Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2018 FBO #6103
DOCUMENT

D -- Defense Medical Logistics Support (DMLSS) – Facility Management (DMLS-FM) and AEMS-MERS Integration Support - Attachment

Notice Date
8/7/2018
 
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
36C10B18Q3089
 
Response Due
8/14/2018
 
Archive Date
10/13/2018
 
Point of Contact
Kristine H Callaert
 
E-Mail Address
5-1117<br
 
Small Business Set-Aside
N/A
 
Description
Page 2 of 2 Request for Information Defense Medical Logistics Support (DMLSS) Facility Management (DMLS-FM) and AEMS-MERS Integration Support TAC Number: TAC-18-51703 This action is intended to be competed under the Transformation Twenty One Total Technology Next Generation multiple award, indefinite delivery, indefinite quantity contract using fair opportunity procedures in accordance with Federal Acquisition Regulation 16.505. This request for information (RFI) is issued solely to determine the availability of verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran Owned Small Businesses (VOSBs) that are capable of providing the services identified in the attached Performance Work Statement (PWS). 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. 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 North American Industry Classification System (NAICS) for this requirement is 541512 with a size standard of $27.5 million. A company that is not a VIP registered and verified SDVOSB or VOSB (http://www.va.gov/OSDBU/index.asp) should not respond to this notice. Background The mission of the Department of Veterans Affairs (VA), Office of Information & Technology (OI&T), and the James A. Lovell Federal Health Care Center (JAL FHCC) is to provide benefits and services to Veterans of the United States.   In meeting these goals, OI&T strives to provide high quality, effective, and efficient Information Technology (IT) services to those responsible for providing care to the Veterans at the point-of-care as well as throughout all the points of the Veterans health care in an effective, timely and compassionate manner.   VA depends on Information Management/Information Technology (IM/IT) systems to meet mission goals. The JAL FHCC is responsible for approximately 2.1 million square feet in medical and support facilities. This encompasses five geographically distinct areas, with most of the facilities being in North Chicago, IL. Three of the remaining campuses constitute Community-Based Outpatient Clinics (CBOCs) located in Evanston IL, McHenry IL, and Kenosha WI. The remaining facility assets are located aboard Naval Station Great Lakes. The FHCC Facility Management Program strategy is to provide a reliable inventory of facilities that meet specific codes and standards, maintain accreditation, and provide the best possible environment for staff, veterans, active duty military and DoD beneficiaries. The Defense Medical Logistics Standard Support (DMLSS) Program is a partnership involving medical logistics, medical information management, medical information technology, and user communities. The DMLSS mission is to improve responsiveness of medical logistics support. The DMLSS Program accomplishes this by implementing business process innovations that increase the effectiveness of medical logistics support and reduce operating cost. The Facility Management (FM) application provides a powerful management tool for standardizing facility management programs throughout the DoD healthcare industry and now into the VA healthcare setting as well. It provides improved resource management of new and existing health care and support facilities by enhancing the facility managers' ability to track and manage facility assets from individual rooms and Real Property Installed Equipment (RPIE) items to entire buildings and facility systems. DMLSS-FM provides the facility manager with funds management capability for budgeting, tracking, and scheduling maintenance projects by providing a more effective means of monitoring, tracking and documenting building conditions, the Joint Commission Statement of Condition (SOC), Plan for Improvement, and other regulatory/safety management programs. Scope of Work Support services required under this effort include implementation, support and maintenance all DMLSS-FM database sustainment modules, to include the Drawing Management Module, Facility/Room Inventory Module, Facility System Inventory Module-Real Property Installed Equipment (FSI-RPIE), Preventative Maintenance Schedule and Maintenance Procedure Modules, and the Work Request Module; migration of data from the existing legacy Vista Automated Engineering Management System-Medical Equipment Reporting System (AEMS-MERS) to DMLSS-FM;.and ensure that the information contained in the DMLSS-FM application and sustainment modules is current and accurate. The contractor shall also create database applications and user interface with the FM application that allow for quick and easy retrieval of data. Contractor shall create training materials and train users on the DMLSS-FM application, and provide support to users when issues occur. Contractor shall work closely with JALFHCC staff to ensure that JALFHCC business processes and work flows are supported by the contractor during the implementation of the DMLSS-FM application. The contractor shall also provide maintenance support to the AEMS-MERS application. Period of Performance The period of performance shall be a 12-month base period, with four 12-month option periods. Your response must include the following: Provide your expertise with DMLSS, specifically the FM module/application. Provide your expertise building and developing preventative maintenance schedules and maintenance procedures within DMLSS-FM database. Provide your expertise performing, building, and developing real property installed equipment (RPIE) inventory within DMLSS-FM database. Provide your expertise with VISTA, specifically AEMS/MERS. List the contracts that you have for DMLSS both ongoing and previous contracts and the work involved in those efforts. Provide a rough order of magnitude for the requirements listed above. Responses are due to the Contract Specialist, Kristine Callaert, Kristine.Callaert@va.gov, no later than 1:00 PM EST on August 14, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/be242a2ccfaa8abffd7c1fe597b0c030)
 
Document(s)
Attachment
 
File Name: 36C10B18Q3089 36C10B18Q3089.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4530017&FileName=36C10B18Q3089-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4530017&FileName=36C10B18Q3089-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05024326-W 20180809/180807231339-be242a2ccfaa8abffd7c1fe597b0c030 (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.