Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2011 FBO #3417
DOCUMENT

99 -- VEHU 11-15 - OIA MYVEHU CAMPUS VIRTUAL CONFERENCE TRACK DIRECTORS - WILSON - Attachment

Notice Date
4/1/2011
 
Notice Type
Attachment
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of Veterans Affairs;Program Contract Activity Central;4141 Rockside Rd, Suite 110;Seven Hills OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70111RI0136
 
Response Due
4/8/2011
 
Archive Date
6/7/2011
 
Point of Contact
Anthony Wilson
 
E-Mail Address
6-2186<br
 
Small Business Set-Aside
N/A
 
Description
Request for Information/Sources Sought VA-701-11-RI- 00136 My VeHU Campus Virtual Conference Track Directors 1. Background/Introduction: VA eHealth University (VeHU) is VA's annual training conference that provides education on the Computerized Patient Record System (CPRS) and related clinical software (VistA) developed by the Veterans Health Administration (VHA). VeHU highlights innovations towards patient care through training classes on VHA's clinical informatics products. The VeHU Conference provides training to providers, nurses, health information managers, pharmacists, clinical informatics support staff, imaging coordinators, radiologists, and points of contact for the My HealtheVet web site. The conference consists of plenary sessions, didactic lecture sessions and hands on training computer lab sessions. Following the eHealth conferences, resources from the conferences are posted on the CPRS Training Web site for performance support and enhancement. The VHA eHealth conference is separated into five tracks: Clinical Informatics Support (CIS) Track, Nursing Track, Pharmacy Track, Provider Track and Health Information Manager Track. The Veterans eHealth University (VeHU) currently has a group Facebook page and a Twitter feed. These social media sites are maintained and have current content posted daily based on VA's Social Media guidelines. In order to provide an engaging and educational online learning resource, VA initiated development of a single web based modality that when launched shall serve to introduce and guide VA staff thru the many online resources available from past VA eHealth University conferences. This modality includes, but is not limited to online performance support to guide potential trainees to pertinent training materials, a rating system for existing web-based training courses, and other valuable learning based functionalities. Senior leadership has decided to host a Virtual VeHU conference prior to, and in addition to, the annual face to face VeHU conference. This project shall allow Veterans Administration Medical Center (VAMC) staff to experience the Virtual VeHU conference by virtue of a performance support web based environment that guides trainees to the appropriate training courses via the MyVeHU Campus web site. 2. Scope of Work: 1. The Contractor shall provide all of the necessary tools to identify appropriate sessions for each track using web submissions and planning committee input on ideas. The contractor shall coordinate with the VA planning committee and Subject Matter Experts to draft each session descriptions and educational objectives for VeHU. The Contractor shall supply staff to coordinate 45 sessions across 6 learning tracks for the Virtual VA eHealth University Conference. The Contractor shall provide the appropriate number of staff to accomplish the track activities for the My VeHU campus virtual conference and communications via websites and social networking which support VeHU and MyVeHU campus. The Contractor shall address preparation for migration across 6 learning tracks. The Contractor shall support VeHU site redesign. The Contractor shall maintain and have current content posted on the social media site. 3. Period of Performance: One year from date of award. 4. Type of Order: Firm Fixed Price 5. Place of Performance: Contractor's site. 6. Specific Mandatory Tasks and Associated Deliverables: The contractor shall perform the tasks and complete the associated deliverables as follows by the scheduled dates within the overall period of performance or as may be agreed to with the VA Project Manager (PM) prior to the scheduled delivery dates. Task 1 - Preparation for Migration of VeHU Websites VeHU web content must be migrated from a custom site to one using the VA Executive Correspondence Management Service (ECMS) to bring it into compliance with VA Web standards. Prior to migration, all web content must be evaluated for accuracy, relevance, and 508 compliance. The contractor will review VeHU content and will identify content that is not 508 compliant. The contractor will work with VA to ensure that web content is made compliant before it is reposted to any VeHU site. Content will include PowerPoint presentations, Word documents, web-based training courses, and podcasts. Subtask 1.1 - Preparation for Migration of VeHU Intranet Content Subtask 1.2 - Preparation for Migration of VeHU Internet Content Task 2 - VeHU Site Redesign The VeHU sites are currently built in many different frameworks from ColdFusion to.Net. The contractor will assist in the redesign of the current VeHU site to ensure that the site conforms to VA web guidelines. Subtask 2.1 - Redesign of VeHU Intranet Site Subtask 2.2 - Redesign of VeHU Internet Site Task 3 - Facebook page/Twitter feed VeHU currently has a group Facebook page and a Twitter feed. These social media sites need to be maintained and have current content posted based on VA's Social Media guidelines. Task 4 - Project Management and support activities for VA eHealth University The selected contractor shall work with VA staff and planning members to identify appropriate sessions for each track using web submissions and planning committee input on ideas. The contractor shall coordinate with the VA planning committee and subject matter experts the drafting of each session descriptions and educational objectives. Contractor shall supply staff to coordinate 45 sessions across 6 learning tracks for the Virtual VeHU Conference. It is expected that contractor will use 7-8 staff to accomplish these (one or two per track). Sub-Task 4.1: VeHU Class Management and Design of Conference The selected contractor shall work with assigned VA staff to develop an agenda for each learning track based on 2010 conference feedback, and the input of field planning committee members at the agenda planning meeting. Sub-Task 4.2: Class Development: Session descriptions, educational objectives and presenters The contractor shall coordinate with the VA planning committee and subject matter experts the