Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 07, 2020 SAM #6887
SOURCES SOUGHT

70 -- 691-21-1-188-0003, Labor-Mgt Software Application

Notice Date
10/5/2020 11:45:12 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26221Q0014
 
Response Due
10/8/2020 1:00:00 PM
 
Archive Date
11/07/2020
 
Point of Contact
Mayra Barbosa, Contract Specialist, Phone: 858-552-8585
 
E-Mail Address
Mayra.Barbosa@va.gov
(Mayra.Barbosa@va.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI) 36C26221Q0014 -IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a source sought/RFI for market research only. The purpose of this source sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 541519 (size standard is $27,500,000.00). Responses to this source sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought, a solicitation announcement may be published. Responses to this source sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide the ACUSTAF Labor Management Application Software that at a minimum meets the following salient characteristics in the Statement of Work for the VA San Diego Healthcare System: ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT 0001 Labor Management Software GSA Price Cap: Includes software license for up to 5,000 active employees MO 12     TOTAL   If applicable include shipping cost on the items price. Vendor Requirements: Period of Performance is from November 15, 2020 to November 14, 2021. Vendor shall quote all items under this requirement. Vendor shall provide standard warranty on the product starting from the first day of delivery. Vendor shall meet all Salient Characteristics in the Statement of Work. Vendor must provide a letter showing that they are the Original Equipment Manufacturer, or authorized distributor. STATEMENT OF WORK for the ACUSTAF Labor Management Application Software Background: This requirement is for the use of AcuSfaf s Labor Management Application software, licensing and support. This accounting software is a real-time dynamic, integrated system that provides comprehensive and systematic accounting of nursing workload and staffing requirements, and scheduling needs to meet Federal law and other regulatory requirements. This request seeks to provide a contiguous labor management solution to automate scheduling and staffing processes; provide decision support for staff assignments based on the objective and variable data supposed to the best estimates; improve patient care by matching nursing competency to required needs. Allows self-scheduling options to nursing providers and data for outcome measurements. This will enable ONS to create strategic plans based on retrievable and accurate data. The system will accommodate today's increasing staffing challenges by using 21't century Technology. This system will accommodate all VA Greater Los Angeles (VAGLA) facilities to include: West Los Angeles VA Medical Center Sepulveda VA Medical Center Los Angeles VA Outpatient Clinic Bakersfield VA Outpatient Care Clinic Santa Maria VA Outpatient Clinic Santa Barbara VA Outpatient Clinic Staff Scheduling not only involves staff planning, but also scores of managerial tasks including Adherence to directives limiting hours of work in a given time period. The generation of various reports to support management in their planning of staff scheduling. This system will allow VAGLA to Accurately account for time and pay in accordance to defined payment schedules. Nurse functioning As managers must have the flexibility to determine the appropriate nursing staff to meet patient care needs while considering a constellation of important variables, including the following: scheduled Leave, unscheduled leave, education, experience, orientation, temporary staff on the unit, acuity of Patients, acuity on a particular shift, physical layout of the unit, availability of hospital resources, Technology on the unit, and unit volatility (such as the number of admissions, discharges and Transfers). AcuStaf s Amazon Web Service Virtual Cloud employs VPNCubed software with OPENSSL FIPS Objective Module to create a Site to Site Virtual Private Network (VPN) tunnel between the AcuStaf LMS and VA Network Workstations. Personal Identifiable Information (PII), HIPPA and other sensitive data will be shared between Acustaf VisTa Systems and VA Network Workstations, owned by Department of Veteran Affairs. The Department of Veterans Affairs utilizes a Memorandum of Understanding (MOU) to document the terms and conditions for sharing data and information resources in a secure manner. The following supporting information within the MOU will define the purpose of the interconnection, identify relative authorities, specify the responsibilities of both organizations, and define the terms of the agreement. Additionally, the MOU provides details pertaining to appointment of cost and timeline for terminating or reauthorizing the interconnection. Technical details on how the interconnection is established or maintained are included within the Interconnection Security Agreement (ISA). A system interconnection is a direct connection between two or more information technology (IT) systems for the purpose of sharing data and other information resources. The Department of Veterans Affairs uses the ISA to formally document the reasons methodology and approvals for interconnecting IT systems; to identify the basic components of an interconnection; to identify methods and levels of interconnectivity; and to discuss potential security risks associated with the inter connections. See attached MOU & ISA. Objectives There is a need for an acuity/patient classification system to match the changing care needs of the patients to the appropriate staffing level based on the patient condition and the amount of