Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 13, 2019 SAM #6588
SOURCES SOUGHT

70 -- In-patient provider web-based provider scheduling services

Notice Date
12/11/2019 3:23:39 PM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
258-NETWORK CONTRACT OFFICE 22G (36C258) MESA AZ 85212 USA
 
ZIP Code
85212
 
Solicitation Number
36C25820Q0051
 
Response Due
12/6/2019 8:59:59 PM
 
Archive Date
01/05/2020
 
Point of Contact
Eric CarrollEric.Carroll@va.gov
 
E-Mail Address
Eric.Carroll@va.gov
(Eric.Carroll@va.gov)
 
Awardee
null
 
Description
Page 5 of 5This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Please advise if you carry this product or a suitable or equal . Also include company socio-economic status and size. If you have any questions or concerns in reference to the Parts Listing please provide as well. EMAIL INFORMATION TO: Eric.Carroll@va.gov. It is anticipated that a Request for Quotes will be issued in December 2019. Award of a firm fixed price contract is contemplated by January 2020. This notice is published to conduct market research to determine if there is a sufficient number of certified Service-Disabled Veteran Owned Small Businesses (SDVOSB) and/or Veteran Owned Small Businesses (VOSB), capable of performing the requirements to warrant a socio-economic set-aside or full & open competition. It is strongly recommended that interested parties register in the US Department of Veterans Affairs Vet Biz database and the Small Business Administration (SBA) database. Registration may be accomplished at http://www.vip.vetbiz.gov/ and www.sba.gov/, respectively. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance (3) intentions of subcontracting program to include set-asides if any; (4) proof of registration in the VA Vet Biz or SBA websites or intention of registration prior to submission of offers to a solicitation; (5) If you are a distributor a statement from the manufacturer that your company is an authorized distributor; (6) a statement to inform the government if you are a manufacturer or distributor; (7) any information regarding FSS Schedule availability; (8) SAM Registration (9) any other pertinent company documentation. The response date to this Sources Sought notice is December 6, 2019 at 4:30 pm AZ time. This market research is for informational and planning purposes only to determine if a socio-economic set-aside, or full & open competition, or a sole-source procurement is appropriate. The Government will not pay any costs for responses submitted. Electronic submissions are acceptable via Eric.Carroll@va.gov, and are highly preferred. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. ALL FIRMS ARE INSTRUCTED NOT TO CALL THE INDIVIDUAL VA MEDICAL CENTERS REQUESTING MORE INFORMATION. This procurement is for the design and implementation of a provider scheduling web-based computer software program that is accessible from any device. Vendor shall be an authorized computer software design provider such that OEM warranty integrity and services are provided and maintained. All warranty and service associated with any software shall be in accordance with the OEM terms and conditions. Purpose:This is a non-personnel service contract to the Southern Arizona VA Health Care System (SAVAHCS) in-patient provider web-based provider scheduling services. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the contractor who, in turn, is responsible to the Government. The objective of this contract is to provide a workflow scheduling program. The levels of service are further described in Part 3, Required Services, as specific tasks of this PWS. Services include web-based scheduling services, which include instruction provisions and guidance to appropriate SAVAHCS staff, so that there is fair and equitable treatment of all inpatient providers.Background:Due to a lack of internal resources, SAVAHCS will contract out its requirement for provider scheduling services in order to serve the internal customers workflow needs. A scheduling program is necessary to ensure that there is full coverage for all hospitalists. This service allows all parties access to schedule and tracking information (for managers) from any computer that has internet access and a compatible browser. Required Services Schedule Automation program activations, 20 each.Schedule Automation program licenses, 20 each with options to add at least five (5) new licenses.Must be a solution that has a valid Authorize to Operate (ATO) designation in place with the Veteran s Administration.Must be a solution that has (at least) the designation of FedRAMP In Process Must be able to create schedules as far out in the future as desired (Monthly, Quarterly, Annually, etc.)Must be able to create, maintain and provide access to physician schedules through the use of a secure, facility-specific web site and mobile application.Must offer multiple ways of creating the schedule including the ability to have software automations create the schedule. The automations should use a rules-based engine, powered by a configurable algorithm.Must be a solution that can take into account various preferences/rules for consecutive shifts and allows for more variable numbers of consecutive, time-based shifts.Must be a solution with the ability to track clinician targets in ""real time"" as it relates to the number of shifts or hours as well as consider this information in future automated schedule builds.Must be a solution with interactive/intuitive logic to prevent scheduling gaps if algorithm is unable to reach ""100%"" during the automated build process which presents data related to conflicts and suggestions on clinician availability.Must assign a US based dedicated support resource that consults the facility at no additional cost and provide additional support services via phone or online Monday through Friday 9:00AM 6:00PM (Eastern Time Zone).Must be 100% Web-Based accessible by a web browser.Must be able to incorporate individual provider scheduling preferences.Must provide user friendly, decision support tools to aid in the efficient creation of schedules. Must support the ability for providers to submit requests for open shifts, specific roles or time off electronically. It should also enforce any limits that a facility would like to put in place.Must be able to support a multi-tier approval process.Must be able