Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 08, 2017 FBO #5525
DOCUMENT

D -- Supply Chain Management System - Attachment

Notice Date
1/6/2017
 
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
VA11817N1828
 
Response Due
1/13/2017
 
Archive Date
4/22/2017
 
Point of Contact
Lisa Martikes, lisa.martikes@va.gov
 
Small Business Set-Aside
N/A
 
Description
The RFI due date has been extended to January 13, 2017 at 11:00AM EST. Request for Information (RFI) DEPARTMENT OF VETERANS AFFAIRS Veterans Health Administration (VHA) Procurement & Logistics Office (P&LO) Supply Chain Management System Date: December, 19 2016 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY SUPPLY CHAIN MANAGEMENTSYSTEM 1.0 PURPOSE The Department of Veterans Affairs (VA) is requesting information from industry in order to assess the viability of procuring, deploying, hosting, and sustaining a commercial off-the-shelf (COTS) product that meets VA s requirements. VA may opt to include product demonstrations during the market research phase. At this point in time VA is only trying to determine the availability of a COTS product that meets the functionality described below. At this time, any incidental services that may be required for the implementation of a COTS solution are to be determined (TBD) and may be the subject of a future RFI if VA determines a procurement action is viable. This RFI is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation 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 (PWS).   The product description provided below should not be construed as a draft PWS but an overview description of the functions and capabilities required of the COTS product. Additional requirements, descriptions and/or documentation are not yet available for release under this RFI. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response.   The Government does not intend to pay for the information submitted in response to this RFI. Be advised that set-aside decisions may be made based on the information provided in response to this RFI.   Responses should be as complete and informative as possible. 2.0 RESPONSE INSTRUCTIONS Provide the following: 1.) Brief summary describing your technical approach to meet the requirements and 2.) Responses to Industry Questions outlined in Section 3.0 below. The entire file (which includes the technical approach and Industry Q&A) shall not exceed 25 pages. Respondents shall include the following in their submissions: Name of Company: Cage Code and DUNS Number: Address: Point of Contact /Company Representative: Phone Number: Fax Numbers: Email Address: Any applicable schedules (General Services Administration (GSA), Mission Oriented Business Integrated Services (MOBIS), Veterans Technology Services (VETS) Government wide Acquisition Contract (GWAC), Transformation Twenty-One Total Technology Next Generation (T4NG), etc.); The NAICS code applicable to this acquisition is 541512. The Small Business Size Standard for this NAICS code is $27.5M. Please indicate your company s size and socio-economic status under this NAICS. Instructions for Submitting RFI Response: Submit responses electronically via the Virtual Office of Acquisition (VOA) by the due date and time specified.   The web address for the VOA site is https://www.voa.va.gov/.  Offerors will be required to be registered users on the VOA website in order to submit responses.   Once they are registered, vendors can click on the Proposal Dashboard link and within that link click on Add Proposal to open up the form to upload files.   The Proposal Type drop down field should be changed to VA118-17-N-1828 to reflect the RFI being responded to.   For registration or technical issues concerning proposal submission, contact voahelp@va.gov.   WARNING: Please do not wait until the last minute to submit your files.   We recommend the transmission of your files 24 hours prior to the required due date and time.   Offerors are encouraged to review and ensure that sufficient bandwidth is available on their end of the transmission. The Government prefers that you submit your information in one volume.   Submit your response no later than 11:00 A.M. Eastern Time on 1/13/2017; Instructions for Submitting Questions -Your questions shall be submitted electronically via VOA.   Information submitted by any other method will not be considered.   Your questions shall be contained in one file titled using the following format Supply Chain Management- RFI questions-the name of your company.   The web address for the VOA site is https://www.voa.va.gov/.   Offerors will be required to be registered on the VOA website in order to submit questions.   Once they are registered, vendors can click on the Proposal Dashboard link and within that link click on Add Proposal to open up the form to upload files.   