DOCUMENT
R -- HII 12-10 -WORKSTREAM B Instructional Design- RAYNACK/CADENA - Attachment
- Notice Date
- 5/31/2012
- Notice Type
- Attachment
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- VA70112I0245
- Response Due
- 6/11/2012
- Archive Date
- 8/10/2012
- Point of Contact
- Michael S. Raynack
- Small Business Set-Aside
- N/A
- Description
- Request for Information HII 12-10 Workstream B Instructional Design 1. Background: VHA Transformational Initiative #16, Transforming Health Care Delivery through Health Informatics Initiative (hi2) will shape the future of VHA clinical information systems through deliberate application of health information technology (IT) and informatics to deliver solutions that transform health delivery to Veterans directly improving quality and accessibility while optimizing value and ensuring VA regains and continues industry leadership in the use of health informatics and health information technology. The Health Informatics Initiative is comprised of four sub-initiatives (workstreams). The effort described herein will support the efforts of Workstream B, which is tasked, amongst other things, with building and facilitating the development, testing, and implementation of the health information technology (HIT) effort known as the Health Management Platform (HMP). The HII HMP uses agile development methodologies to build a layered, extensible software platform that leverages browser interfaces, web technologies and Systems Oriented Architectures (SOA) for workflow-driven, role-based activity systems. The HMP supports team based, and multi-patient care environments across three interoperable components: Team-Facing, Patient-Facing and System/Population-Facing. One aspect of the Health Management Platform, most specifically related to the Team-facing component, is an Electronic Health Record (EHR.) As software modules are developed, tested and released to the field, training in the use of the software will be required. 2. Applicable Documents: Documents referenced or germane to this Performance Work Statement (PWS) are listed below. In the performance of the tasks associated with this Performance Work Statement, the Contractor shall comply with the following: 1.44 U.S.C. § 3541, "Federal Information Security Management Act (FISMA) of 2002" 2.Federal Information Processing Standards (FIPS) Publication 140-2, "Security Requirements For Cryptographic Modules" 3.FIPS Pub 201, "Personal Identity Verification of Federal Employees and Contractors," March 2006 4.10 U.S.C. § 2224, "Defense Information Assurance Program" 5.Software Engineering Institute, Software Acquisition Capability Maturity Modeling (SA CMM) Level 2 procedures and processes 6.5 U.S.C. § 552a, as amended, "The Privacy Act of 1974" 7.42 U.S.C. § 2000d "Title VI of the Civil Rights Act of 1964" 8.Department of Veterans Affairs (VA) Directive 0710, "Personnel Suitability and Security Program," September 10, 2004 9.VA Directive 6102, "Internet/Intranet Services," July 15, 2008 10.36 C.F.R. Part 1194 "Electronic and Information Technology Accessibility Standards," July 1, 2003 11.OMB Circular A-130, "Management of Federal Information Resources," November 28, 2000 12.32 C.F.R. Part 199, "Civilian Health and Medical Program of the Uniformed Services (CHAMPUS)" 13.An Introductory Resource Guide for Implementing the Health Insurance Portability and Accountability Act (HIPAA) Security Rule, March 2005 14.Sections 504 and 508 of the Rehabilitation Act (29 U.S.C. § 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998 15.Homeland Security Presidential Directive (12) (HSPD-12) 16.VA Directive 6500, "Information Security Program," August 4, 2006 17.VA Handbook 6500, "Information Security Program," September 18, 2007 18.VA Handbook, 6500.5, Incorporating Security and Privacy in System Development Lifecycle. 19.VA Handbook 6500.6, "Contract Security," March 12, 2010 20.Program Management Accountability System (PMAS) portal (reference PWS References -Technical Library at https://www.voa.va.gov/) 21.OED ProPath Process Methodology (reference PWS References -Technical Library and Propath Library links at https://www.voa.va.gov/) NOTE: In the event of a conflict, OED ProPath takes precedence over other processes or methodologies. 22.Technical Reference Model (TRM) (reference at http://www.ea.oit.va.gov/Technology.asp) 23.National Institute Standards and Technology (NIST) Special Publications 3. Statement of Work: The contractor shall provide instructional design services in support of an information technology (IT) application training program related to electronic health record functionality. The duties shall include appropriate selection of learning modality based on target audience, content and program constraints such as budget and scheduleThe contractor shall lead efforts on the project team in formulation and reaching consensus on instructional goals and terminal objectives for a given program/project. It is anticipated that needs assessment will be minimal: the contractor will be able to utilize the knowledge base of the project team (over 15 years of experience with training EHR users) and may draw on information developed in an informal 2011 needs assessment regarding additional training needs on VA's existing electronic health record. The contractor shall also recommend evaluation strategies appropriate for given program/project based on target audience, content and modality. The contractor shall review current training plan and suggest modifications to existing training methods and evaluations. 4. Period of Performance: Four (4) months from the day of award. 