Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 28, 2014 FBO #4752
MODIFICATION

D -- RPMS Software Development and Engineering Services - Q&A Document

Notice Date
11/26/2014
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue, Suite 400, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
IHS0004
 
Archive Date
12/19/2014
 
Point of Contact
Michael Fischer, Phone: 301-443-6749
 
E-Mail Address
michael.fischer@ihs.gov
(michael.fischer@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RPMS Question and Answer Document INTRODUCTION This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. BACKGROUND The Indian Health Service (IHS) develops and supports a comprehensive integrated health information system of systems which supports a broad range of clinical and business functions at IHS, Tribal and Urban (I/T/U) hospitals and clinics across the country. The Resource and Patient Management System (RPMS) is similar to the Veterans Health Information Systems and Technology Architecture (VistA) in use at the Veterans Administration, having been derived from the same legacy system and sharing many of the same infrastructure and business applications. The RPMS as currently deployed has a MUMPS (Intersystems Cache) database architecture and VA FileMan file structures. A number of graphical user interface (GUI) applications utilizing various languages ranging from Delphi to C#.NET have been developed to support certain business processes, while other applications retain legacy character-based interfaces. RPMS GUI applications principally use a two-tiered architecture utilizing broker-based remote procedure calls, although recent development has focused on a three-tier architecture using web services. For more information on the portfolio of supported applications, visit: http://www.ihs.gov/RPMS/ Business functions supported by the RPMS include, but are not limited to, practice management (e.g. patient registration, scheduling, billing and accounts receivable, release of information), ancillary clinical applications (e.g. inpatient and outpatient pharmacy, laboratory, radiology, image archiving, consults and referrals), and point of care clinical applications for behavioral health, inpatient and ambulatory care. The RPMS is certified as a Complete Electronic Health Record for inpatient and ambulatory settings according to the 2014 version certification criteria published by the Office of the National Coordinator for Health Information Technology. In recent years, the system has been extended to include a personal health record system, Direct secure messaging, a health information exchange (HIE) service, and supporting middleware services. In recent years the architecture and complexity of IHS health IT systems as well as their criticality to health care operations have become an impetus for IHS to re-evaluate its current approach to software development. This Sources Sought Notice seeks to identify companies that have capability to provide full lifecycle software development, architecture, and operations support services to assist IHS with evolving the RPMS, as well as the software lifecycle programs and processes around the system, to align with current best practices in application architecture, design and management. The IHS strategy includes improvements in data modeling and mapping, transition to a true service-oriented architecture (SOA), and harmonization of disparate GUIs into a common interface framework compliant with accessibility and usability best practices in a platform-independent context (i.e. support for Web, mobile, machine, and other ancillary interfaces). IHS also seeks to continuously mature its governance model, project and portfolio management, system development life cycle, security integration, and software quality assurance processes. While IHS is not specifying a specific SDLC, understanding the capabilities of an organization's proven methodology is critical. IHS is particularly interested in identifying sources that have successfully implemented and adopted a methodology that is akin to the Scaled Agile® Framework or the Enterprise Unified Process. The reason for interest in this type of methodology is the need to support iterative development practices in a large, regulated, federal, health care environment. The projected scope of this requirement is estimated to reach $125 million over (5) years. Interested small businesses, with a high level of expertise and demonstrable past performance compatible with the IHS objectives described above are invited to submit capability statements. In order to be considered capable, all respondents must provide in their capability statements that they possess or have the ability of obtaining the following requirements: 1. An approved financial accounting system to support a cost- reimbursement contract 2. Financial capacity to perform the required services mentioned below 3. Indirect cost rate agreement 4. Ability to provide Other than Certified Cost or Pricing data RESPONSE INFORMATION In order to respond to this notice, interested firms should address the depth and breadth of in-house professional and technical capabilities, and must be able to clearly convey its experience and/or ability to perform in the following areas, which are identified as core services. 1. IT Architecture, including enterprise architecture, service-oriented architecture (SOA), solutions architecture, and standards development and adoption. 2. Application level security engineering and compliance, including identity and access management (IAM), ensuring conformance of application architectures with FISMA, Privacy Act, and HIPAA requirements, and ensuring conformance with industry health IT standards, certification requirements, and Meaningful Use. 3. Program management support, including program planning, product roadmap development, agile program management at enterprise scale, agile portfolio management, earned value analysis, capital planning and investment control (CPIC) reporting, capital budgeting, project cost accounting, program communications planning and execution, and policy analysis. 4. Software engineering in support of clinical, administrative, infrastructure (middleware), integration, and IAM services, using client-server, web-based architectures, mobile, and cloud computing architectures. 