Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2017 FBO #5644
DOCUMENT

R -- MSPV Program Support Services - RFI - Attachment

Notice Date
5/5/2017
 
Notice Type
Attachment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Strategic Acquisition Center - Frederick;Department of Veterans Affairs;321 Ballenger Center Drive, Suite 125;Frederick MD 21703
 
ZIP Code
21703
 
Solicitation Number
VA119A17N0244
 
Archive Date
6/4/2017
 
Point of Contact
KJ Shaikh
 
Small Business Set-Aside
N/A
 
Description
VA119A-17-N-0145 Page 3 of 5 Department of Veterans Affairs Veterans Health Administration Request for Information (RFI)/Small Business Source Sought (SBSS) Lessons Learned Measurement Services THIS IS A REQUEST FOR INFORMATION (RFI) ONLY (as defined in FAR 15.201(e)), this is not a solicitation. Solicitations are not available at this time. Requests for a solicitation will not receive a response. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received, provide feedback to respondents with respect to any information submitted, or respond to any questions or comments that may be submitted in response to this RFI. This notice does not constitute a commitment by the United States Government and does not obligate the Government to award a contract or otherwise pay for the information provided in response. Responders are solely responsible for all expenses associated with responding to this RFI. The purpose of this RFI/SBSS is to determine the acquisition strategy regarding Small Business participation and vehicles and methods to acquire the services. The Government is interested in determining whether Small Businesses are interested and capable of performing the work. Please identify of your firm s socio-economic status. If you are a Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB), provide a statement indicating whether you are currently verified in the Vendor Information Pages (VIP). The Government requests that contractors respond to the specific questions provided in this RFI/SBSS. Responses should demonstrate capability, not just confirm corporate capabilities. The agency does not intend to award a contract but rather gather capabilities and market information pertinent for acquisition planning. The responses to this RFI/SBSS will be captured as market research and may contribute to the development of an acquisition strategy. Information provided may be used to assess tradeoffs and alternatives available for the potential requirement and may lead to the development of a solicitation. All submissions become Government property and will not be returned. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The information provided in the RFI/SBSS is subject to change and is not binding on the Government. Any firm responding to this notice should ensure that its response is complete and sufficiently detailed. PURPOSE This Request for Information (RFI)/Small Business Sources Sought (SBSS) is for a solicitation being considered by the Department of Veterans Affairs (VA) to obtain services supporting the tasks identified in the attached draft PWS. SCOPE OF WORK The Government requires contractor support personnel who shall provide support services to assist Product Effectiveness to fulfill its mission to measure the results of major programs and to establish processes to measure the contribution of healthcare solution investments to VA mission results. See attached document: Draft Functional Review Measurement Services Performance Work Statement (PWS) for reference. INSTRUCTIONS FOR RESPONDING TO THIS SBSS CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Response Format/Page Limitations: The overall total page limit for responses to this RFI/SBSS is ten (10) pages. Response submissions should be submitted in Microsoft Word format with Times New Roman font, 12 pt. or greater font size. Interested parties should limit marketing material in order to allow sufficient space for adequately, directly, and substantively responding with the information of most interest to the Government. In all correspondence relevant to this RFI/SBSS please identify it as a response to the Functional Review Measurement Services RFI/SBSS and refer to the identifying number of VA119A-17-N-0145. Any firm responding to this notice should ensure that its response is complete and sufficiently detailed. Respondents are requested to limit responses to the information, and in the format provided below. A - GENERAL INFORMATION Firm Name and the year in which the company was established/founded (please list any previous names used). Identify if your firms socio-economic status. If you are an SDVOSB or VOSB, indicate whether you are currently verified in the Vendor Information Pages (VIP) as an SDVOSB/VOSB. A brief description of your company that includes job classifications and number of employees in your company. Company ownership (public, private, joint venture). Identify any GSA schedules you hold that support this work as described in the draft PWS, if applicable. B CAPABILITY AND EXPERIENCE INFORMATION Rationale: Responses will be reviewed to determine the vendor s capability to successfully conduct a project of a similar size, scope, approach, focus (clinical business process measurement), complexity (i.e. large multi-hospital system) and influence (executive level). The vendor shall provide information that demonstrates the value the vendor contributed to the customer s healthcare organization/enterprise which positively influenced change across the enterprise. B CAPABILITY AND EXPERIENCE INFORMATION B1. Describe any recent (within the past 3 years) and relevant (similar scope) experience as a contractor (specify prime or sub), where you have supported large enterprise wide health IT implementations. B2. Describe any recent (within the past 3 years) and relevant (similar scope) experience that you have in supporting VHA implementations as a contractor (specify prime or sub). B3.             