nursing required to manage the care of each patient. Hospital based staffing requires a 24-hour coverage a day, 7 days a week. Nursing staff work a variety of shifts that require an hourly rate increase, and contract/agency and travel nurses all have different compensation requirements. Therefore, a Staff Scheduling system needs to accurately correlate and calculate time and cost by work unit, nurse's type and pay variables. Nurse executives need data to plan for current and future staff needs and costs; this system gives them the tools to help manage their workforce. Multiple standardized reports are needed as well as the ability to create ad hoc reports. Scope: An integrated system and automated data extraction tools are necessary to effectively assign staffing resources and monitor standards of care. This system will pull from systems that already have the data stored to avoid duplicate effort and to feed the other downstream data systems. The primary users of the system will be Staffing Scheduling, so managers can coordinate schedules, capture data, produce reports, and coordinate work assignments to meet patient care needs. Specific Tasks Vendor is to provide the AcuStaf Application. Vendor must be the Original Equipment Manufacturer, or authorized seller or distributor for the AcuStaf application. Vendor is to provide upgrades to the AcuStaf Application. Product Description or Salient Characteristics for the AcuStaf Application Appropriate response to the fluctuations in patient census and acuities by using embedded decision support tools. Adequate staffing levels based on patient acuity and other care related variables. Collection of nationally comparable hours per patient day (HPPD) data. Collection of data to prepare staffing reports, develop strategic plans and improve hiring practices. Compliance with public law and other regulatory mandates for staffing regulations and monitors. Ability to consolidate multiple administrative needs in one package (licensure, certifications, emergency notifications, etc.) Generation of predefined and adhoc reports. Self-scheduling ability (major nursing satisfier). Accurate accounting of contract/agency nursing utilization. Success factors: production of accurate HPPD data, increase in efficiencies in managing staffing scheduling issues by 50%. Vendor to provide de on-site training at each facility to superusers on general functionality, staff scheduling for end-users, and management reports for resource analysis. Vendor must provide letter showing that they are the Original Equipment Manufacturer, or authorized seller or distributor for the AcuStaf application. Application Software must meet Veterans Health Administration Directive 2010-034. Vendor is to provide an approved VA Memorandum of Understanding and Interconnection Security Agreement (MOU & ISA). Deliverables: Access to functioning programs is all that will be required. Performance Monitoring: Program will be used by end users on a routine basis and continually monitored by the VAGLA AcuStaf Coordinator Carol Rutledge, RN, Nursing Informatics (see 10d of this document for contact information). Security Requirements: This interconnection will occur over the internet by establishing a Virtual Private Network (VPN) between VA and AcuStaf which is encrypted by using FIPS-140-2 validated modules operating in the method listed in the FIPS-140-2 validation. The connections at each end are located within controlled access facilities, guarded 24 hours a day. All access is controlled by authentication methods to validate the approved users. Department of Veterans Affairs and AcuStaf Development Corporation agree to work together ensure the joint security of the connected systems and the data stored, processed and transmitted, as specified in the MOU & ISA document. Both parties certify that its respective system is designed, managed, and operated in compliance with all relevant Federal laws, regulations and policies. See attached MOU & ISA. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI): N/A Other Pertinent Information or Special Considerations: Identification of Possible Follow-on Work: Updates and upgrades per manufacturer. Identification of Potential Conflicts of Interest (COI): To my knowledge, no conflict of interest exists. Identification of Non-Disclosure Requirements: N/A No sensitive data is involved. Packaging, Packing and Shipping Instructions: Ship to: Carol Rutledge, RN Nursing Informatics 11301 Wilshire Boulevard Room 6236, Building 500 Los Angeles, CA 90073 310-478-3711 x40810 Carol.Rutledge@va.gov Inspection and Acceptance Criteria: Carol Rutledge of Nursing Education, or designee will provide updates to the COR. Risk Control: N/A Place of Performance: Ongoing within VAGLA. Period of Performance: 11/15/2020- 11/14/2021 Delivery Schedule: SOW Task# Deliverable Title Format Number Calendar Days After CO Start 1 3001 Labor Management Software GSA Price Cap: Includes software license for up to 5,000 active employees Online 1 The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicates the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hub zone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to Mayra.Barbosa@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Thursday, 8 October 2020 at 1:00 PM PDT. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Please reference 36C26221Q0014, ACUSTAF Labor Management Application Software.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/09feaccd1c0349efb2dc3382f5869baa/view)
 
Place of Performance
Address: VA WEST LOS ANGELES HEALTHCARE SYSTEM 11301 Wilshire Blvd Warehouse Building 297, Los Angeles 90073, USA
Zip Code: 90073
Country: USA
 
Record
SN05819177-F 20201007/201005230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.