Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2012 FBO #3718
DOCUMENT

B -- Architecture Busines Services Request for Information RFI VA-701-12-RI-0112 - Attachment

Notice Date
1/27/2012
 
Notice Type
Attachment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Veterans Affairs;Program Contract Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70112I0112
 
Response Due
2/27/2012
 
Archive Date
6/5/2012
 
Point of Contact
lAURIE WALKER
 
E-Mail Address
Contract Specialist
(Laurie.walker@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information VA-701-12-RI-0112 Health Information Operations and Services Office of Health Information Veterans Health Administration ARCHITECTURE BUSINESS SERVICES I. Introduction: The responses to this Request for Information (RFI) from interested, capable, small business firms will assist the Department of Veterans Affairs (VA) in making a set aside decision, in accordance with Federal Acquisition Regulation (FAR) Part 19.5. This sources sought notice is only for information and planning purposes that may result in multiple awards and shall not be construed as a solicitation or as an obligation on the part of VA. The applicable North American Industry Classification System (NAICS) code is 541611 with a small business size standard of $7.0 million. VA is currently conducting market research to locate qualified, experienced and interested potential sources. Responses will not be considered as quotes, nor will any award be incurred by interested parties responding to this sources sought announcement. The purpose of this RFI is to seek interested sources (Contractors) and for near-future solicitation(s) and procurement(s) for the Business Architecture (BA) Office. This RFI seeks to identify small businesses that are capable and interested in performing the following functional task areas: Health Segment Architecture, Strategic Planning, and Consulting Services These support services may include, but are not limited to: A.Strategic planning and alignment, B.Program plan and schedule integration, C.Customer/stakeholder collaboration, D.Transformation planning, E.Scenario planning, F.Research, G.Health information technology interoperability collaboration. Business Process Architecture Services These support services may include, but are not limited to: A.Requirements management, B.Process model development, C.Customer/stakeholder collaboration, D.Research. Business Information Architecture (BIA) Services These support services may include, but not limited to: A.Requirements Management, B.Information model development, C.Customer/stakeholder collaboration, D.Research, E.Health information technology interoperability collaboration. Business Reference Architecture (BRA) Services These support services may include, but are not limited to: A.Business reference model analysis, maintenance, and maturation B.Mapping, C.Research, D.Process improvements recommendations, E.Functional work flow depiction, F.VA and Federal Enterprise Architecture (FEA) standards compliance support, G.Transformation planning. Program/Project Management Support The support services may include Program/Project Management that is in compliance with the industry standards, like the Project Management Institute ™s (PMI ) Project Management Body of Knowledge (PMBOK). II. Background: The purpose of the BA Office is to work collaboratively with VA organizations and other Federal agencies (e.g., Department of Defense (DoD), to develop, implement and monitor comprehensive healthcare business functions. As VA moves forward with a 21st century health care transformation, it is imperative that Office of Health Information (OHI) Health Systems (HS), formerly Enterprise System Management (ESM), Business Architecture Service obtains the support services, skill sets, and subject matter expertise available to ensure continuity of already established business architecture efforts. BA serves as a crucial liaison between Veterans Health Administration (VHA) clinical/business owners and VA ™s Office of Information Technology (OIT), and represents the business architecture of the VHA healthcare platform, and VHA Program Offices in the health Information Management (IM)/Information Technology (IT) systems arena. BA works closely with OIT and provides coordination to ensure that VHA business processes are accurately reflected in the health IT system products. BA portrays the Health Segment Architecture and aligns strategy with the VHA IT portfolio. BA collaborates with OIT which is responsible for software development, IT operations, IT maintenance, IT Security, and related IT efforts. III. Requirements: The functional task areas listed above include some of the following services: 1.Business process modeling, 2.Business information modeling, 3.Interoperability Consulting Services (e.g., Virtual Lifetime Electronic Record (VLER), DoD/VA integrated Electronic Health Record (iEHR), 4.Business Reference Architecture Services, 5.Health Information Strategic Planning, 6.Services in support of VHA ™s Business Architecture Lifecycle. All services shall meet best business and industry practices, e. g, Federal Enterprise Architecture (FEA), Federal Segment Architecture Methodology (FSAM), DoD Architecture Framework (DoDAF), Health Level 7 (HL7), Services-Aware Interoperability Framework (SAIF), Office of National Coordinator (ONC), Federal Health Architecture (FHA), Malcolm Baldrige, Capability Maturity Model Implementation (CMMI), Information Technology Infrastructure Library (ITIL), PMBOK, in order to strengthen and improve OHI ™s ability to deliver quality health information business requirements for clinicians and other health care providers. IV. Submittal Information: Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 15 pages in length, single spaced, 12 point font minimum that addresses the above information. The Government will not review any other data or attachments that are in excess to the 15 pages. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. A.Capabilities / Qualifications 1.A narrative summary that describes the capabilities and qualifications to perform these functional task areas. 2.Company Information: a.Company Name b.Address c.Point-of-contact name, phone number, and e-mail address d.Dunn & Bradstreet number e.Business size, f.Socioeconomic status, g.Number of years in business, h.Any General Services Administration (GSA) Federal Supply Schedule (FSS) contract numbers and relevant Special Item Numbers (SINs) and/or other Government contracts (if applicable) 3.Specify any teaming arrangements, including the percentage of work the company will perform as the Prime Contractor. 4.Suggest applicable labor descriptions/position classifications. B.Past Experience 1.Please provide no more than five (5) contracts that your company has performed within the last three (3) years that are of comparable complexity and scope for the functional task areas: a.Please be specific and provide the name of the project and a complete reference to include at a minimum: the contract number, award amount, type, and level of effort. b.Describe your Self-Performed* effort (as either a Prime or SubContractor). c.Any experience with health information business architecture, please describe the size and complexity of the project. *Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided. It is requested that the above information be provided no later than February 27, 2012 12:00PM EST. Responses should be emailed to Laurie Walker at Laurie.Walker @va.gov. All Email Correspondence for this project must reference the RFI Number, Project Identifier and Project Title in the subject line of the email. Example: RFI VA-701-12-RI-0112. No phone calls will be accepted. 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. 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. Primary Point of Contact: Laurie Walker, Contract Specialist E-Mail: Laurie.Walker@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70112I0112/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-12-I-0112 VA701-12-I-0112_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=291502&FileName=VA701-12-I-0112-001.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=291502&FileName=VA701-12-I-0112-001.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02663051-W 20120129/120127234845-cfa1970a78714e6eafceb3374f6efee8 (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.