5. Type of Order: Firm Fixed Price 6. Place of Performance: Contractor's site. 7. Travel and Per Diem: The Government anticipates the following travel for this requirement: LocationsNumber of Trips Per Contract YearNumber of Contractor Personnel Required Per TripNumber of Days Per Trip Salt Lake City UT125 Invoicing of travel expenses is allowable only to the extent authorized. Additionally, the VA PM (Program Manager) and COTR must approve all travel requirements/requests before travel begins. Invoices for travel that has occurred without pre-approval by the COR will not be approved and paid. The Contractor shall submit a Travel Request Form no later than ten (10) days prior to the commencement of travel. Travel and per diem expenses will be reimbursed on an actual expenditures basis in accordance with the Federal Travel Regulations. Profit and overhead will not be added to travel expenses. Local travel within a 50-mile radius from the Contractor's facility is considered the cost of doing business and will not be reimbursed. This includes travel, subsistence, and associated labor charges for travel time. Travel performed for personal convenience and daily travel to and from work at the Contractor's facility will not be reimbursed. Travel, subsistence, and associated labor charges for travel time for travel beyond a 50-mile radius of the Contractor's facility are not authorized for reimbursement on this contract 8. Specific Mandatory Tasks and Associated Deliverables: The contractor shall perform the tasks and complete the associated deliverables as follows by the scheduled dates within the overall period of performance. Specific deliverables and tasks within each workstream will directly impact the delivery of health care by revisions to the current architecture and business model of health software development, lead to development of specific software products that will revise the concept and delivery of health record information, and increase the knowledge base and participation by clinicians regarding health informatics and the development of health information technologies. This contract is intended to support the Initiative by providing services relevant to those efforts. Task 1 - Instructional Design Analysis and Services The contractor shall provide instructional design services in support of an information technology application training program. The duties shall include appropriate selection of learning modality, instructional goals, terminal objectives and potential evaluation strategies based on target audience, content and program constraints such as budget, schedule and technology. Deliverables: 1.1: Develop comprehensive report to act as a template for the development of educational programs/products that includes target audience, learning modality, purpose, purpose statement, learning objectives and evaluation strategy. Activities leading to the report will include: "Attend and facilitate one face to face project team meeting (2-3 days in length) in Salt Lake City, UT to collaborate on project deliverables with project team and subject matter experts. Participate in bi-weekly (every other week) telephone meetings with project manager. "Contractor will lead efforts to formulate and reach consensus on instructional goals and terminal objectives for a given program/project in conjunction with project team and VHA subject matter experts. "Provide suggested learning modality for measurable performance-based educational programs/products using appropriate adult learning strategies. "Proposal of evaluation strategies appropriate for given program/project based on target audience, content and modality. 1.2: Review and modify the existing Workstream B (WSB) Training Plan to suggest improvements and/or modifications of existing training methods and evaluation strategies. Schedule of Deliverables: DeliverableDeliverable DescriptionDue Date Task 1 Instructional Design Analysis and Services 1.1Develop comprehensive report to act as a template for the development of educational programs/products that includes target audience, learning modality, purpose, purpose statement, learning objectives and evaluation strategy.Draft due within 90 days. Final due 120 days after award 1.2Review and modify WSB Training Plan to suggest improvements and/or modifications of existing training methods and evaluation strategies.Draft due within 90 days. Final Due 120 days after award 9. Formal Acceptance or Rejects of Deliverables: The COR will have ten (10) workdays to review draft deliverables and make comments. The Contractor shall have five (5) workdays to make corrections. Upon receipt of the final deliverables, the COR will have two (2) workdays for final review prior to acceptance or providing documented reasons for non-acceptance. Should the Government fail to complete the review within the review period the deliverable will become acceptable by default, unless prior to the expiration of the ten (10) work days the Government notifies the Contractor in writing to the contrary. The final submission should be deemed approved if the Government has not rejected it in 30 days. The CO will have the right to reject or require correction of any deficiencies found in the deliverables that are contrary to the information contained in the award. In the event of a rejected deliverable, the Contractor will be notified in writing by the COR of the specific reasons for rejection. The Contractor shall have five (5) workdays to correct the rejected deliverable and return it per delivery instructions. 