as required by the Government Task Manager (TM). All documentation will be stored on the OTM Sharepoint site or alternate location provided by the government. 5. The contractor shall provide a framework that links functional capabilities, technical systems, infrastructure, and portfolio management in a quantitative manner in an effort to facilitate an optimal sequencing and migration of legacy systems to the future electronic health record (HER) environment. The contractor shall provide a comprehensive migration strategy identifying all current interfaces with reduction/combination of capabilities identified. This effort requires developing plans and estimates for migrating the necessary legacy systems to the Electronic Health Record, consolidating legacy systems among military medical departments, and terminating legacy systems duplicative of the DHMSM capability. To facilitate the strategic planning for the transition office, the contractor shall employ the Semantics Open Source Software (SEMOSS). This is an open standards based tool that provides an analytic environment allowing linkages between disparate data islands for an enterprise view, and provides the capability to overlay information to identify commonality, redundancy and duplication, model ‘what-if scenarios', and provide analysis based on various perspectives. 6. In general support of the legacy system transition effort, the Contractor shall establish and maintain support for the SEMOSS tool (GFE), create a common question repository for sharing questions, create a configuration manager capability for SEMOSS, integrate graph algorithms, update SEMOSS user guides, develop and provide training session materials, conduct training sessions for SEMOSS, manage configuration of the SEMOSS application, create API documentation for all systems transitioning to the EHR future state, and create system disposition recommendations for modernization or decommission of legacy capability. 7. The contractor shall provide engineering services which include: portfolio and governance integration, develop a meta-model for the MHS/Service level enterprise systems, facilitate data collection from both central MHS and individual Service level, identify sequencing for prototypes and execution using local optima and global optima implementations, integrate software/hardware data, facilitate information and analysis results through the MHS governance process, create and develop customized reports using SPARQL for program management offices, and conduct training for the SEMOSS (Dynamic Business Capability Mapping) tool. In addition the contractor shall identify and develop capability to integrate legacy systems architecture, create and develop customized reports for portfolio management with integration to Prosight (MHS financial management capability), prioritize capability based on constraints using local optima and global optima algorithms, and review and analyze all interface control documents for MHS and Service level systems. 8. In support of the Military Medical (Army, Navy, Air Force) legacy systems, the contractor shall generate and distribute data collection taskers for Service systems, conduct tasker review sessions with system owners to facilitate completion and validation of responses, load legacy system data into SEMOSS including business logic units, hardware/software, interfaces, data origination, Information Assurance status, deployment strategy, and business processes, and gather and validate data and analyze business value and technical maturity calculated within SEMOSS with system owners. 9. The contractor shall also develop cost estimates by system for transition of systems to an DHMSM environment, conduct review sessions with Service medical leadership, create automatic integration to Service specific repositories (eg. MISR), ingest database design into SEMOSS through automation, identify overall impact to MHS Transition Plans, facilitate analysis through the MHS governance process, collect major treatment facility (MTF) specific information including hardware and software, localized interfaces to the central systems and create transition impact reports, conduct tasker review sessions with system owners to facilitate completion and validate responses post completion, validate data and analysis of business value and technical maturity calculated within SEMOSS with system owners, develop cost estimates for transition of interfaces, conduct review sessions with Service CIO leadership, identify impact to MHS Transition plans and sequencing, create automatic integration to Service specific repositories, and document MTF specific information including hardware and software, localized interfaces to the central systems and create transition impact reports. 