The Proposal Type drop down field should be changed to VA118-17-N-1828 to reflect the RFI being responded to.   For registration or technical issues concerning question submission, contact voahelp@va.gov. The Technology Acquisition Center Point of Contact for this RFI is Lisa Martikes, Contract Specialist, Lisa.Martikes@va.gov and Summer Spalliero, Contracting Officer, Summer.Spalliero@va.gov. If there are any vendor questions regarding the requirement, the Contracting Office will coordinate a comprehensive response and post to Federal Business Opportunities Page (FedBizOps). Mark your response as Proprietary Information if the information included is considered to be business sensitive and/or includes trade secrets. Any Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses responding, provide the intent and ability to meet set-aside requirement for performance of this effort, which in accordance with VAAR 852.219-10 (JUL 2016) (DEVIATION) and VAAR 852.219-11 (JUL 2016) (DEVIATION) VA Notice of Total SDVOSB Set-Aside and VA Notice of Total VOSB Set-Aside, respectively, and 13 CFR §125.6, the contractor will not pay more than 50% of the amount paid by the Government to it to firms that are not SDVOSBs or VOSBs as defined by VAAR 852.219-10 (JUL 2016) (DEVIATION) and VAAR 852.219-11 (JUL 2016) (DEVIATION). 3.0 INDUSTRY QUESTION 1. Is your COTS product currently being used as a Supply Chain Management system in a comparable healthcare environment to include meeting Federal government requirements? If so: Provide the name of the institution and a Point of Contact (POC); Has the product been fully implemented, tested and measured? How long has the product been in use? Describe architecture associated with your product deployment. Provide a description of your company s expertise/competency as it relates to Supply Chain Management. Provide a brief description of contracts of a similar nature (size, scope, and complexity) that your company has handled in the past 3 years. Provide a description of the technologies, tools, and methodologies your company would employ to meet the requirements stated in 4.2. Provide a description of a migration plan for ensuring minimal operational disturbance when migrating to the new SCM system. Provide a description of the methods your company proposes to employ to deploy and maintain the system. Provide a description of your company s strategy to minimize the potential risk. What expertise does your company have in the field of statistical data analysis, reporting, industry best practices, and other methodologies? Explain the steps your company would take to satisfy the requirements as they relate to the VA objectives. Explain your company s approach to communication. 4.0 BACKGROUND 4.1 PROBLEM STATEMENT The P&LO is seeking a new Supply Chain Management (SCM) system that will transform the current antiquated collection of disparate, discrete processes into an advanced integrated system that provides responsive, efficient clinical/non-clinical support, increase in responsiveness, and reduction in operating cost. 4.2 FUNCTIONAL REQUIREMENTS The COTS product shall be capable of providing the following functionality: Cloud based for central, uniform data field updates, Common Operating Picture (COP), and standard identification system. Provides and supports real and/or near real time performance management data and metrics with granularity at all VA organizational levels. Capable of tracking usage and cost to the patient. Support clinician friendly catalog functionality for formulary and other items needed. Minimizes manual entry, eliminates manual re-entry, and exchanges information with other systems. Seamless exchange of information with VA and non-VA governmental agencies and private sector financial, contracting, consult, work order, and maintenance systems. Ability to be flexible and adaptable as VA and non-VA systems evolves over time. Maintain a modern, timely interface with operators to reduce training requirements and improve ease of use. 4.3 CONTRACTOR RESPONSIBILITIES In addition to providing the SCM system to VA and any incidental services the contractor shall be responsible for: Privacy and protection of Veteran private health information. Program management. Customer service to VA. Statistical and trend analysis. Collaborating with VA and non-VA partners. Reporting. Recommendations for improvement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fa8341c8e81abcd6c95e2792114581a5)
 
Document(s)
Attachment
 
File Name: VA118-17-N-1828 VA118-17-N-1828_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3197069&FileName=VA118-17-N-1828-008.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3197069&FileName=VA118-17-N-1828-008.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04365767-W 20170108/170106234241-fa8341c8e81abcd6c95e2792114581a5 (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.