DOCUMENT
R -- OHI 13-1-HS-27 - Attachment
- Notice Date
- 8/13/2012
- 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
- VA70112I0387
- Response Due
- 8/20/2012
- Archive Date
- 10/19/2012
- Point of Contact
- Andrea Fink
- E-Mail Address
-
7.8300
- Small Business Set-Aside
- N/A
- Description
- VHA Office of Health Information (OHI) REQUEST FOR INFORMATION OHI12-1-JIV-27 Release Management 1.Project Title: Release Management 2. Background: Health Systems is a program directorate of VHA's Office of Health Information that is responsible for the execution of VHA's Release Management Process. This process was implemented in early 2009 in order to ensure that approvals for software releases that are to be installed in VA medical facilities are obtained from VHA Senior Management. This helps to ensure that patient safety and other patient risks are identified and addressed prior to software releases for either Initial Operating Capability (IOC) or National Deployment (ND). Office of Information Technology (OIT) Product Development is required to submit a request for IOC or ND for any software product to be released to VA Medical facilities. The VHA Release Management team receives the requests and coordinates with various VHA stakeholders to obtain the final phase of the process and approved by the VHA Chief Officer. OIT Product Development is then notified once the approvals have been obtained which is their "official" notification to proceed with their software release process. Health Systems has four major portfolios that work with other VA and VHA offices to support the planning, development, implementation and monitoring of VHA's IT systems: "Health Provider Systems (HPS) supports information systems that help healthcare providers care for Veterans by supplying information to main VA systems, such as VistA. In addition, HPS supports the exchange of health information with organizations outside of VHA. "Health Data Systems (HDS) supports the development, implementation, and monitoring of VHA's health data systems that support patient care, business processes and aid analytical functions and the exchange of health information with organizations outside of VHA; "Management and Financial Systems (MFS) support enterprise-wide management and financial programs for core legacy systems; aids in the planning, development and implementation of enterprise-wide projects; and provides billing and patient records management solutions to internal customers and end users. "Registration, Enrollment and Eligibility (REE) provides support for the health benefits application process, health benefits administration, health eligibility and enrollment verification and scheduling projects. In addition two organizational units directly support the Office of Director Health Systems: "Deputy Director, Operations. The Deputy Director for Operations encompasses the oversight of day-to-day operations of the HS Office. This office is also charged with increasing the effectiveness of partnerships between representatives of HS and OHI with business owners and stakeholders. The HS Managers and team supported by this task order report directly to this official as well as the Portfolio Support Director and staff aligned to portfolio support and the Program Operations Service. "The Deputy Director, Strategic Initiatives (SI) and the SI unit in the Office of the Director encompass the oversight of strategy and planning, governance, common services, dependency management and planning for future information systems. Common Services (CS) is a horizontal portfolio that provides support for core backend systems interoperability, and addresses audit services, archive services, and access control that reports to the SI Deputy Director. The contractor should obtain a working knowledge of the four major Health Systems portfolios as well as the two organizations in support the major activities that support this Release Management Task Order. (See attachment for more information). 3. Scope of Work: The contractor shall identify and address program inefficiencies, as well as provide tracking, monitoring, and reporting of Health Systems portfolio activities to strengthen and improve the advancement and deployment of VHA related IT Software. The contractor shall provide support to the release management process by coordinating Health Systems meetings, the coordination of product release approvals and communication of status, and storage of release documents. The selected contractor shall support the continued improvement of the release process by ensuring that all changes in OIT's release process are addressed within VHA's existing release process in conjunction with changes by OIT. 1.SUBMITTAL INFORMATION 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 the company themselves, NOT work performed by another company for them for any of the project examples provided. 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: Andrea Fink Contract Specialist VHA Program Contract Activity Central 6150 Oak Tree Boulevard Suite 300 Independence, OH 44131 Please submit electronic responses (via email) to the POC - Andrea.Fink@va.gov - no later than 1300 EST on 20AUG2012 with project title in subject line. DISCLAIMER This 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70112I0387/listing.html)
- Document(s)
- Attachment
- File Name: VA701-12-I-0387 VA701-12-I-0387_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=437598&FileName=VA701-12-I-0387-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=437598&FileName=VA701-12-I-0387-000.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-0387 VA701-12-I-0387_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=437598&FileName=VA701-12-I-0387-000.docx)
- Record
- SN02837630-W 20120815/120814000925-ab54bb6bc95a36ac51adb0c83b38a937 (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 |