to track time worked via a mobile application and or web solution. The mobile application should also be able to geo-verify and flag exceptions to all time punches. Finally, the time tracking capabilities should enable users to identify and report on overtime.Must be able to filter schedule data in any format (by region, by site, by provider type, etc.).Must be available via native mobile applications for both the iOS and Android platforms. It should provide the ability to view schedules, filter those views and integrate with other office/personal scheduling applications such as Outlook or Gmail.Must be able to support the request process through the mobile application. It should also let providers submit shifts to a swap market for time they are looking to take off and also allow them to pick up shifts from other providers looking to change their schedule.Must have the ability to configure various levels of user permissions and associated functionality at the enterprise, departmental and user level.Must have the ability to configure various levels of user permissions and associated functionality at the enterprise, departmental and user level.Must be able to support the VA s Single Sign On Vendor.Must have the ability to connect to other systems. If the facility has Vocera, must provide a schedule integration with Vocera for Voice Group Assignment and also have an existing mobile application to mobile application integration with Vocera.Will be available via native mobile applications for both the iOS and Android platforms. It should provide the ability to view schedules, filter those views and integrate with other office/personal scheduling applications such as Outlook or Gmail.It should also let providers submit shifts to a swap market for time they are looking to take off and also allow them to pick up shifts from other providers looking to change their schedule.Have the ability to configure various levels of user permissions and associated functionality at the enterprise, departmental and user level. Must be able to support the VA s Single Sign On Vendor.Can connect to other systems. If the facility has Vocera, must provide a schedule integration with Vocera for Voice Group Assignment and also have an existing mobile application to mobile application integration with Vocera.DeliverablesThe contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools materials, supervision, other items, and non-personnel services, necessary to preform provider scheduling services service as defined in this Performance of Work Statement, except for those items specified as Government furnished property and services. The contractor shall perform to the standards of this contract. Place of Performance: Services shall be located at:Southern Arizona VA Health Care System3601 South 6th AvenueTucson, AZ 85723-0001Hours of Operation and Federal Holidays:Work shall be performed on weekdays, excluding Federal holidays, during the hospital s regular weekday working hours of 6:00 a.m. 4:30 p.m. All regular services shall be performed during normal hours unless requested or approved by the CO, COR or his/her designee. Any work performed outside of normal business working hours requires prior approval and authorization from the COR. Unscheduled maintenance hours of coverage are twenty-four (24) hours per day, seven days per week. Observed Federal Holidays are as follows:New Year s Day Labor DayMartin Luther King Day Columbus DayPresidents Day Veterans DayMemorial Day Thanksgiving DayIndependence Day Christmas DayIdentification, Parking, Smoking, and VA Regulations:The Contractor's FSEs shall always wear visible identification issued by PVAHCS Police Section while on the premises of PVAHCS. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. PVAHCS will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at PVAHCS. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. All contract personnel attending meetings, answering Government telephones and working in other situations where their contractor status is not oblivious to third parties are required to identify themselves as such to avoid creating an impression the minds of members of the public that they are Government officials, They must also insure that all documents or reports produces by contractors are suitably marked as contractor products of that contractor participation is appropriately disclosed.Period of Performance: Base Period - January 1, 2020 through December 31, 2020Option Year I - January 1, 2021 through December 31, 2021Option Year II - January 1, 2022 through December 31, 2022Performance Monitoring: The contractor shall develop and maintain effective quality control programs to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor s quality control program is the means by which he pictures himself that he works complies with the requirements of the contract. The contractor shall submit a Quality Control Plan as part of its proposal. After acceptance of the quality control plan the contactor shell receive the contracting officer s acceptance in writing of any proposed change to the QC system. Any deficiencies; coordinate availability of government furnished property and provide site entry of contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the contractor, states the reasonability s and limitation of the COR, especially regarding changes in cost or price and/or estimates in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. Removal of Equipment:The Agency s property may not be removed from the Agency prior to execution, and approval of all documents as required by Acquisition and Materiel Management Service. Hard drives and other storage media items may not leave VA property.Data Rights:The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and the property of the Government. These documents and materials my not be used for by the contractor without written permission of the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. The right does not abrogate any other Government rights.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8a86de96420d41fab535d16f1b2e3003/view)
 
Place of Performance
Address: Southern Arizona VA Healthcare System (SAVHCS);Tucson VA Medical Center;3601 South 6th Avenue;Tucson, AZ 85723
Zip Code: 85723
 
Record
SN05514619-F 20191213/191211230309 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.