Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2004 FBO #1080
SOURCES SOUGHT

D -- VistA Contractor and Rehosting Support

Notice Date
11/8/2004
 
Notice Type
Sources Sought
 
Contracting Office
Attn: Department of Veterans Affairs, Acquisition Operations Service, (049A3), 810 Vermont Avenue, N.W., Washington, District Of Columbia 20420
 
ZIP Code
20420
 
Solicitation Number
101-11-05
 
Response Due
11/23/2004
 
Point of Contact
Contracting Officer - Eva Johnson, Contracting Officer, Ph:(202) 273-8753, Fx:(202) 573-6175
 
E-Mail Address
Eva Johnson
(eva.johnson@mail.va.gov)
 
Small Business Set-Aside
N/A
 
Description
This announcement 101-11-05 replaces Announcement 776-04-190 and 776-04-191 previously posted in May 2004. Contractors who submitted capability statements under the previous RFI announcements must re-submit capability statements under this announcement. The Department of Veterans Affairs (VA) Veterans Health Administration (VHA) Office of Information (OI) Health Systems Design & Development (HSD&D) is seeking industry capability statements for the contract work related to two specific but not mutually exclusive areas of information technology (IT) support. The specific support areas are VistA Contractor Support (VCS) and VistA Rehosting Support (VRS). VA is conducting a market survey and analysis of industry capabilities for the follow-on contracts designed to replace the current VistA Contractor Support contracts expiring in March 2005 and for rehosting VistA applications from the current M based programming language to modern technologies. The contracts will provide for performance measures with incentives and specific socioeconomic goals to include participation by small business firms. The contractors interested in providing services under VCS will be expected to provide non-personal services relating to specific projects during the life of that project as identified in the attached draft Statement of Work (SOW) under the VCS Section A.10. The contractors interested in providing services under the VRS contract will be expected to provide services relating to specific functional areas for rehosting projects as identified in the attached draft SOW under the VRS Section A.11. Place of performance shall be designated in each task order. The VCS project areas outlined in the SOW Section A.10 are not all inclusive, but include: Application Modernization, Common Services, Blood Bank Replacement, CoreFLS (Core Financial and Logistics System), Computerized Patient Medical Records (CPRS), Fee Basis Replacement, Federal Health Information Exchange (FHIE) VA/DoD Support, Health Data Repository, HealtheVet VistA VHA OI HSD&D Support Services, Laboratory Replacement, Patient Financial Services System (PFSS), Pharmacy Reengineering, Registration/Enrollment/Eligibility, Scheduling Replacement, Security Services Support, VistA Imaging, VistA Maintenance. The VRS functional areas outlined in the SOW Section A.11 are not all inclusive, but include: System Development and Support, Technical Support, and Requirements Gathering and Support. The intent is to establish Indefinite Delivery Indefinite Quantity (IDIQ) contracts with multiple vendors for each specific support area (VCS and VRS). One set of awards will be awarded utilizing full and open competition and one set will be set-aside for small business concerns. The government anticipates that resulting task orders issued against the IDIQ will be firm fixed price; some time and material task orders are anticipated. Provide the North American Industry Classification System (NAICS) code your business falls within. Included with this Request for Information (RFI) is a draft SOW with specific VCS project descriptions (Section A.10), and VRS functional areas (Section A.11). Project requirements for section A.10 may consist of but are not limited to software maintenance, application enhancements, development support, requirements gathering, technical support and project management support. In order to determine which projects to set-aside for small business, contractors interested in the VCS contract are requested to submit capability statements addressing their ability to perform all of the project requirements for the projects areas identified in SOW Section A.10. In order to determine which functional areas to set-aside for small business, contractors interested in the VRS contract are requested to submit capability statements addressing their ability to perform the functional areas identified in SOW Section A.11. The capability statements are to be in Microsoft Word format (not to exceed 10 pages) and submitted via email no later than November 23, 2004 to SDDContract@med.va.gov and copy to Eva.Johnson@mail.va.gov. The capability statements shall include Rough Order of Magnitude (ROM) by project. Capability Statements for each project area (Section A.10) or functional area (Section A.11) shall also include a description of similar work performed in the past 5 years inclusive of dollar value and customer. Contractors shall provide their point(s) of contact name, address, telephone number, and email address; the company's business size, including applicable North American Industry Classification System (NAICS) code(s); and Capability Maturity Model for Software level. This information will be used to develop a bidders list. The release of a draft request for proposal (RFP) also affords industry an opportunity to comment on any perceived issues with regard to the initiative and to allow the Government to receive the benefit of industry comments. The Government's purpose in providing an opportunity for industry comment is to identify potential problem areas, and provide alternative recommendations in order to enhance the success of the initiative. The Government believes industry feedback is important, and is receptive to any and all ideas from industry which would result in limiting unnecessarily constraining requirements, realizing cost savings, or highlighting potential technical or contractual problem areas associated with the initiative. Any comments provided should not be viewed as a vehicle for presenting a specific proposal but as an opportunity to improve an eventual solicitation package. This request for information, or "sources sought", shall not be construed as an RFP. Information is to be provided on a voluntary basis. No entitlement to payment of direct or indirect costs or charges including postage and shipping will arise as a result of the submission of contractors' information. If you experience any problems or have any questions concerning this announcement, please contact Contracting Officer, Eva Johnson at (202) 273-8753 between the hours of 8:00 am and 4:30 pm ET, Monday through Friday. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-NOV-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
RFI 101-11-05
(http://www.eps.gov/spg/VA/VAAOAS/VADC/101-11-05/listing.html)
 
Record
SN00705625-F 20041110/041108212018 (fbodaily.com)
 
Source
FedBizOpps.gov 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.