Describe any recent (within the past 3 years) and relevant (similar scope) experience as a contractor (specify prime or sub), where you performed assessments both before and after a new application or process has been implemented to understand how technology supports the business/clinical workflows, where manual processes exists etc. so that the anticipated functional benefits of a new process or application can be understood. For each example please provide the following (as applicable to the project being referenced): Describe in detail what methodologies were utilized to capture workflow processes both before and after a process or application has been deployed. Describe why this is important. Once a new application or process was implemented, describe how functionality was validated to determine successful implementation. B4. Describe how the utilization of project artifacts such as: the business requirement document, system interface document etc. helped to determine the anticipated benefits of a new application or process. B5. Describe any recent (within the past 3 years) and relevant (similar scope) experience as a contractor (specify prime or sub), performing a quality gate review process across all system development lifecycle phases (project inception, design, build, testing implementation)? For each example please provide the following (as applicable to the project being referenced): Describe why a quality gate review process helps to reduce cost and ensure the project described was delivered on time. Describe how recommendations from a quality gate review performed helped to avoid/mitigate issues to reduce the potential for project timeline slippage. Describe your firm verified that requirements that were documented within project documents such as the Business Case, Business Requirements Documents etc. were successfully implemented. Describe how the results of a quality gate review were compiled and communicated to project stakeholders. B6. Describe any recent (within the past 3 years) and relevant (similar scope) experience as a contractor (specify prime or sub), providing assessments at the executive level that demonstrates critical thinking to provide: comprehensive and detailed problem statement, summarized business analysis, program/project recommendations etc. so that future program/project decisions can be made. For each example please provide the following (as applicable to the project being referenced): Describe an example of where this information has been provided to senior leadership and what actions were taken based on analysis provided through your assessment. B7.            Describe any recent (within the past 3 years) and relevant (similar scope) experience as a contractor (specify prime or sub), on how your team has managed multiple projects concurrently using project resources to ensure that assessments/deliverables are delivered on time and meet the quality assurance expectations that have been established. For each example please provide the following (as applicable to the project being referenced): Describe what project management tools were utilized to ensure that the project was correctly staffed, dependencies were established, and timelines were documented and managed towards. Specifically, please explain the importance of a project management plan to ensure that project scope, timelines and expectations are properly managed. Please describe the internal quality assurance methodology and approach, utilized by your firm, to ensure that project deliverables are delivered on time to the government with minimal corrections required. Describe how your firm manages communication and risks across projects to ensure that status and issues are addressed properly. B8.               Describe a methodology can be customized to support projects that are developed internally, commercial of the shelf (COTS), or are a combination of both. B9. Please describe how you have supported projects that utilized waterfall methodologies as well as agile methodologies. Please describe how you have supported both methodologies from a quality gate review perspective. B11.        Describe how your firm has utilized functional benefits to determine if a new application or process has been successfully implemented. Describe how your firm has analyzed the functionality of a new application or process to determine if the business or clinical benefits have been realized **************************************************************************** Submission: Responses to this RFI/SBSS shall be submitted to Kim McLaughlin and Lora Gross via email (Kimberly.Mclaughlin2@va.gov and Lora.Gross@va.gov) no later than March 20, 2017 at 9:00AM EDT. The subject line of the email shall read SSN Response VA119A-17-N-0145. Failure to respond to this RFI we be viewed as non-interest/non-capable in performing this future requirement. Questions: No Questions are being accepted at this time. 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection  31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although proposal and offeror are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: Information. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/VA119A17N0244/listing.html)
 
Document(s)
Attachment
 
File Name: VA119A-17-N-0244 VA119A-17-N-0244.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3475204&FileName=VA119A-17-N-0244-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3475204&FileName=VA119A-17-N-0244-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04497908-W 20170507/170505234502-d244aa275cdab734275c87ad21c35c7c (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.