Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2016 FBO #5206
SOURCES SOUGHT

R -- SEMOSS Enterprise-wide Architecture/ Legacy Portfolio Management Tool - Attachment 02 Web Pages - Attachment 07 Algorithms - Attachment 01 Presentation - Attachment 04 Zero based - Attachment 08 Build-Change - Attachment 05 APIs - Attachment 09 User - Attachment 06 Frameworks - Attachment 03 Porfolio

Notice Date
2/22/2016
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Other Defense Agencies, Defense Health Agency, Contract Operations Division - Falls Church, 7700 Arlington Blvd., Suite 1M401, Falls Church, Virginia, 22042, United States
 
ZIP Code
22042
 
Solicitation Number
RFI-16-0018
 
Archive Date
3/22/2016
 
Point of Contact
Gina M. Walker, Phone: (703) 681-6571, Vonetta R. Davis, Phone: (703) 681-5377
 
E-Mail Address
gina.m.walker2.civ@mail.mil, vonetta.r.davis.ctr@mail.mil
(gina.m.walker2.civ@mail.mil, vonetta.r.davis.ctr@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
ATTACHMENT 03 PORTFOLIO RATIONALIZATION (7 pages) ATTACHMENT 06 SEMOSS FRAMEWORKS, Version 1.0, January 2016 (6 pages) ATTACHMENT 09 SEMOSS WEB USER DOCUMENTATION, Version 2.1, September 18, 2015 (17 pages) SEMOSS INTERNAL APIs, Version 1.0, January 2016 (14 pages) ATTACHMENT 08 SEMOSS BUILD AND CHANGE MANAGEMENT, Version 1.0, January 2016 (5 pages) ATTACHMENT 04 ZERO BASED REVIEW PORTFOLIO RATIONALIZATION, January 6, 2016 (8 pages) ATTACHMENT 01 SEMOSS ANALYTICS ENVIRONMENT PRESENTATION (26 Pages) ATTACHMENT 07 SEMOSS ALGORITHMS, Version 1.0, January 2016 (3 pages) ATTACHMENT 02 FEDERATED ANALYTICS, AMPLIFIED INTELLIGENCE WEB PAGES (5 pages) Sources Sought Synopsis The DEFENSE HEALTH AGENCY (DHA) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for continued development of this effort beyond the current contract expiration of 28 September 2016, to sustain the enterprise wide architecture/portfolio management tool (SEMOSS) as an open standards and open source based tool that provides an analytic environment allowing linkages between disparate data islands for an enterprise view, and provides the capability to overlay information to identify commonality, redundancy, and duplication. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541611, PSC Code: R408 SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. It is the intent of the government to only accept for review responses that present the continued implementation of the existing SEMOSS capability. Other proposed solutions for portfolio rationalization will not be considered. For review, attached is the SEMOSS Users Guide, Build and Change Management Document, System Algorithms, System Framework, and the Portfolio rationalization Process. The current version of SEMOSS, offered as open system technology, is version 8.7. The version's source code can be downloaded from the Sourceforge.net website via the following link: https://sourceforge.net/projects/semoss/files/?source=navbar The proposed award shall provide continued support for the following functions: • Provide and support the framework linking functional capabilities, technical systems, infrastructure, and portfolio management in a quantitative manner in an effort to facilitate an optimal sequencing and migration of legacy systems to the future environment. This will impact many organizations due to the embedded nature of the OTM into many different initiatives. • Coordination with the DHMSM deployment team to identify, by site and deployment wave, the impact to the current legacy systems. This includes Identification of changes required by each of 105 deployment sites for each system to insure sustainment of operations and data flow. Provide cost savings by region, wave, and site due to the offset of the deployment and termination of legacy systems. • Support the strategic portfolio rationalization working group to streamline portfolio rationalization efforts in order to provide one synchronized methodology and process to the DHA HIT. Through the use of SEMOSS, conduct analysis of DHA legacy systems to identify the optimized set of systems for performing a capability within the enterprise. Determine the impact of the DHMSM fielding to the enterprise from a new acquisition perspective and a legacy de-duplication perspective. • Create an accurate representation of business processes and system data flows represented in the test enclaves for the vendor to understand the current environment. Define all system that will need an interface to the new electronic health record and those steps to complete as required by the test environment with the legacy systems available • Coordinate with the Enterprise Architecture team to identify the data objects and their associated data elements for the systems within the enterprise to ensure that as the data migration strategy is developed without