Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 16, 2016 FBO #5258
DOCUMENT

R -- Veterans Health Library - Attachment

Notice Date
4/14/2016
 
Notice Type
Attachment
 
NAICS
519120 — Libraries and Archives
 
Contracting Office
Department of Veteran Affairs;Veterans Health Administration;SAO/PCO East (St. Louis);11152 South Towne Square;Saint Louis MO 63123
 
ZIP Code
63123
 
Solicitation Number
VA77716R0036
 
Response Due
4/29/2016
 
Archive Date
6/28/2016
 
Point of Contact
Claude Humphrey
 
E-Mail Address
4-6656
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number:VA777-16-R-0036 Requirement Description:Veterans Health Library Project Description The Department of Veterans Affairs (VA) National Center for Health Promotion and Disease Prevention (NCP) is responsible for monitoring, encouraging, and promoting prevention services for Veterans through clinical, educational, promotional and research activities throughout the Veterans Health Administration (VHA). Through the collection and dissemination of the latest scientific knowledge and information regarding health promotion and prevention, the NCP has an impact on the health and well-being of Veterans throughout the VA. The NCP efforts are aimed at improving the quality of life, preventing the onset of disease and/or identifying diseases at early stages to limit its progression, and helping Veterans manage health conditions. Scope of Work The Contractor shall develop and maintain a comprehensive Veterans Health Library (VHL) of health education information, materials and resources in a wide variety of delivery formats and modalities that shall be easily accessed by Veterans, their family members/caregivers, VHA clinicians and staff, and the public. The VHL shall contain comprehensive health information, resources and materials on topics spanning the continuum of VHA healthcare delivery: health promotion and disease prevention; primary care; specialty care; mental health; diagnostic tests and procedures, acute care; rehabilitation and physical medicine; long-term care; hospice; and community living centers (nursing homes). The information in the VHL and its format and design shall accommodate the health literacy and numeracy needs of Veterans and their family members/caregivers as well as their vision, speech, hearing, language, and cognitive abilities. The information shall be able to be printed in black and white and color using printers commonly found in VHA clinical settings and in Veterans' homes. The VHL must also be able to be integrated within the VA's Electronic Health Record to allow for ease of access by providers and clinical staff and for patient-specific VHL content and for automatic documentation of VHL content provided in a patient's medical record. The Contractor shall have as least five (5) years' experience working with national public health and/or healthcare. Additionally, the Contractor shall have proven capability of integrating health library content within VA's electronic medical record system in a manner that meets the requirements of The Joint Commission or other appropriate health care accrediting bodies. Experience working within or for federal and/or state health agencies is helpful for ensuring sensitivity to a variety of policy and regulatory issues relevant to the Department of Veterans Affairs. The Contractor shall have a proven capability providing web-based health education content in the following formats: text with illustration/photo, video, interactive resources including tools and games, and any new electronic formats/technologies that may be developed during the life of the contract. The Contractor shall have a proven capability for users of the web-based library to create bookmarks and folders to manage library resources for specific health conditions or topics. The Contractor shall have a proven capability providing web-based health education content in the following delivery modalities: "electronically on a website, "via social media (e.g., blogging, texting, Twitter, etc.), "mobile applications, "alternative platforms such as kiosks, and "other VA based computer applications and use of VHL videos in VA Medical Center closed circuit television systems. The Contractor and product shall be flexible enough to be used or adapt to VA needs or emerging technologies developed and/or used during the life of the contract, (e.g., Get Well Network, After Visit Summary, mobile apps, crawling VHL content with a search appliance, linkages to and from other VA websites, incorporation/documentation in the electronic health record, etc.). The anticipated contract Period of Performance (POP) shall be for a 12 month base period with options for up to four (4) additional one year extension periods, to be exercised at the discretion of the Government: Base Period:June 1, 2016 - May 31, 2017 Option Year 1:June 1, 2017 - May 31, 2018 Option Year 