DOCUMENT
D -- Automated Communication Systems - Attachment
- Notice Date
- 4/12/2017
- Notice Type
- Attachment
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
- ZIP Code
- 07724
- Solicitation Number
- VA11817N2029
- Response Due
- 4/26/2017
- Archive Date
- 5/26/2017
- Point of Contact
- Amy Schmalzigan
- E-Mail Address
-
5-1121<br
- Small Business Set-Aside
- N/A
- Description
- Request for Information Automated Communication Systems The United States Department of Veterans Affairs (VA) Technology Acquisition Center is seeking sources capable of providing support to the existing 151 brand name AudioCare Automated Communication Systems. VA is also interested in identifying sources capable of providing an alternate solution meeting the requirements outlined herein. The VA Medical Centers currently use an Automated Communication System (Audio Care) to communicate with patients. This system is available 24/7 for patients to request prescription refills, prescription inquiries, appointment reminders, and appointment inquiries. This project is required to ensure the continuation of Automated Communication Services for Veterans using VA services. This requirement shall provide services, materials and equipment for the acquisition and deployment of a commercially available RxRefill Solution via telephone and Internet for: Pharmacy: Audio Refill (English/Spanish), Web Refill, Audio RX Information, Web RX Information and Audio Renewal. Scheduling: Audio Reminder, Text Reminder, Audio Inquiry, Audio Cancelation, Text Message Cancel and Audio RecallReminder. Clinical Applications: Audio Communication including Disease Management, Inbound Audio Notes, and Outbound Audio Notes, and Audio Contact. Emergency: Audio Recall, and ACS Text Message Base. Financial: Audio Account Balance. The solution shall integrate with the existing Veterans Health Administration (VHA) Pharmacy System. See Attachment #1 Requirements. 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 submit a capability statement demonstrating their ability to meet this requirement. 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. 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. The following information shall be submitted with your response (no more than one page): Name of Company: Address: Point of Contact: Phone Number: Fax Number: Email address: Company Business Size and Status: NAICS code(s): List of any previous or current Government or VA contracts: For respondents offering an alternate solution, the response shall also include the following: Attachment #1 Requirements (excluded from page count) For each functional requirement listed, provide an x in the appropriate column C or D, indicating whether the product(s) meets or does not meet the functional requirement identified. If the product requires customization in order to meet the functional requirement, provide a comment regarding the level of customization (e.g. minimal, moderate, or significant). Product Documentation (no more than 5 pages) For each alternate product identified, submit technical documentation demonstrating the products capability to meet the functional requirement. Cross reference the Functional Requirement Item No. (e.g. 2.1 15.13) wherever possible. Provide details (no more than 10 pages) describing the product s ability to interact with Veterans Health Information Systems and Technology Architecture (Vista). Your response should address the following areas: Interface with VistA. Interface with the VistA Appointment/Scheduling system to automatically pull the designated appointment data. Interface with the VistA Clinical Patient Record System (CPRS) to automatically pull the designated scheduling and prescription data. Describe how your company (no more than 5 pages) could provide seamless support by October 1, 2017, if proposing an alternate solution. Contractor Information (no more than 1 page) Identify the name of the manufacturer, the manufacturer s DUNs number, socio-economic category, and available contracts where the product(s) may be purchased from. In addition, identify all commercial resellers of the product(s), including company name, DUNs number, socio-economic category, and existing contracts where the product(s) may be purchased from. Electronic responses preferred. It is requested that interested contractors submit a response (electronic submission) of no more than 22 pages in length excluding Attachment #1, single spaced, 12 point font minimum that addresses the above information. In response to the RFI, interested contractors shall submit the above information by 11:59PM ET on April 26, 2017, via email toAmy.Schmalzigan@va.gov. Questions and Answers shall be submitted by close of business April 19, 2017, via email to Amy.Schmalzigan@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/850dc1113c57e75abf14480cdbade835)
- Document(s)
- Attachment
- File Name: VA118-17-N-2029 VA118-17-N-2029.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3412091&FileName=VA118-17-N-2029-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3412091&FileName=VA118-17-N-2029-000.docx
- File Name: VA118-17-N-2029 Attachment 1.xls (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3412092&FileName=VA118-17-N-2029-001.xls)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3412092&FileName=VA118-17-N-2029-001.xls
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA118-17-N-2029 VA118-17-N-2029.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3412091&FileName=VA118-17-N-2029-000.docx)
- Record
- SN04469686-W 20170414/170412234514-850dc1113c57e75abf14480cdbade835 (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 |