breakdown in data transfer or creation of a patient safe issue. • Provide updates to the Chief Technology Officer to support development of the long range architecture. Providing analysis on the JPC-1 projects entering the acquisition cycle to identify duplication across the enterprise, preventing unnecessary expenditure of resources. • Support the effort with the Information Delivery Group to identify the sources of record for the data objects, the sources that will be the points of migration, and identify those sources that will most likely be replaced by the new electronic health record. • Provide support to the DHMSM/DHA economic analysis development through analysis of the methodology that links the functional, technical and financial aspects of the organization in a manner that quantifies the benefits of an integrated electronic health record. Update the cost savings associated by decommissioning the legacy systems that will be replaced by the new EHR. • Provide the required SEMOSS training to various participants for timely adoption and implementation of the SEMOSS tool. Conduct user training and developer training on SEMOSS not only across Defense Health Headquarters, but also across Navy, Army, Air Force and major treatment facility specific units. • Provide the ability to maintain and enhance the SEMOSS capability as required per the direction of the Government. Maintaining the capability includes but is not limited to implementing enhancements at the direction of the Government, mitigating security vulnerabilities discovered within the SEMOSS product based upon monthly scans, and supporting annual security recertification requirements. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) organization name, address, email address, website address, telephone number, DUNS, CAGE, applicable NAICS Codes, size and type of ownership for the organization, size at time of last certification, and name(s) and type(s) of contracting vehicles held; and 2) tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. If a small business, indicate what portion of the work is within your capabilities. Note: Potential sources should not submit more than the minimum information necessary. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition, and multiple awards may be made. Maximum participation by small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns is encouraged. At this time, the Defense Health Agency (DHA) does not guarantee any future contracts; and, responses to this Sources Sought notice do not bind DHA to any agreement with the responder, be it explicit or implied. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. LIST OF WEBSITES AND ATTACHMENTS: • Internet website 1 - SEMOSS.ORG website SEMOSS is Open Source. The public SEMOSS.ORG web site version, Version 8.7, access is unrestricted. Version 8.7 can be downloaded via the following link: https://sourceforge.net/projects/semoss/files/?source=navbar • Internet website 2 - weblink for information about SEMOSS: http://youtube.com/user/semossanalytics • Attachment 1 - Presentation of SEMOSS Analytics Environment (26 pages) • Attachment 2 - Web Pages, Federated Analytics, Amplified Intelligence (5 pages) • Attachment 3 - Portfolio Rationalization (7 pages) • Attachment 4 - Zero Based Review Portfolio Rationalization, dated January 6, 2016 (8 pages) • Attachment 5 - SEMOSS Internal APIs, Version 1.0, dated January 2016 (14 pages) • Attachment 6 - SEMOSS Frameworks, Version 1.0, dated January 2016 (6 pages) • Attachment 7 - SEMOSS Algorithms, Version 1.0, dated January 2016 (3 pages) • Attachment 8 - SEMOSS Build and Change Management.pdf, Version 1.0, dated January 2016 (5 pages) • Attachment 9 - MHS SEMOSS Web User Documentation, Version 2.1, dated September 18, 2015 (17 pages) SUBMISSION INSTRUCTIONS: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by Monday, March 7, 2016 at 2:00PM. All responses under this Sources Sought Notice must be emailed to the Contracting Officer, Ms. Gina Walker, Team Lead, at gina.m.walker2.civ@mail.mil and copied to Ms. Vonetta Davis, Contract Specialist, at vonetta.r.davis.ctr@mail.mil with SEMOSS RFI-16-0018 in the subject line of the email. All responses should be submitted electronically using PDF, HTML, MS Word or PowerPoint formats. * ONLY written responses will be accepted. *Total e-mail file limit size is restricted to 5MB. Files exceeding this threshold shall be submitted over multiple messages, and be identified as "Message #x of #x" Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/45e53720c50f0a85464a5aecfd422457)
 
Place of Performance
Address: 7700 Arlington Boulevard, Falls Church, Virginia, 22041-5101, United States
Zip Code: 22041-5101
 
Record
SN04027262-W 20160224/160222234936-45e53720c50f0a85464a5aecfd422457 (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.