SOURCES SOUGHT
D -- Enterprise Audiology Solution
- Notice Date
- 5/20/2019
- Notice Type
- Synopsis
- 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
- 36C10B19Q0423
- Response Due
- 6/3/2019
- Archive Date
- 8/2/2019
- Point of Contact
- Michael.Levchenko@va.gov
- Small Business Set-Aside
- N/A
- Description
- Page 2 of 2 Page 1 of 4 REQUEST FOR INFORMATION (RFI) ENTERPRISE AUDIOLOGY SOLUTION This is a request for information (RFI) only. Do not submit a proposal. It is requested that all companies interested in participating in this effort please note their interest and provide indication of their respective capabilities to perform the effort described herein. 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. Generic capability statement will not be considered responsive. BACKGROUND The Department of Veterans Affairs (VA) is seeking sources for a Commercial-Off-The-Shelf (COTS) Enterprise Audiology Solution to support the VA s mission of providing healthcare for Veterans. In addition to the COTS solution, VA requires provision of implementation in the VA Enterprise Cloud (VAEC) with supporting security, integration, sustainment and operations services. In Fiscal Year 2018, the VA provided audiology services in more than 2.2 million encounters with more than 1 million unique veterans. As part of the services the VA ordered more than 750,000 hearing aids. Currently the VA uses the QUASAR (Quality: Audiology and Speech Analysis and Reporting) Audiometric Module which is part of the Veterans Integrated System and Technology Architecture (VistA) Electronic Health Record (EHR). QUASAR is not compatible with the VA s new medical record system which is based on Cerner Millennium and currently being jointly implemented with the Department of Defense. Thus, a new solution is required. The VA is following a 10-year phased deployment of the new medical record system though the VA s authorized end-users within the Enterprise which consists of the 171 VA hospitals, 939 clinics (including 179 outpatient clinics and 760 community-based outpatient clinics), 381 Vet Centers, and other facilities and Veterans Clinics. Additional VA facilities may be added to, or subtracted from time to time, within the sole discretion of the VA. Deployments are grouped regionally by Veteran Integrated Service Networks (VISNs). The first three VAMCs in VISN 20, representing the Initial Operating Capability (IOC) deployment, are planned to go live beginning in March 2020. The VA intends to deploy the new audiology management system in parallel with the deployment of the new medical record system. The VA does not currently plan to integrate the enterprise audiology solution with the legacy VistA health record. When completely deployed the EAS will support approximately 1,800 users (425 audiologists, 1,375 heath technicians). REQUIREMENTS The audiology COTS solution requirements are described in the accompanying documents VA Enterprise Audiology Solution Requirements and Vendor Response, and the Enterprise Audiology Solution Performance Work Statement (PWS). QUESTIONS AND CRITICAL CONSIDERATIONS FOR INTERESTED CONTRACTORS Please respond to the following: Company Details (2-page maximum) Provide the following company and point(s) of contact information: a) Name of Company b) DUNS Number c) Cage Code d) Address e) Point of Contact f) Phone Number g) Fax Number h) Email Address Identify if your company is any of the following business concern statuses (include all that apply): Small Business (SB); Certified Small Business Administration (SBA) 8(a) firm; Small Disadvantaged Business (SDB); Service-Disabled, Veteran-Owned Small Business (SDVOSB); Veteran-Owned Small Business (VOSB); Economically Disadvantage Women-Owned Small Business (EDWOSB); Woman-Owned Small Business (WOSB); Historically Underutilized Business Zone (HubZone) Small Business; Large Business Small businesses should also include information as to: The intent and ability to meet set-aside requirements for performance of this effort, if applicable Information as to available personnel and financial resources Information as to proposed team members, the percentage of work each is to perform and which PWS requirements are planned to be subcontracted SDVOSBs must indicate whether at least 50% of the cost of the effort is planned to be expended for prime employees or employees of other eligible SDVOSB firms. This should also include the prime planned percentage and if under 50%, the names of the potential team members that may be used to fulfill the 50% SDVOSB requirement. Note: responses will only be accepted from US owned or US majority-controlled firms, organizations, or US citizens. Provide any information regarding General Services Administration (GSA) contracts; other Government-Wide Acquisition Contract (GWAC) vehicle(s) and/or VA contract vehicles on which your company is a contract/schedule holder. Are you currently providing