10. Reporting Requirements: a. The contractor shall submit a monthly progress report (see Attachment A) via electronic mail. Monthly reports should address project status, and not disclose security issues unless transmitted in a secure manner. The individual program managers retain the right to change reporting period on a case-by-case basis for purposes of managing the work. The official reporting for order compliance shall be the monthly report due on the 5th business day of each month. The report will cover progress made for the prior month. b. The monthly report shall also identify any problems that arose and a statement explaining how the problem was resolved. This report shall also identify any problems that have arisen but have not been completely resolved with an explanation. c. The contractor shall take minutes of all conference calls and/or meetings held with the PM. The PM will review the minutes and once approved, copies of the minutes shall be provided to the PM, COTR and the CO as an attachment to the next scheduled Progress Report. Additional time may be needed under certain circumstances to complete minutes. Time extensions of this nature shall be permitted by prior arrangement between the contractor and the PM. d. Reports shall contain, and are not limited to, the following: "Project status summary "Change Request status (new, open, closed since last report) "Issue status (new, open, closed since last report) "Schedule status "Minutes of Status Meetings "Contractor Staff Roster (providing updates as they occur, including personnel and security requirements - see Attachment B). e. The contractor shall notify the PM, COR and Contracting Officer, in writing, if problems arise adversely impacting the performance of the order. The CO serves as the primary point of contact for the contractor. 10. Government and Contractor Responsibilities: The contractor shall provide all desktop hardware & software and operating supplies for their personnel that are requested / required to perform the work on Government sites as well as contractor sites. Hardware and software must be compatible with Veterans Health Information Systems and Technology Architecture (VistA) systems; the COTR will resolve any questions. Hardware shall include interface devices required to interact with Government systems/networks. Software applications shall include standard applications as used by the Government to provide for interaction between the Government and the contractor personnel and systems. 11. Contractor Administrative Requirements: Project Kick-Off Meeting: The contractor shall hold a Project Kick-Off Meeting with a project advisory group comprised of key stakeholders and subject matter experts (SMEs) to be identified by VA PM. The kickoff meeting is not a deliverable and is not to be included in offeror's price. The contractor shall schedule the Kick-Off Meeting to be held within ten (10) business days after contract OR as agreed upon between VA PM and contractor, but no later than thirty (30) days after award. At the Kick-Off Meeting, the contractor shall present the details of their intended approach, work plan and project schedule including deliverable dates for review and approval by the advisory group. The contractor shall not commence work until VA PM approves the approach/methodology, work plan and schedule on behalf of the project advisory group. a.Contractor Staff Roster: The contractor shall submit a Staff Roster to the COR and Contracting Officer within five (5) business days from date of award - reference Attachment B. b.Talent Management System User Request: The contractor shall complete and submit a Talent Management System (TMS) User Request form for each employee (embedded below). Submission instructions are included on the form. The TMS User Request form must be submitted within three (3) business days from date award (See Attachment C). Contractor personnel shall complete mandatory training (see section D below) using TMS. The contractor shall provide the contracting officer a copy of the training certificates for each applicable employee within 1 week of the initiation of the contract and annually thereafter as required. Failure to complete this mandatory training within the timeframe required will be grounds for suspension or termination of all physical and/or electronic access privileges and removal from work on the contract until such time as the training is completed. IV. Submittal Information: Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 15 pages in length, single spaced, 12 point font minimum that addresses the above information. The Government will not review any other data, attachments that are in excess to the 15 pages. In response to this Sources Sought, interested contractors shall submit the following information no later than Monday June 11, 2012 by 5:00 PM EST to Michael S. Raynack via email at Michael.Raynack@va.gov. Provide the following information: A.Company Name and Address B.Company point of contact, telephone, and email address. C.Socio-Economic Status - Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, Woman-Owned Small Business, Disadvantaged Small Business, and Hub Zone. If Service-Disabled or Veteran Owned Small Business, is your company and or partners registered in VA's VetBiz repository? D.If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant SINS. E.Capabilities / Qualifications: Provide a written description of the capabilities/qualifications/skills your company possesses to perform services described in this Sources Sought. F.Past Experience - Provide the following information on a maximum of three similar projects completed within the last three years for which the responder was a prime or subcontractor. 1.The name, address, and value of each project 2.The Prime Contract Type, Firm Fixed-Price, or Time and Material 3.The name, telephone and address of the owner of each project 4.A description of each project, including difficulties and successes 5.Your company's role and services provided for each project. DISCLAIMER This notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice 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 firm a binding contract. Responders are solely responsible for all expensed associated with responding to this Sources Sought.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70112I0245/listing.html)
- Document(s)
- Attachment
- File Name: VA701-12-I-0245 VA701-12-I-0245.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=352583&FileName=VA701-12-I-0245-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=352583&FileName=VA701-12-I-0245-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA701-12-I-0245 VA701-12-I-0245.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=352583&FileName=VA701-12-I-0245-000.docx)
- Record
- SN02762434-W 20120602/120531235606-3a1988e656703c6a661120bdef132eef (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 |