Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2015 FBO #4949
DOCUMENT

R -- Quality Assessment (QA) Document Review & Communications - Attachment

Notice Date
6/10/2015
 
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
VA70115N0147
 
Archive Date
9/8/2015
 
Point of Contact
Yolanda M Ray
 
E-Mail Address
447-8300
 
Small Business Set-Aside
N/A
 
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. BACKGROUND 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. The Product Effectiveness (PE) Program Office (PO) falls under the Office of Quality Safety and Value (QSV) Office, within the Veterans Health Administration (VHA) of the Department of Veteran's Affairs (VA). The mission of the PE PO is to perform various assessments and analyses on specially selected programs or products to ensure they are effective and meet the needs of end-users. The PE PO is organized into the following four (4) separate but interrelated domains: a.Benefits Realization b.Customer Satisfaction c.Functional Reviews d.Lessons Learned The Integration program provides critical services on complex projects spanning two (2) or more PE PO domains; ensuring all domains operate in unison and present a coherent and unified picture to the customer. Documents that PE PO produce provides their customers with independent insight to gauge the success of their investments by applying a set of assessment and measurement tools. Information within the documents are gathered from multiple sources, including clinical and business end users, managers, technical staff, databases and reports which allow customers to make evidence based decisions. These documents also provide customers with recommendations on how to improve health care solutions and processes to better attain customer satisfaction. Documents may include a collection of lessons learned; ensuring mistakes are not repeated and knowledge gained from pilot and iterative deployments are communicated. Coincidently, the PE PO generates additional varieties of documents that shall also be included. SCOPE OF WORK The VA is seeking a potential contractor to provide all labor, supervision and all other resources required to deliver by providing direct support to The VHA QSV PE PO is establishing Quality Assessment (QA) Document Review and Communication support. During the Document Technical Review the Contractor shall: a.Review multiple types of documents of various lengths and content then provide tracked changes and a comment matrix in a timely manner. b.Working in partnership with the PO, develop templates for use by internal VA offices, which allow for consistency and standardization for the reporting of data and information. c.Create Quick Facts that are written clear, concise and from a business perspective that communicate executive level information to include key findings and recommendations d.Consolidate and organize data from a variety of sources, as provided by the agency, into succinct and clear summary documents. These documents will be used by Veterans Affairs to develop a variety of presentations, speeches and other work e.Provide logistical support in the assemblage of data from disparate sources. f.Write and submit recommended talking points and technical content for use within internal communications and educational materials and provide logistical assistance for documentation and approval via the QSV and agency process for submission for content. To successfully fulfill the contract requirements, the Contractor shall provide resources with clinical and healthcare business acumen experience; providing QA and Communication support to the VHA QSV PE Program. The Contractor shall also require sufficient level understanding of the projects so they can efficiently perform Document Technical Reviews, understanding that not all documents are final once they are reviewed the first time and may require multiple iterations, attend all meetings and communicate findings after documents are reviewed, provide technical writing and logistical support for internal communications products, and provide monthly reports listing all deliverables along with reviewed documents; including, their domain, document type and title. By performing Document Technical Reviews and attending pertinent meetings the Contractor shall gain knowledge that will assist them in performing the following; Standardized Templates, Quick Facts, PE Publications, internal communications products, and educational speaking. Document reviews are planned but not limited to the following VHA initiatives: a.Chief Business Office (CBO) b.Clinical Information Systems (CIS) c.Healthcare Transformation Initiatives (HTI) d.Innovations e.Pharmacy Re-engineering (PRE) f.Real Time Location Systems (RTLS) g.Surgical Quality Workflow Manager (SQWM) h.VistA Evolution/VistA 4 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. Resumes are not included in the page count. 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 June 19, 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, Contracting Officer Email: yolanda.ray@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70115N0147/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-15-N-0147 VA701-15-N-0147.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2099172&FileName=VA701-15-N-0147-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2099172&FileName=VA701-15-N-0147-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03759295-W 20150612/150610234925-c46a293269fc0ad3193168ac81328630 (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.