an audiology solution with similar services to another government agency or other non-government customers? If so, please identify the agency or non-government customer if government, please also include contract number(s). Capabilities Statement (10 page maximum, excludes excel document) Complete the response page in the accompanying VA Enterprise Audiology Solution Requirements and Vendor Response.xlsx document. For each requirement, indicate if your solution currently meets the requirement, partially meets the requirement or does not meet the requirement. Please use the vendor comments column to highlight information relevant to how your solution addresses the requirement, can be modified to meet the requirement, development required to meet the requirement, or unable to meet requirement. (no page count excel document) Please describe your solution architecture addressing the following issues: How the solution integrates VA systems identified above. How the solution deployment can be scaled over time. System architecture components including user interface, database and other components The ability of the solution to be deployed as Software as a Service, in the VA Enterprise Cloud or other virtualized infrastructure. Audiologists ability to access historical patient data to the audiologist at the time of a patient encounter. How is this achieved? Are there any actions by the audiologist required? Please describe system and platform requirements (RAM, Disk, Processor) relative to the number of users and transactions supported. Please describe how your solution addresses data privacy and security including protecting information in transit and at rest. Please describe available reporting functionality including built-in reports, ad-hoc reporting or available interfaces to support external reporting. Describe the domains available such as patient demographics, audiology data, system performance data. Please provide a nominal schedule to implement, test, train and go live with the Enterprise Audiology Solution for a wave deployment including the three EHRM IOC VAMCs. Provide software licensing methodology (e.g., user, concurrent user, instance) and describe what is included in the cost of the license. Please provide a ROM by fiscal year for software licensing and maintenance; and services as described in the PWS. General Questions (3-page maximum) Provide any relevant feedback on the requirements document to improve the acquired solution. Provide any relevant feedback on the PWS and recommend any changes to better support the project objective. Potential Organizational Conflict of Interest (OCI): Be advised that any contractors supporting g Electronic Health Record Modernization (EHRM) may have an actual or potential OCI with this effort. An Offeror, or any of its proposed teammates, that is performing on any EHRM effort is cautioned to notify the Contracting Officer and request a formal OCI determination. RESPONSE INSTRUCTIONS In your response, please provide the following: A response to each question identified in Sections Titled, A. Company Details, B. Capabilities Statement, and C. General Questions Completion of the VA Enterprise Audiology Solution Requirements and Vendor Response.xlsx matrix using the provided key for responses. For any non-functional requirements in which there is a dependency upon VA for the Offeror to meet the stated requirement, please identify those dependencies in the comment s column. All files will be submitted as either a Microsoft Word 2010 (.doc) [if allowing Word documents] Microsoft Excel (.XLS) file or an Acrobat (PDF) file or compatible as indicated in the table. Page size shall be no greater than 8 1/2" x 11" with printing on one side, only. The top, bottom, left and right margins shall be a minimum of one inch (1 ) 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. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY and are not bound by the 12-point font requirement. Footnotes to text shall not be used. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. Pages in violation of these instructions, either by exceeding the margin, font, printing, or spacing restrictions or by exceeding the total page limit for a particular volume, will not be evaluated. Pages not evaluated due to violation of the margin, font or spacing restrictions will not count against the page limitations. The page count will be determined by counting the pages in the order they come up in the print layout view. Please submit questions via email to Michael.Levchenko@va.gov by May 28th, 2019 2:00pm EST and final responses by June 3rd, 2019 2:00pm EST. No questions or responses shall be directed to the customer. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-MAY-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/ae498ab88a954ddbd0e589bb2aed091a)
- Record
- SN05316868-F 20190522/190520230014 (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 |