2June 1, 2018 - May 31, 2019 Option Year 3June 1, 2019 - May 31, 2020 Option Year 4June 1, 2020 - May 31, 2021 Submittal of Offers Offeror's responses shall be submitted in accordance with the following instructions: The Offeror's proposal shall be submitted electronically by the date and time indicated in the solicitation. The Offeror's quote will consist of four (4) volumes. The Volumes shall be: Volume I - Technical Capability - Qualification of Personnel Volume II - Technical Capability - Management Methodology Volume III - Past Performance Volume IV - Price / Cost Schedule Offeror's responses shall be clearly marked according to the Volume assigned i.e., Volumes I, II,. III and IV. The price/cost shall be in accordance with the pricing provided on the Price / Cost Schedule provided in this solicitation. The use of hyperlinks is permitted for samples/products of work only. Other embedded attachments in quotes are prohibited. Files shall not contain classified data. All proprietary information shall be clearly marked. The complete File sizes shall not exceed 5MB. The electronic address for the delivery of Offeror's proposal is claude.humprhey@va.gov. i.Format: All files will be submitted as either a Microsoft Word file (.docx), an Acrobat (PDF) file or compatible as indicated in the table. Page size shall be no greater than 8 1/2" x 11". The top, bottom, left and right margins shall be a minimum of one inch each. Font size shall be no smaller than 12-point. Arial or Times New Roman fonts are required. Characters shall be set at no less than normal spacing and 100% scale. ii.Content Requirements. Offerors are responsible for including sufficient details, in a concise manner, to determine each quote and their ability to perform the tasks. iii.Submitter's Packaging: There will be four separate volumes that will be required and they are as follows: Volume Number and TilePage Limit Volume I - Technical Capability - Qualification of Personnel25 page limit Volume II - Technical Capability - Management Methodology 10 page limit (not including resumes) Volume III - Past Performance5 page limit Volume IV - Price/Cost Scheduleprovided A.Technical Capability - Qualification of Personnel: Demonstrates expertise and ability to provide and monitor the requisite personnel necessary to meet or exceed the Performance Work Statement; and described proposed appropriate key personnel with adequate experience to accomplish diverse tasks. B.Technical Capability - Management Methodology: Describe and demonstrate how you will approach meeting the objectives in the Performance Work Statement; to include specified tasks and deliverables. i.PWS Technical: Describe how you will approach meeting the objectives in the Performance Work Statement; to include tasks and deliverables as follows: 1.Demonstrate your firm's experience. 2.Demonstrate your firm's ability and capability of providing web-based health education content in the PWS mentioned formats 3.Demonstrates your firm's ability and capability for users of the web-based library to create bookmarks and folders for providers to manage library resources for frequently used or specific health conditions or topics. 4.Demonstrate your firm's ability and capability for providing web-based health education content in the PWS Mentioned delivery modalities. 5.Demonstrate/Describe your product flexibility to be used or adapt to new VA needs or emerging technologies developed and/or used during the anticipated life of the contract. 6.Describe your firm's previous experience with the VA's terminology. 7.Describe your firm's plans and schedule to meet the requirements of the Veterans Health Library tasks. ii.Provide the URL link to an example of a Library of Consumer Health Information that you have created. The example shall demonstrate: 1.Your ability to provide comprehensive health content. 2.Your use of multiple of information formats: printable health sheets, video, self-assessment tools, and interactive shared decision making tools. 3.Your ability to effectively employ principles of health literacy in the library's design, format and content to facilitate its ability to be understood and effectively utilized by an end user population with low health literacy. 4.Ability to provide content in Spanish. iii.Ability of users to search library content using filter search for all or select components of Library content for example, include health sheets, but exclude videos in the search. 