Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2011 FBO #3435
DOCUMENT

99 -- HDI 11-62 - GOVERNANCE POLICY FOR VHA WEB SOLUTIONS - WILSON - Attachment

Notice Date
4/19/2011
 
Notice Type
Attachment
 
NAICS
541990 — All Other Professional, Scientific, and Technical 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
VA70111RI0150
 
Response Due
4/26/2011
 
Archive Date
6/25/2011
 
Point of Contact
Anthony Wilson
 
Small Business Set-Aside
N/A
 
Description
Request for Information VA-701-11-RI- 0150 Governance Policy for Web Solutions 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, on GSA schedule and the Open market. The Veterans Health Administration (VHA) is seeking interested sources (contractors) for a near-future solicitation and procurement for Web Mediated Self Help Services. At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. Background: The Veterans Health Administration (VHA) is challenged to develop web solutions in partnership with the Office of Information & Technology (OI&T). The impetus for this partnership was the recognition that significant progress has been made in populating the Corporate Data Warehouse (CDW), and that this data can be used by knowledge workers using web based solutions and business intelligence tools. An expected outcome from the agreement is the creation of a joint governance organization between VHA and OI&T to mutually support web solutions and business intelligence capabilities in a collaborative fashion. There are four components of this framework: 1)An OI&T supported development, testing/staging, and release environment 2)A collaboration framework that supports a set of community supported reusable components 3)A quality control process that facilitates continuous improvement A governance process managed jointly by VHA and OI&T, ensuring that national standards are met. Scope of Work: The purpose of this effort is to support the VHA-OI&T web solutions partnership by creating the methodology and governance structure that maps to the release and quality controls of the existing VA Project Management Accountability System (PMAS), providing evidence comparable to the artifacts found in the Pro Path repository. The goal is to create a governance framework that is flexible and effective with minimal process overhead while ensuring compliance with established rules and standards. Specifically, the contract will provide a range of processes to establish a sustainable, balanced and cost-effective governance structure and collaboration framework. As such, program objectives include: "To define/refine the project scope, objectives and impact to ensure that processes can be accurately captured over the course of the project and delivered as a project plan "Establish a collaboration framework within the IDE that enhances reusability of web solution components "Support continuous improvement by creating a transparent structured product review process "Create a governance structure that maps to other established application life cycle management (ALM) tools to support overall process automation and reporting. Period of Performance: The period of performance shall be one 12 month base period Tasks: The VHA requires contract technical, analytical, and project management assistance to support the efforts needed to establish a well-defined, efficient and effective governance structure for VHA web solutions. Task 1: the contractor shall work with all appropriate stakeholders and leadership to define/refine project goals and expectations, identify team members and stakeholders, and develop a project plan. Task 2: The contractor shall develop a comprehensive plan for supporting the construction of modular services that will yield opportunities for increased efficiency by increasing the numbers of shareable services available for incorporation into future web solutions. Future web projects will consume these services for interoperability among web solutions. Task 3: Following a significant review of OI&T policies regarding the rules governing vehicles used for information delivery, the contractor shall design a transparent review process for promoting web solutions in the development phase to a production level solution. This process should outline the responsibilities of OI&T and the responsibilities of VHA and their joint responsibilities. The established process shall be transparent such that it is possible to determine, at any time, where each product is in the review process. Task 4: The contractor shall coordinate with all appropriate parties to implement an overall VHA web solutions governance process that maps to the existing VA PMAS Life Cycle Management Tools. To implement this, a detailed Execution Plan shall be developed to ensure that all requirements are well documented and planned. The governance plan shall be sustainable and promote the opportunity for shared responsibility between OI&T and VHA. Task 5: Following implementation of the above tasks, the contractor shall establish and implement a performance management system needed to track progress and sustainability. This system shall track performance across all applicable locations and allow for continuous process improvement. A plan for controlling and monitoring ongoing progress shall be recommended and implemented in order to ensure that plans are sustainable in the short- and long-term. Submittal Information: Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response 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 Tuesday April 26, 2011 1:00PM EST to Anthony Wilson at Anthony.Wilson3@va.gov. Please provide responses to all of the questions 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70111RI0150/listing.html)
 
Document(s)
Attachment
 
File Name: VA-701-11-RI-0150 VA-701-11-RI-0150.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=192492&FileName=VA-701-11-RI-0150-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=192492&FileName=VA-701-11-RI-0150-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02428098-W 20110421/110419234908-329cff702aca183596d00bec1dd6acd0 (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.