MODIFICATION
D -- USCG Integrated Health Information System (IHiS) Service Desk Support - Updated IHiS Operational Support - Draft
- Notice Date
- 5/17/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001, United States
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCG23-12-I-PMG119
- Point of Contact
- Wendy M Stevenson, , Judy Suttles,
- E-Mail Address
-
wendy.stevenson@uscg.mil, judy.suttles@uscg.mil
(wendy.stevenson@uscg.mil, judy.suttles@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- IHiS Operational Support Draft PWS May 17 The U.S. Coast Guard (USCG) seeks companies to provide services and materials in support of the operational support for the USCG Integrated Health Information System (IHiS). The IHiS provides ambulatory care, urgent care, dental, physical therapy, optometry, behavioral health, occupational health, immunizations, audiology, radiology, pharmacy, laboratory and patient portal functionality. In support of the IHiS, the acquisition will provide project management, IT Services and Data Center Support (system availability, system maintenance, failover site operations, configuration management, performance monitoring, security monitoring, wireless network operations, and mobile device management), Help Desk, and IHiS Support (training, application support, and failover site implementation). Project Management is required to manage successful performance of the contract. The Project Management will maintain the IHiS Operational Support Project Plan, develop a IHiS Work Breakdown Structure, develop and maintain an Integrated IHiS Schedule, perform project management activities, and develop Weekly Status Reports and Monthly Progress Reports. IT Services and Data Center Support include system availability, system maintenance, failover site operations, configuration management, performance monitoring, security monitoring, wireless network operations, and mobile device management. These functions are required to guarantee IHiS applications and support software and hardware are up to date, that IHiS is secure and correctly functioning, and that the IHiS user requirements are met. Help Desk provides Tier 1 and Tier 2 Help Desk functions to users including staff from approximately 250 medical clinics world-wide, and their associated patients (using the patient portal). Initially the Help Desk hours of operation will be between the hours of 700 and 2200 EST, Monday through Friday but will transition to 24x7x365 operations. The Help Desk is required to support provider and patient IHiS users by answering questions, identifying and correcting IHiS problems, and resetting passwords. Additionally, calls and call resolution will be analyzed and recommendations regarding IHiS updates or enhancements (application, training, documentation, or other) will be identified. IHiS Support includes providing training classes and materials, application support, and failover site implementation. IHiS Support is required to train IHiS users, generate applications and reports required by various IHiS users, and implement failover operations at a remote data center. IHiS Operational Support requires technical staff that are citizens or legal residents of the United States and possess expertise in the following applications: • Help Desk Coordinator • EpicCare (Epic) • Beaker (Epic) • Willow (Epic) • Radiant (Epic) • Resolute (Epic) • Cadence (Epic) • HIM (Epic) • BusinessObjects (SAP) • IMPAX (Agfa HealthCare) • ImageNow (Perceptive) • XenApp (Citrix) (1 key staff) • Websphere (IBM) • Hardware Engineer • Operating System Engineer (Microsoft) • Presentation Layer Engineer • SQL Database Administrator • SQL Programmer • CISCO Engineer Attached to this Sources Sought Notice is a draft performance work statement providing additional information regarding the IHiS Operational Support requirements. Capability statements in response to this market research shall include the following information, using the following outline. 1. Company information, including company name, address, point of contact, telephone number, and web site. 2. Description of company, including corporate experience with supporting the operations of electronic health record systems. 3. Two example projects for each area where support has been recently provided (current or completed within the past 12 months) similar to those described for the IHiS Operational Support. a. IT Services and Data Center Support: For each project, identify the period of performance of the engagement, and describe the support provided that is pertinent to the need described above b. Help Desk: For each project, identify the period of performance of the engagement, the number of sites supported; number of users supported, geographic coverage, time coverage, and average number of calls c. IHiS Support: Training, Application Support, Failover Site Implementation) (for each project, identify the period of performance of the engagement, and describe the support provided that is pertinent to the need described above 4. Using Table 1, identification of the number of staff resources with expertise in key technology areas. 5. A statement of business size and classification (small business, 8(a) concern, veteran-owned small business, HUB Zone small business, small disadvantaged business, emergent business, women-owned small business or large business) with North American Industry Classification System (NAICS) Code 541513. This synopsis is for information and planning purposes only, does not constitute a solicitation, is not to be construed as a commitment by the Government, nor will the Government pay for information provided. Respondents will not be notified of the results with regard to the evaluation of the capability statements received. No solicitation exists at this time; therefore, do not request a copy of the solicitation. Capability statements shall be limited to no more than ten pages and sent directly to: judy.suttles@uscg.mil with a copy to wendy.stevenson@uscg.mil. Only electronic responses will be accepted and shall be submitted no later than May 25, 2012. Please direct any questions or responses to this synopsis via email to judy.suttles@uscg.mil. NO VERBAL QUESTIONS/REQUESTS WILL BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-12-I-PMG119/listing.html)
- Place of Performance
- Address: The primary place of performance will be at the contractor’s facility utilizing phone support. Database Administrators will be located at designated USCG sites. System updates and software change packages will be performed onsite at OSC Martinsburg., United States
- Record
- SN02751310-W 20120519/120518000756-aa4f3106f2d702a393c66908f10c2df0 (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 |