drafting of each session descriptions, educational objectives, and key words. The contractor shall identify presenters' for the track sessions with input and concurrence of the VA planning committee. There are approximately 45 sessions. The contractor shall coordinate the initial contact of the presenters to gain their consent to present the session. Selected contractor will update descriptions, keywords and agenda as classes are developed to maintain their accuracy. For sessions that are interactive, selected contractor will work with VeHU technical staff to ensure necessary data is in accounts and lab will support the training objectives of the class. Each contractor TD will be paired with a government employee TD to manage between 10-15 sessions offered in each educational "track". Contractors shall work as a team to ensure success of classes. Sub-Task 4.3: Attend Track Director conference calls The Contractor shall participate in the monthly/bi monthly conference calls with all the track directors and other key planning members for the conference. Task 5 - On-Site Conference Support for hosting of the Virtual VeHU Conference The contractor shall assist with the VA Planning committee and EES professionals in the following tasks during the conference set up and conference days. Weekend work is expected to accomplish these tasks prior to the conference launch date. Sub-Task 5.1: Conference Onsite Readiness: The contractor shall: "Assemble conference work material and participant handouts (weekend work required) "Test computer and database access (weekend work required) "Conduct a Final review of presentation materials for quality standards "Conduct Final checks with presenters in regarding equipment, accessing presentation files, etc. Sub-Task 5.2: After Action Review: After the conclusion of the Virtual VEHU Conference: The contractor shall debrief with other track directors/assistant track directors to capture improvements needed for next year's conference, and provide a summary report of all improvements needed for next year's conference. Task 6: Training Session Posting The contractor shall work with VA staff to develop interview and search questions for each Virtual VeHU session that has developed web-based training for posting in My VeHU Campus. My VeHU campus is a virtual training environment to assist VA staff in finding web-based training resources. Task 6.1 My VeHU Training key word navigation Contractor shall develop interview questions based on key words to help VA users navigate to specific sessions in My VeHU Campus. Submittal Information: Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 30 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 30 pages. In response to the RFI, interested contractors shall submit the following information no later than Friday April 8, 2011 1:00PM EST to Anthony Wilson at Anthony.Wilson3@va.gov. Please provide responses to all of the question below so accurate market research can be conducted. All responses must include the following information: Company name, Cage code, CCR number, Dunn & Bradstreet number, company address, Point of contact name, phone number, fax number, and email. The subject line of the correspondence should clearly display the RFI number. Also please provide the following information in your response. A.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. 1.The name, address, and value of each project 2.The Prime Contract Type, Firm Fixed-Price, or Time and Material 3.The name, telephone and address of the owner of each project 4.A description of each project, including difficulties and successes 5.Your company's role and services provided for each project. B. Capabilities / Qualifications: 1.Technical Capability- Description of the capabilities/qualifications/skills your company possesses to perform services described in the scope of work. 2.Labor Categories Provide whether or not your company has a GSA schedule. If so, provide GSA contract number and relevant sins for the services. 3.Teaming Arrangements - Identification of Subcontractors, Teaming Partners, Joint Ventures and description of their core competencies that your company would team with to perform the work. 4.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? 5.Commercial availability - Description of the length of time your services have been commercially available. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Submittal Information: Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 30 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 30 pages. In response to the RFI, interested contractors shall submit the following information no later than Friday April 8, 2011 1:00PM EST to Anthony Wilson at Anthony.Wilson3@va.gov. All responses must include the following information: Company name, Cage code, CCR number, Dunn & Bradstreet number, company address, Point of contact name, phone number, fax number, and email. The subject line of the correspondence should clearly display the RFI number. Also please provide the following information in your response. B.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. 6.The name, address, and value of each project 7.The Prime Contract Type, Firm Fixed-Price, or Time and Material 8.The name, telephone and address of the owner of each project 9.A description of each project, including difficulties and successes 10.Your company's role and services provided for each project. B. Capabilities / Qualifications: 6.Technical Capability- Description of the capabilities/qualifications/skills your company possesses to perform services described in the scope of work. 7.Labor Categories Provide whether or not your company has a GSA schedule. If so, provide GSA contract number and relevant sins for the services. 8.Teaming Arrangements - Identification of Subcontractors, Teaming Partners, Joint Ventures and description of their core competencies that your company would team with to perform the work. 9.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? 10.Commercial availability - Description of the length of time your services have been commercially available. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70111RI0136/listing.html)
 
Document(s)
Attachment
 
File Name: VA-701-11-RI-0136 VA-701-11-RI-0136.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=187844&FileName=VA-701-11-RI-0136-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=187844&FileName=VA-701-11-RI-0136-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02415058-W 20110403/110401234434-11cba569262291094204654df3cb824d (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.