Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2015 FBO #4927
DOCUMENT

R -- CSM- Workflow Management Services (BizFlow Modifications) - Attachment

Notice Date
5/20/2015
 
Notice Type
Attachment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Veterans Affairs;Health Administration Center;3773 Cherry Creek Drive North, Suite 450;Denver CO 80209
 
ZIP Code
80209
 
Solicitation Number
VA74115N0147
 
Response Due
5/27/2015
 
Archive Date
6/26/2015
 
Point of Contact
Richard M Stockton
 
E-Mail Address
0-1647<br
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (CBO) CSM WORKFLOW MANAGEMENT SYSTEM The purpose of this Request for Information (RFI)/Sources Sought is to identify qualified small business contractors who are able to meet Veterans Health Administration (VHA) requirements and gather other readily available market information. This RFI is for information and planning purposes only. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs (VA) to form a binding contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this RFI. Further, the Department of Veterans Affairs is not seeking proposals and will not accept unsolicited proposals or any cost or pricing data. Personal Services contractors are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be the sole responsibility of the contractor. All submissions will be treated as business confidential materials, become Government property, and will not be returned. 1.BACKGROUND The Chief Business Office (CBO) is responsible for a broad range of business activities associated with health care benefit delivery. These activities occur both at the national and local medical facility level and are governed by statute and policy. The CBO is responsible for developing the business processes supporting the statute and policy governing VHA business programs. In addition, CBO is responsible for the timely and appropriate resolution of veteran inquiries and cases. The Contractor shall provide services to modify BizFlow (http://www.handysoft.com/) to manage tasks within the Health Eligibility Center (HEC) Income Verification Division (IVD), Eligibility and Enrollment Division (EED), Business Services Division (BSD) and Chief Business Office Systems Management (CSM). The Contractor shall also provide training and User Acceptance Testing services to provide an objective and independent assessment of software product implementations and related processes throughout the project lifecycle. 2.SCOPE OF WORK The scope of this work is to provide modifications to BizFlow, Pitney Bowes and OPEX to streamline Enrollment Division, Income Verification Division, Business Service Division, CBO Systems Management and HEC Management processes. The BizFlow modifications shall consist of changes to support VA policies and regulations, software upgrades, hardware installation upgrades, testing of the software to ensure performance meets the requirements of the changed processes and that processes that were not changed still function as before, and documentation is created and updated in accordance with VA standards. All software and documentation produced under this project and/or software and documentation modified as a result of this project, is required to be Section 508 compliant. The Contractor shall provide both functional and as-required technical support services in the areas of project management, security, systems architecture, process improvement, software development, and quality assurance activities. There are four components to these services: "Major and minor enhancements "Defect management and resolution "Production maintenance and troubleshooting "Strategic planning and process improvement The Contractor shall provide services on the following areas: oTask Order Management and Administration oIncome Verification Division (IVD) Workflow Analysis and Implementation oEnrollment and Eligibility Division (EED) Workflow Analysis and Implementation oBusiness Services Division (BSD) Workflow Analysis and Implementation oChief Business Office Systems Management (CSM) Workflow Analysis and Implementation oWorkflow Engine Administration, Super User, and Business/End User Training oScanning and Imaging oPitney Bowes barcode printing oOPEX scanning Performance Type of Order: Firm Fixed Price (FFP). Place of Performance: The Contractor shall provide all facilities required to support staff assigned to this task order including network connectivity, office space, furniture, and personnel support. 1.1.Minimum Contractor Software/Tools/Methodology Expertise The contractor shall have practical experience with BizFlow, Oracle Databases, Access Databases, OPEX scanners, Pitney Bowes Printer, document imaging, Agile project management, and systems integration. This experience must be described in the future proposal. 3.SPECIFIC TASKS AND DELIVERABLES The Contractor shall perform the tasks and associated deliverables described in the performance work statement (PWS). The Contractor shall provide resources that have proven experience in Workflow Management Processes, Tools, and Applications. All written deliverables shall be phrased in layperson language. Statistical and other technical terminology and conclusions shall not be used without providing a glossary of terms, any applicable models, and a description of the methodology and underlying approach used. Submittal Information Please responded to this RFI/Sources Sought if your company can perform this requirement in accordance with FAR Part 52.219-14 Limitations on Subcontracting (Nov 2011) Limitations on Subcontracting (Nov 2011) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Applicability. This clause applies only to- (1) Contracts that have been set aside or reserved for small business concerns or 8(a) concerns; (2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) concerns; and (3) Orders set aside for small business or 8(a) concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. (End of clause) It is requested that interested contractors submit a response (electronic submission) of no more than 5 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 of the 5 pages. In response to the RFI/Sources Sought, interested contractors shall submit the following information no later than 05/27/2015 to richard.stockton2@va.gov. Mark your response as "Proprietary Information" if the information is considered business sensitive. NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI. The government will not review any other information or attachments included, that are in excess of the 5 page limit. 1.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. a.The name, address, and value of each project b.The Prime Contract Type, Firm Fixed-Price, Cost Reimbursement or Time and Material c.The name, telephone and address of the owner of each project d.A description of each project, including difficulties and successes e.Your company's role and services provided for each project. 2.Capabilities/Qualifications - Description of the capabilities/qualifications/skills your company possesses to perform the work as well as your company's ability to comply with section 508, and VA security requirements. 3.In-house capability - Data used for this project is highly sensitive and contains individual records. Therefore, it is highly desirable that the work performed on this project is not performed through a sub-contractor. 4.Company Information /Socio-Economic Status - Provide your company size and Socio-Economic status. Provide your current Contract number under the Classification Code. 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? 5.Price information - Provide your commercial price history and rough order of magnitude for the same or similar products/solutions. 6.Other Market Information - Provide any other relative information, however this information must be included within the 5 page limitation. 7.Provide your response to FAR Part 52.219-14 Limitations on Subcontracting (C) (1) as called out under Submittal Information. Contractor will submit a response to each of the above seven (7) items. If non-applicable to your company's submittal, so state in your response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAHAC741/VAHAC741/VA74115N0147/listing.html)
 
Document(s)
Attachment
 
File Name: VA741-15-N-0147 VA741-15-N-0147.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2058951&FileName=VA741-15-N-0147-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2058951&FileName=VA741-15-N-0147-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03737593-W 20150522/150520235002-3870e431ca0ff26b7b216acd3222c884 (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 |
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.