DOCUMENT
R -- ESM 12-1A-8 Test Guide Task Order 0008 against BPA VA701-BP-0014 ***Modification to VA701-12-I-0363 - Submission Time is 9AM - Attachment
- Notice Date
- 8/7/2012
- 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
- VA70112I0373
- Archive Date
- 11/5/2012
- Point of Contact
- Bernadette Bodzenta
- Small Business Set-Aside
- N/A
- Description
- VA-701-12-I-0363 SOURCES SOUGHT Veterans Health Administration (VHA) Office of Health Information TEST GUIDE 1.INTRODUCTION - This Sources Sought notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The applicable North American Industry Classification System (NAICS) code is 541611. The VA is currently conducting market research to locate qualified, experienced, and interested potential sources. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this sources sought announcement. The Veterans Health Administration (VHA) is seeking interested sources (contractors) for a near-future solicitation and procurement for the Office of Health Information (OHI). At this time, no solicitation exists. Therefore please do not request a copy of the solicitation. 2.BACKGROUND Health Systems is part of the Veterans Health Administration, Office of Health Information (VHA OHI). Health Systems functions as a matrix organization that identifies and works through cross cutting issues, and works to maximize use of resources in support of the IT systems that impact VHA. A key objective of Health Systems is to work collaboratively with other VHA Program Offices and OHI components to monitor comprehensive portfolios of Information Technology (IT) systems to ensure VHA Business Needs are addressed. This includes the oversight of the IT project lifecycle management for all VHA IT systems and portfolios. In order to provide high-quality, reliable, accessible, timely, and efficient health care that maximizes the health and functional status of enrolled Veterans. The Department of Veterans Affairs determined that a new appointment scheduling system was necessary to reduce patient wait-time and improve the timeliness and efficiency of health care for Veterans. The HealtheVet (HeV) Scheduling Application was initiated to respond to this need. The HeV Scheduling Application will address those requirements and changes necessary to transition from a provider-centric (i.e., centered on availability of physicians) scheduling system to a resource-centric (i.e., centered on relationships and availability of applicable resources: physicians, practitioners, staff, patients, equipment, rooms, etc.) scheduling system. 3.OBJECTIVES The contractor shall provide and deliver a Test Guide for the Veterans Health Administration's National Medical Scheduling business needs and reports. Utilizing previously developed documents such as the Business Blue Print Document; End to End Model; and Activity Description Tables; the contractor shall facilitate stakeholder discussions to develop the test guide. The Business Blueprint Design is a document (attached) that addresses how VHA intends to operate Information Technology (IT) scheduling capability in a To-be environment from an end-to-end process centric perspective. The information is from the businesses' view point and includes the details of the business requirements ('what' and 'why'), organizational units and roles, workflow, processes, sub-processes and capabilities, with traceability back to stated strategic objectives and critical success factors. The test guide will include the following: 1.Test Scenarios and Cases 2.Test Procedures/Steps 3.Test Data Set Descriptions Test Traceability to business needs The contractor shall provide professional business support services in the following Information Management and Information Technology (IM/IT) service areas: Implementation Models: This service area encompasses the development of implementation models for VHA health care facilities to transition from a provider-centric scheduling system to a resource-centric scheduling system; Solution Development and Testing Activities: This service area encompasses managing approved requirements across the HeV Scheduling Application product life cycle in order to ensure that end users and test teams understand all approved requirements; 1.Addressing requirements status and traceability during phase reviews to ensure requirements are properly sequenced and that the requested functionality is delivered. 2.Performing activities to ensure that end users and test teams understand all approved requirements. 4.SUBMITTAL INFORMATION Contractors having the skills and capabilities to perform the stated requirements should submit a response of no more than 10 pages in length, single spaced, 12 point font. The Government will not review any other data or attachments that are in excess of the 10 pages. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. The following Information is requested in response to this RFI: Please include: Company Name, Company Address, Point of Contact, Telephone Number, e-mail Address. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. A.Experience 1.Please provide no more than five (5) contracts that your company has performed within the last three (3) years that are of comparable complexity and scope for each domain requirement for which your company is responding: a.Describe your Self-Performed* effort (as either a Prime or Sub-Contractor). b.Please be specific and provide a complete reference to include at a minimum the project name (and the government contract number, if applicable), contract award amount, start and completion dates, and the project owners' contact information. c.Additionally, please provide the Contract Type: Firm Fixed-Price, Time and Material, etc. *Self-Performed means work performed by your company. 2.A narrative case study that describes the details of each project and why it is relevant to this requirement, including difficulties and successes. 3.A table listing all companies involved in the relevant project(s), including the technical expertise and percentage of work that each company provided. B. Capabilities / Qualifications 1.A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. 2.Company business size and socioeconomic status (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Women-Owned Small Business,) the number of years in business, affiliate information: parent company, joint venture partners, potential teaming partners. a.Specify any teaming arrangements and how those arrangements will impact the structure of services their company can provide including technical expertise provided by each company. Please specify the percentage of work the each company will perform. 3.If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant Special Item Numbers (SINS) applicable to this requirement. This notice does not restrict the Government to an ultimate acquisition approach. All firms responding to this sources sought notice are advised that their response is not a request that will be considered for contract award. All interested parties will be required to respond to the resultant solicitation separately from their response to this sources sought notice. The Point of Contact (POC) for this RFI is: Bernadette Bodzenta Contract Specialist VHA Program Contract Activity Central 6150 Oak Tree Boulevard Suite 300 Independence, OH 44131 Please submit electronic responses (via email ONLY) to the POC - Bernadette.Bodzenta@va.gov - no later than Friday August 10, 2012, 9:00 a.m. EDT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70112I0373/listing.html)
- Document(s)
- Attachment
- File Name: VA701-12-I-0373 VA701-12-I-0373.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=429242&FileName=VA701-12-I-0373-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=429242&FileName=VA701-12-I-0373-000.docx
- File Name: VA701-12-I-0373 SS ATTACHMENT - BUSINESS BLUEPRINT DESIGN DOCUMENT VA701-12-I-0373.PDF (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=429243&FileName=VA701-12-I-0373-001.PDF)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=429243&FileName=VA701-12-I-0373-001.PDF
- 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-0373 VA701-12-I-0373.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=429242&FileName=VA701-12-I-0373-000.docx)
- Record
- SN02830487-W 20120809/120808001425-7f3f7e990a2932e506a1966373527ff5 (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 |