DOCUMENT
D -- VistA Service Assembler VistA.js Pilot and Preparation for National Rollout - Attachment
- Notice Date
- 3/27/2015
- Notice Type
- Attachment
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
- ZIP Code
- 07724
- Solicitation Number
- VA11815Q0219
- Response Due
- 4/3/2015
- Archive Date
- 7/11/2015
- Point of Contact
- Keiahna Brewer
- E-Mail Address
-
arrell<br
- Small Business Set-Aside
- N/A
- Description
- VA118-15-N-0219 The United States Department of Veterans Affairs (VA) Veteran Point of Service (VPS) program Visa Services Assembler (VSA) VistA.js Pilot and Preparation for National Rollout The purpose of this Source Sought Notice is to search for qualified vendors capable of meeting the requirement to assist in the development and positioning for rollout of a new platform for web service integration and data federation across the VA, which has been given the name internally of the "VSA (VistA Services Assembler) VistA.js Platform," or "VistA.js" for short. VistA.js is a Node.js-based solution utilizing an add-in provided by InterSystems for fast, direct access to data and routines in a Cache database that aims to simplify how systems are integrated with VistA (and each other) and shall provide other powerful features like automated service generation and/or description, data aggregation (in support of various reconciliation use cases), integrated security (including single sign-on "SSO") and federated, high-speed, stateless, Remote Procedure Call Broker-less connectivity to VistA running at VistA sites in each of the four regions around the country. See attached Draft Performance Work Statement (PWS) and draft Business Requirement Document (BRD). As reflected in the VistA 4 Architectural documentation released by the VA on February 3, 2015, VistA.js shall also provide a roadmap for integration in support of the VSA run-time and Wizard functionality, in an interactive manner with the VSA team such that VistA.js supports the operational components of the targeted VSA requirements with respect to VSA run-time and the VSA Wizard, respectively. Any responses to this Request for Information (RFI) should also include a framework and identify an integration roadmap for utilization of the above-identified VistA.js features by the VistA Exchange architecture. Responses to the RFI should include a Use Case utilizing the proposed VistA.js framework and support of VSA run-time and Wizard functionality, which Use Case shall include Veterans Point of Service (VPS) patient look-up, check-in, and medication reconciliation and allergy review ("MRAR"). All responses shall include and specifically address how the proposed VistA.js framework adopts current VA standards for security technology and existing authentication frameworks, as well as identify how such proposed VistA.js frameworks will adopt future security and/or authentication standards (such as SAML tokens) which may be adopted by VA. VPS seeks to run a pilot in at least six sites across two different regions, during which the capability will be refined and improved through rigorous field testing, and prepared for national rollout. Depending on a number of factors, a partial rollout to two or more VISNs may take place by the end of 2015, although it is more important that the platform be fully vetted and stabilized before any rollout for production use. The goal of this preparation is to make the new platform ready for national rollout. This is a Request for Information (RFI) only. Do not submit a proposal or quote. It is requested that all companies interested in participating in this effort please note their interest and provide information on their respective capabilities to perform the effort described in the attached draft BRD and PWS. This RFI is for planning purposes only and shall not be considered an Invitation for Bids, Request for Quotations, or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the VA in developing its acquisition strategy and Performance Work Statement. This market research is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. 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. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The North American Industrial Classification for this effort is 541512. If interested, please submit a Capabilities Statement, limited to ten (10) pages, single spaced, 12 point font for your company, your teammates and or subcontractors. In addition, please address the following questions, limited to 40 pages (including diagrams), single spaced, 12 point font minimum: 1. Provide, at a minimum, the following information in the initial paragraph of the submission: oName of Company oAddress oPoint of Contact oPhone Number oFax Number oEmail address oCompany Business Size and Status oNAICS code(s) oGSA and/or GWAC, if you are included in one or more. Please include Contract Number, expiration date, etc. oSocioeconomic data oData Universal Numbering System (DUNS) Number 2. Given the general possibility of Node.js connectivity to VistA running on Cache, please explain your knowledge and expertise related to Node.js and in particular the Cache.node add-in for Node.js. Your explanation should focus on specific qualifications and experience. 3. The possibility of direct access to VistA data other than through the RPC Broker theoretically opens the possibility of unlimited access to VistA data, anonymous access, etc. Explain your team's approach to solving this problem. 4. Detail how you would select pilot VAMC sites, in order to maximize the opportunity to test various aspects of the federation solution, and to expose it to the widest possible array of configuration challenges and other constraints or scenarios. What are the most important things you would want to get out of piloting such a solution, and what are the risks and limitations that need to be factored into the effort to roll the piloted solution out nationally? 5. How would you approach the problem of migrating existing systems, such as the VetLink Kiosk, VistA Imaging, and other RPC Broker-integrated systems, to the new platform? 6. Explain at a high level your understanding of the VA's recently released architectural Design Patterns, and how the VSA VistA.js Federation platform (as described here; http://www.osehra.org/sites/default/files/vista_4_product_architecture_v1-0_20150127.pdf) alleviates much of the current pain of integration with third party systems by design. 7. Please explain how you would integrate services and applications on the VSA VistA.js with both the current Computerized Patient Record System (CPRS) workstation-based application, and with the future web-based Electronic Health Management Platform (eHMP). 8. Please describe your team's experience with respect to building, deploying, and maintaining distributed systems, with a particular focus on any relevant experience in the healthcare space. 9. Please address a possible schedule of work and how you would implement in a 6 month increment structure with the possibility of parallel increments. 10. Please describe how your team would approach the task of implementing course-grained clinical write-back APIs with transaction support on VistA.js, including what work would need to be done in MUMPS (such as data standardization) to support it. What implications for the Clinical Reconciliation Service (CRS) referred to in the PWS might this approach have in terms of performance and scalability? 11. Please describe a strategy your team would employ to use mobile devices in the context of the VSA VistA.js Federation Platform to further the VPS's core mission statement? Additionally, please indicate if you, your teammates and/or subcontractors are a Service Disabled Veteran Owned Small Business, Small Business, or a Veteran Owned Small Business. Please note VA118-15-N-0219 in the subject line of your response. Instructions for Submitting RFI Questions and Response Responses are requested no later than 12:00 PM EST, Friday April 03, 2015 via email to keiahna.brewer@va.gov and iris.farrell@va.gov. Points of Contact: Iris Farrell, Contracting Officer, Department of Veterans Affairs Technology Acquisition Center, Email iris.farrell@va.gov and Keiahna Brewer, Contract Specialist, Email keiahna.brewer@va.gov. All proprietary/company confidential material shall be clearly marked on every page that contains such.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/460f10cd3873f79269208a0bcea64f7d)
- Document(s)
- Attachment
- File Name: VA118-15-Q-0219 VA118-15-N-0219.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1947188&FileName=VA118-15-Q-0219-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1947188&FileName=VA118-15-Q-0219-000.docx
- File Name: VA118-15-Q-0219 Draft PWS for RFI.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1947189&FileName=VA118-15-Q-0219-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1947189&FileName=VA118-15-Q-0219-001.docx
- File Name: VA118-15-Q-0219 BRD for RFI.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1947190&FileName=VA118-15-Q-0219-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1947190&FileName=VA118-15-Q-0219-002.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA118-15-Q-0219 VA118-15-N-0219.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1947188&FileName=VA118-15-Q-0219-000.docx)
- Record
- SN03681884-W 20150329/150327235222-460f10cd3873f79269208a0bcea64f7d (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 |