5. Project management support, including agile project management at enterprise scale, project communications management, release and iteration planning and management, retrospective management, and backlog management. 6. Analysis and design, including trade study support, joint application design, user-centered research and design, requirements research and analysis, business process analysis, workflow design, task flow analysis, data architecture, database design, and systems design. 7. Testing, including test planning, accessibility testing (both Section 508 and WCAG), performance and load testing, unit testing, integration testing, regression testing (manual and automated), standards conformance testing, user acceptance testing, usability testing (remote and mobile lab), meaningful use and industry certification testing, alpha/beta testing coordination, test results tracking and reporting. 8. Implementation and deployment support, including remote and onsite installa-tion/configuration support, release management, release calendar maintenance, deployment meeting coordination, deployment help aids development (e.g. notes and checklists), FOIA release management, and open source community coordination. 9. Training and documentation support, including training plan development, training schedule maintenance, training registration system maintenance, classroom materials development, student and instructor materials development, technical documentation, online content, onsite training planning and execution, remote training planning and execution, recorded training, patient education protocol development, and code manual development. 10. User support, including program/project level help desk integration within service levels, monitoring, researching, and responding to help desk tickets, documenting and updating tickets, resolving and closing tickets, escalating issues, maintaining systems' knowledge base records, monitoring and reporting on system and program service levels, and providing remote and onsite support nationwide. 11. System administration, including coordinating and administering application environments, including development, integrated testing, staging, certification testing, training, and production environments - within the IHS data center or a cloud computing environment. 12. Biomedical informatics support, including terminology support and maintenance, health information management (HIM) support, clinical informatics consulting, health IT consulting, and clinical quality and performance measurement support. 13. Quality assurance, including implementing a process maturity framework, executing a continuous process improvement framework, supporting independent verification and validation (IV&V), development and implementing corrective action plans and process change requests, management reporting, and Quality Assurance Surveillance Plan (QASP) reporting. 14. Project documentation support, including development, review, approval, and version control of required project documentation in an accessible format that conforms to the chosen SDLC methodology and government security and privacy requirements. 15. Software development lifecycle (SDLC) tools selection, implementation, maintenance and support for distributed, agile development teams, including support for the following domains: innovation management, requirements management, change management, configuration management, source control, project scheduling, resources planning, earned value, testing, build management, release management, risk, issue, and problem management, management reporting, and a project communications and documentation management. 16. Preferred IT Certifications/Accreditations, include: Capability Maturity Model Integrated (CMMI) Level III and higher; demonstrated, proven performance or certification in implementing agile or other iterative development models at enterprise scale; experience with ensuring conformance to electronic health record (EHR) certification requirements for Meaningful Use. 17. Transition Management, including preparing and conducting knowledge acquisition sessions with the incumbent at the beginning of the performance period and preparing and conducting knowledge acquisition sessions with follow-on contractors at the end of the performance period. INSTRUCTIONS TO INDUSTRY Questions: The Government will entertain questions regarding this Market Research; All questions should be submitted to the point of contact listed below not later than 3:00pm EST on Friday November 14, 2014. Interested small business firms are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Responses must directly demonstrate the company's capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above. The written response to this notice should consist of the following items: a. Company Name. b. Company DUNS number. c. Company point of contact, mailing address, telephone and fax numbers, and website address d. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives e. Date submitted. f. Applicable company GSA Schedule number or other available procurement vehicle. g. Do you have a Government approved accounting system? If so, please identify the agency that approved the system. h. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All respondents must register on the CCR located at http://www.ccr.gov/index.asp Disclaimer and Important Notes. This notice does not obligate the Government to award contract. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on a government GPE. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Responses must be submitted not later than 5:00pm EST on Monday, December 04, 2014 to Michael.Fischer@ihs.gov. Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for submission is ten (10) pages. As previously stated, the Government will entertain questions regarding this Market Research; All questions should be submitted to the point of contact listed below not later than 3:00pm EST on Friday November 14, 2014. Primary POC: Michael T. Fischer Contract Specialist Office: (301) 443-6749 Email: Michael.Fischer@ihs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/IHS0004/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN03582600-W 20141128/141126234024-58744b3a0802e8fd1b1046a617d8a745 (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.