1.Ability of users to share the library's content via email and social media platforms. iv.Ability to create and supply to the client marketing materials and communication tools for the client to promote the library's use by end users and by physicians and health care team members to educate patients in clinical encounters during the delivery of care. v.Demonstrate your willingness to permit review of your content by the clinical subject matter experts designated by the client. vi.Demonstrate your willingness to modify your content based on the client's input. vii.Demonstrate your willingness to collaborate with the client to create content tailored to the client's specific clinical needs. viii.Provide examples of the types of data and metrics which will be collected to guide the client in promoting the library's use with internal and external users. ix.Ability to provide a website which is FedRAMP compliant and able to comply with Trusted Internet Connection (TIC) Reference Architecture 2.0, Appendix H, as guided by the Office of Management and Budget (OMB) Mandate 08-05 and OMB Mandate 16-04. x.Ability to integrate VHL into VA's electronic health record including automatic documentation in a patient's medical record of VHL content provided in a manner that meets the requirements of the Joint Commission. xi.Ability to create bookmarks and folders for end users and physicians and health care team members for use in efficiently educating patient in clinical encounters. xii.Ability to provide web-based health education content in the following delivery modalities: 1.electronically on a website, 2.via social media (e.g., blogging, texting, Twitter, etc.), 3.mobile applications, 4.alternative platforms such as kiosks, and 5.other computer applications and use of library videos in VA Medical Center closed circuit television systems. C.Past Performance: Provide a description of at least five (5) recent (within the past 3 years) contracts or agreements that are of similar size, scope and complexity. Each listed project will be evaluated for: i.Quality Performance, ii.Contract Timeliness, iii.Cost Control and iv.Business Relations as they are listed in the Contractor Review Performance System (CPARS). Note that a Request for Past Performance Questionnaires may be sent to the listed firms/point of contact, and a review of Government's CPARS Performance Reports will also be used to evaluate Past Performance. D.Price / Cost: The Offeror shall provide a price for each item on the attached Price/Cost Schedule. If an item is not on your GSA schedule, you may price it out and clearly mark it as an "Open Market" item. iv.Evaluation: This will be a Lowest Priced Technically Acceptable procurement. Adherence to the requirements set forth in the technical factor is more important than adherence to the requirements set forth in the Past Performance factor. The Technical factor and Past Performance factor, when combined, shall be more important than Price. NOTE: All offers must be submitted to the attention of the Contracting Officer identified and listed on the Standard form 1449, section 7a and to the address identified on the Standard form 1449, section 16 No Later Than the date/time specified on the Standard form 1449, section 8. E-mail Offers will be acceptable at claude.humphey@va.gov. Any Offer received after the closing date and time will be considered late and will not be accepted. NO FAX/ FACSIMILE SUBMITTED BIDS WILL BE ACCEPTED. All Offer envelopes or other packaging shall be clearly marked with the solicitation number, offeror's company name and return address. All offers are subject to the terms and conditions of this solicitation. CAUTION - LATE Submissions, Modifications, and Withdrawals: See provision 52.212-1. All offers are subject to the terms and conditions of this solicitation. For instructions on filling out this solicitation request see attached pages "FAR 52.212-1 Instructions to Offerors--Commercial Items (June 2008)". Questions All questions regarding this solicitation must be submitted to the Contracting Officer in writing (email is acceptable). Any prospective offeror/bidder desiring an explanation or interpretation of the solicitation, drawings, specifications, etc., must request it in writing. All questions must be submitted in writing to: Claude Humphrey (claude.humphrey@va.gov) No Later Than, 3:00 p.m., local time (CST), Monday April 25, 2016. No phone responses will be accepted. See FAR 52.214-6 EXPLANATION TO PROSPECTIVE BIDDERS for additional information. NOTE: All questions must reference the RFQ # and Description of the project in the Header or Opening Statement. NOTE: Solicitation document/package is hereby posted on Fedbizopps (http://www.fedbizopps.gov). Point of Contact (POC):Claude Humphrey Contracting Officer 314-894-6656 ext. 65111 claude.humphrey@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA77716R0036/listing.html)
 
Document(s)
Attachment
 
File Name: VA777-16-R-0036 VA777-16-R-0036_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2674972&FileName=VA777-16-R-0036-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2674972&FileName=VA777-16-R-0036-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04084000-W 20160416/160414234349-25783fa4d131aec6b0d63b2cb3478193 (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.