Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2011 FBO #3491
DOCUMENT

A -- Standard- Services of Infomatics specialist - Attachment

Notice Date
6/14/2011
 
Notice Type
Attachment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24111RQ0396
 
Response Due
6/17/2011
 
Archive Date
7/17/2011
 
Point of Contact
James.Kneeland@VA.Gov
 
E-Mail Address
Contracting Specialist
(james.kneeland@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation for an Informatics consultant with Vista experience. (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is VA-241-11-RQ-0396. The VA intends to issue a sole-source contract to Evergreen Design, 311 Boston Street, Guilford, CT 06437-2808. This is a Research Project and the requirement is not set aside; it is conducted under the authority of FAR 6.302-3, Industrial mobilization; engineering, developmental, or research capability; or expert services. The NAICS Code is 541511. The VA is seeking an informatics expert to work in the context of VistA EMR and Regional Data Warehouse (Region 4 RD4) to oversee the design, development, and testing of informatics tools that will be used by researchers to query and retrieve VISTA EMR data, and use VISTA metadata to build a meta-data driven query informatics tool to access research data from R4D, VINCI, CDW and VistA. Data includes sensitive material. A detailed presentation of the required tasks is included in section (vi) listed below. This announcement constitutes the only solicitation and no other solicitation document will be issued. Request for Quotation (RFQ) number # VA-241-11-RQ-0396 is available upon request. The incorporated provisions and clauses are those in effect through the current Federal Acquisition Regulations. Using Simplified Acquisition Procedures, the VA Boston Healthcare system intends to award a commercial Firm Fixed Price (FFP) award to Evergreen Design, 311 Boston Street, Guilford, CT 06437-2808. Interested vendors may offer a quote for consideration or for future contract consideration. Interested parties must submit their technical specifications of services, past performance information and price detailing how their services meets VA requirements to the contract specialist via e-mail. You should also provide your DUNs number, Federal Tax ID and GSA number, if on a GSA contract. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. All responses must be received NLT Friday June 17th, 2011 @ 7:00PM/EST USA. E-mail: James.Kneeland@VA.Gov (ii) This solicitation is issued as a Request for Quotation (RFQ); the solicitation number is VA-241-11-RQ-0396. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular July 16th, 2010.. (iv) This is not a set aside. The NAICS code is 541511 and the size standard is 14 Million Dollars. (v) The contract line item numbers and items, quantities and units of measure are also provided in section (vi) as Requirements. (vi) The following is a description of the requirements for the services to be provided: STATEMENT OF WORK: Description: Work for this project will specifically include: This project seeks to assess the feasibility of collecting VA pain data derived from ED encounters. Evergreen Design will be involved with work associated with the project's specific aims 2a, 2b, and 3. These are stated below: 2.To explore sources and types of data required to extract (future) processes of pain care measures using ELECTRONIC ABSTRACTION of data from VHA sources (SA2) by: a.Identifying alternate data sources of Veteran ED pain care from local (X), regional (Y), and national (Z) VHA sources. (SA2a) b.Identifying the data types available (whether as structured or free text information) and how to efficiently and effectively access them. (SA2b) 3.To provide recommendations on improving/modifying/structuring VHA data for accurate and consistent electronic abstraction of process of pain care data (e.g., implementing templates for missing data). (SA3) The VA has an evolving array of electronic databases that can be used as possible data sources for this project. The work will involve determining which of these databases should be used to supply the list of variables as shown in the project's write-up (Table 2.) It is expected that several VA databases will be needed to meet the project's requirements. Each variable will be studied and where possible, extracted using the local VA VISTA (West Haven) system. Once these variables have been better understood, they will be sought via the relevant national datasets (Austin, RDW, CDW, etc). A local SQL Server database will be established to manage and process these extracted variables. The project work will also consist of generating report documents describing the results of the data extraction process, data quality, data types found, and recommendations in support of an automated pain data abstraction process. Summary of Work "Review of existing VA electronic data sources relevant to this project. The review will cover local, regional, and national datasets "Establishing a project SQL Database for analysis of extracted data elements "Extraction and analysis of project data elements from each data source "Recommendations as to which data source to use and suggested extraction methods to employ "Reporting of findings via meetings, conference calls and documentation The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. (vii) The date and place of delivery and acceptance and FOB point is: Friday June 17th, 2011 Department of Veterans Affairs VISN 1 Brockton Office 940 Belmont Street Brockton, Ma 02301 (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and the following addenda applies to the provision. (ix) Provision 52.21-2, Evaluation of Commercial Items is applicable. Past Performance and Technical Ability are approximately equal to Price for evaluation purposes. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. (xi) 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. Addenda to this clause are: (xii) 52.212-5, Contract Terms and Conditions To Implement Statutes Or Executive Orders - Commercial Items, applies to this acquisition and all applicable FAR clauses cited in this clause are applicable: (xiii) Any additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are: FAR 52.217-8 Option to Extend Services (NOV 1999) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.211-70 (b) Service Data Manuals (Jan 2008) VAAR 852.270.1 Representatives of Contracting Officers VAAR 852.273-76 Electronic Invoice Submission (Interim - October 2008) It is the offeror's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://www.acquisition.gov/comp/far/index.html http://www1.va.gov/oamm/oa/ars/policyreg/vaar/ (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable. (xv) There are no applicable Numbered Notes in the RFQ. (xvi) Offers are due back electronically by Friday June 17th, 2011, NLT 7 PM. (xvii) POC is James P. Kneeland and offers will only be accepted electronically. All offers should be sent to James.Kneeland@VA.Gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24111RQ0396/listing.html)
 
Document(s)
Attachment
 
File Name: VA-241-11-RQ-0396 VA-241-11-RQ-0396_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=210191&FileName=VA-241-11-RQ-0396-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=210191&FileName=VA-241-11-RQ-0396-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02472410-W 20110616/110614235048-5c122924e0f907e743fa7c3864e0220e (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.