Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2010 FBO #3116
SOURCES SOUGHT

R -- E-DISCHARGE PROGRAM ANALYSIS

Notice Date
6/4/2010
 
Notice Type
Sources Sought
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;VAMC White River Junction;215 North Main Street;White River Junction VT 05009
 
ZIP Code
05009
 
Solicitation Number
VA24110RI0423
 
Response Due
6/11/2010
 
Archive Date
7/11/2010
 
Point of Contact
DEPARTMENT OF VETERANS AFFAIRS
 
E-Mail Address
RIVER
 
Small Business Set-Aside
N/A
 
Description
Introduction This Request for Information (RFI) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The purpose of this RFI is to identify qualified contractors who are able to meet VA's requirements, determine if commercial items are available or, could be modified to meet VA's requirements, determine the appropriate contract type i.e., firm fixed-price or cost-reimbursement or time and material, understand commercial pricing practices and other market information readily available. The Veterans Health Administration (VHA) is seeking potential sources to enter into a contract for an alternative analysis and the development of a functional prototype in support of an improved and integrated e-Discharge program. Background Veterans Health Administration together with VA's Office of Information and Technology is sponsoring an Information Technology Innovation Program. VA intends to retain its "innovative spirit" among those employees involved with medical informational technology support and developed the Health Information Technology Program to strengthen this important aspect. VA selected 26 innovations prototypes for development out of 6500 submissions. These innovation prototypes will undergo an evaluation of the functional prototype which may result in further development for a VA-wide deployment. The e-Discharge is one of the 26 innovations selected for prototype and evaluation. Currently, the VA's patient referral and discharge process creates a challenge for VA Social Workers. The current process, with as many as 42 steps, contributes to an increased length of stay for patients in VA sponsored facilities, which increases costs, patient safety risks, and patient and family dissatisfaction. Furthermore, private hospitals are competing for community facility beds with a more streamlined and automated procedure for their referral and discharge program. This allows the private hospitals to place patients more quickly and efficiently which decreases available beds for VA patients. Requirements VA intends to select the best solution to integrate an "e-Discharge" application with the current VHA Enterprise Architecture. e-Discharge, or IT Discharge, is a technological tool that contains software which automates, tracks, and monitors the discharge and referral process. These commercial software packages are successfully used at many non-VA critical care facilities. Software is available from various private companies to help critical care social workers and nurse case managers facilitate and expedite the discharge of patients. These tools promote the continuity of care for patients which increase patient safety. VA is soliciting for an alternatives analysis of commercially available e-Discharge software that will integrate with the existing VHA Enterprise Architecture. The selected option(s) will be contractor tested and vetted in the VHA Innovations Program Sandbox, a self-contained environment safe from live data and can be safely restored without loss of function to daily operating systems. All findings, including the best method for the integration of the commercial software with applicable existing VHA operating systems, will be required at the conclusion of this contract. Submittal Information It is requested that interested contractors submit a response (electronic submission) of no more than 10 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 to the 10 pages. In response to the RFI, interested contractors shall submit the following information no later than June 11th, 2010 to Stacy A. Sullivan, Contract Officer. Please provide submittals via email to stacy.sullivan@va.gov. Submittals must be less than 5MB per email. 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 possess to perform the work. 3.Teaming Arrangements - Description of Teaming Partners, Joint Ventures that your company would consider to perform the work. 4.Commercial availability - Description of the length of time your product/solution has been commercially available or, if necessary to modify your commercial product/solution, what is the impact to the commercial price, availability and magnitude of modification. 5.Socio-Economic Status - 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? 6.Price information - Provide your commercial price history and rough order of magnitude for the same or similar products/solutions. 7.Other Market Information - Provide any other relative information, however this information must be included within the 10 page limitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WRJVAMROC/DVAMROC/VA24110RI0423/listing.html)
 
Place of Performance
Address: SEE ABOVE
Zip Code: 05009-0001
 
Record
SN02169105-W 20100606/100604235125-e8fc44f4dc0da27eaf18b3ec77645dc1 (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  © 1994-2020, Loren Data Corp.