5.0 SKILLS TO SUPPORT MHS PORTFOLIO RATIONALIZATION Support of the TAP Effort a. Establish and maintain support for the SEMOSS tool (GFE) b. Create common question repository for sharing questions c. Create a configuration manager capability for SEMOSS d. Integrate Graphic algorithms e. Develop and refine SEMOSS user guides f. Develop and provide training session materials and conduct training sessions for SEMOSS g. Create API documentation for all systems transitioning to the DHMSM EHR state Engineering Support a. Portfolio and Governance Integration b. Develop a Meta-model for the MHS/Service level non-TAP enterprise systems c. Facilitate data collection. d. Identify sequencing for prototypes and execution using local optima and global optima implementations e. Integrate software/hardware data f. Facilitate information and analysis results through the governance process g. Create and develop customized reports using SPARQL for program management offices h. Conduct training for SEMOSS (Dynamic Business Capability Mapping) tool i. Identify and develop capability to integrate legacy systems architecture j. Create and develop customized reports for portfolio management with integration to Prosight (MHS financial management capability) k. Identify current and future SOA governance requirements related to transition of legacy capability l. Develop a plan for Service Oriented Architecture (SOA) integration m. Prioritize capability based on constraints using local optima and global optima algorithms n. Review and analyze all interface control documents for MHS and Service level systems 6.0 GENERAL INFORMATION a) North American Industrial Classification (NAICS): 541512. b) The Page limit for responses is 10 pages or less. c) Posting time: ten (10) business days for response. d) Primary location will be Vendor location - No Government Facilities will be provided. The Office of Transition Management Program Office is in Falls Church, VA with business hours established as EDT. e) THIS IS A SOURCES SOUGHT NOTICE ONLY. i. This Sources Sought (SS) notice is being issued to inform our ability to maximize use of competitive procedures before soliciting non-competitive acquisitions that cite FAR 6.302-1 - "Only One Responsible Source" - it does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. ii. IN ACCORDANCE WITH FAR 15.201(E), RESPONSES TO THIS NOTICE ARE NOT OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. All firms responding to this Sources Sought Notice are advised that their response to this notice is not a request that will be considered for contract award. iii. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS SOURCES SOUGHT NOTICE WILL BE SOLELY AT THE INTERESTED VENDOR'S EXPENSE. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought Notice. iv. Not responding to this Sources Sought Notice does not preclude participation in any future Request for Proposal (RFP), if any is issued. 7.0 HOW TO RESPOND The formal closing date/time for Sources Sought Notice responses is Monday, March 30, 2015 at 2:00PM All responses should be submitted electronically using PDF, HTML, MS Word or PowerPoint formats with subject "Company Name, HT0011-15-SS-23616" to the following Email addresses: Millie.A.Mitchell.CIV@mail.mil and Vonetta.R.Davis.CTR@mail.mil.*** ***Total e-mail file limit size is restricted to 5MB. Files exceeding this threshold must be submitted over multiple Email messages, and be identified as "Email #x of #y". The official contacts for this Sources Sought Notice to whom all requests and communications should be addressed are: Contracting Officer: Contracting Officer: Ms. Millie Mitchell Contracting Officer Telephone: (703) 681-6507 Contracting Officer Email: Millie.A.Mitchell.CIV@mail.mil Contract Analyst: Contract Specialist: Vonetta Davis Contract Specialist Telephone: (703) 681-5377 Contract Specialist Email: Vonetta.R.Davis.CTR@mail.mil 8.0 OFFICE OF TRANSITION MANAGEMENT SOURCES SOUGHT NOTICE RESPONDENT INFORMATION: The response to this Sources Sought Notice should include the vendor's current capabilities and its potential solution. In the response, please specifically address the following: 1. Does the respondent have the skilled and demonstrated knowledgeable resources to fulfill OTM sustainment support as described in the purpose statement? 2. Does the respondent have the skilled and demonstrated knowledgeable resources with the current MHS systems legacy capability? 3. Does the respondent have the skilled and demonstrated knowledgeable resources with the transition of capability to the currently released Request For Proposal for the Defense Healthcare Management System Modernization program. 4. Can the respondent provide information on similar projects completed recently or in progress? This information may include successes as well as obstacles encountered by the vendor. 5. Specify current experience, certifications, and credentials. 6. Provide similar qualifications, for any/all not exactly as specified in the Sources Sought Notice. 7. Specify recentness of experience and in all areas stated within Sources Sought Notice required for effort. 8. Qualifications needed as specified for vendor to begin on day one. Focus of effort is ongoing sustainment of patient portal available worldwide with expectation of seamless support of system as specified in Sources Sought Notice. 9. Specify whether the respondent is able to fulfill requirements of Sources Sought Notice in entirety. The respondent needs to specify what the prime vendor responsibilities and what partner vendor responsibilities are envisioned to be.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9ffd1bed87ce5d16e324ba69b424bfd0)
 
Place of Performance
Address: DEFENSE HEALTH AGENCY (DHA) HEADQUARTERS (DHHQ), 7700 ARLINGTON BOULEVARD, McLean, Virginia, 22042-5101, United States
Zip Code: 22042-5101
 
Record
SN03676040-W 20150325/150323235455-9ffd1bed87ce5d16e324ba69b424bfd0 (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.