Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2014 FBO #4719
DOCUMENT

70 -- NTP - Physician Scheduling System - Attachment

Notice Date
10/24/2014
 
Notice Type
Attachment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd. Bldg 98 (NCO 21);McClellan CA 95652-1012
 
ZIP Code
95652-1012
 
Solicitation Number
VA26115N0015
 
Response Due
10/31/2014
 
Archive Date
12/30/2014
 
Point of Contact
Gary Basile
 
Small Business Set-Aside
N/A
 
Description
The VA Palo Alto Health Care System (VAPAHCS) intends to negotiate a sole source contract with Lightning Bolt Solutions, Inc. The proposed contract action is for a rule-based physician scheduling program. Salient Characteristics: The following salient characteristics are essential, significant and functional to the Government's requirements: 1.System Functionality: "Must meet all VA security requirements for employee data. "Shall Display expanded physician profile (i.e. contact info, location, etc.) "Must be a web-based platform, with 99% uptime. "Shall have the capacity to handle up to 300 licensed accounts and initial capacity of 125 licensed accounts. "Must have rule-based auto scheduling in schedule publication. "Shall have rule-based auto-approval functionality with schedule requests from end users, including the ability to identify potential scheduling violations to predefined payroll expectations (Ex. 1 FTEE = 80 hours/pp). "Email alert functionality: "Shall identify inadequate and excessive staffing to clinical staffing requirements. "Must have schedule changes after schedule publication. "Minimum reporting capabilities: "Shall have individual rotation tallies and rotation frequencies. "Must track the accumulation and redemption of various "rotations," including but not limited to vacations, sick leaves, CME, weekends and over time. "Shall have the ability to report real time balances of user defined variables, and the ability to set limits on these variables for each individual user. "Shall have real time schedule linkage to mobile devices. "Must have request calendars, with the ability to wait list non-approved requests. "Shall have ability to run virtual round robin from within the scheduling platform. "Must have the ability to organize users into groups, clusters and departments. These parameters shall be available as variables to set up scheduling rules. "Minimum Administrator Functionalities: "Shall have the ability to define and implement scheduling rules. "Must have the ability to create, define and delete shifts. 2.End user functionality: "Shall have the ability to input demographics including the identification of shift preferences. "Must have the ability to request leave/vacation and rotations with dates, hours and note to approving official. "Shall have the ability to request shift swaps. "Must have the ability to access personal schedules from locations outside firewall using smart phone. This sole source action is in accordance with the statutory authority of 41 U.S.C. 253(c) (1) as implemented by FAR 6.302-1. Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. THIS IS NOT A REQUEST FOR COMPETITIVE QUOTES and no solicitation will be issued; however, any firm that believes it can meet these requirements may give written notification to the Contracting Officer for consideration. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the requirements. Responses are due by October 31, 2014 at 4:30 PM PST. 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. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses must be e-mailed to gary.basile@va.gov. No telephone responses will be accepted. No reimbursement for any costs associated with providing capability statements will be provided by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26115N0015/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-15-N-0015 VA261-15-N-0015.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1697354&FileName=VA261-15-N-0015-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1697354&FileName=VA261-15-N-0015-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03557920-W 20141026/141024233946-221eeb08974b3478c1e09e985d9829be (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.