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
DOCUMENT

R -- HIG 15-45 Data Quality Analysis - Attachment

Notice Date
11/26/2014
 
Notice Type
Attachment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70115N0045
 
Response Due
12/12/2014
 
Archive Date
1/11/2015
 
Point of Contact
Adrian Cadena
 
E-Mail Address
7-8300
 
Small Business Set-Aside
N/A
 
Description
VA701-15-N-0045 SOURCES SOUGHT Office of Health Informatics and Analytics (OIA) Health Information Governance (HIG) HIG 15-45 Data Quality Analysis INTRODUCTION This Sources Sought notice 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 VA is currently conducting market research to locate qualified, experienced, and interested potential sources. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this sources sought announcement. The Veterans Health Administration (VHA) is seeking interested sources (contractors) for a near-future solicitation and procurement for Data Quality Analysis support for the Office of Informatics and Analytics (OIA). At this time, no solicitation exists. Therefore, please do not request a copy of the solicitation. BACKGROUND The Business Product Management (BPM) Program operates within the Veterans Health Administration's (VHA) Data Quality Program. The BPM Program's primary role is to serve as a liaison between business stakeholder groups, technical communities and the individual Programs within the Data Quality Program (DQP) on issues related to data quality as well as issues related to Healthcare Identity Management (HC IdM). The BPM Program ensures that business stakeholder's data quality requirements and rules are identified and subsequently developed. As data quality requirements and business rules are developed and published, the BPM Program is responsible for ensuring that all internal and external stakeholders understand and adhere to the data quality requirements and business rules that are applicable to clinical, administrative and identity management data quality. In order to ensure adherence to Data Quality Standards, the BPM Program evaluates, reviews, and tests products throughout the software development lifecycle. The contractor shall support the BPM Program, and in turn the Data Quality Program. Specific work includes: a)reviewing business and technical project documents for proper, incorporation of defined requirements to implement data quality and identity management; b)developing and refining enterprise requirements, use cases and business rules used to implement and support data quality; c)planning and executing test plans for user acceptance testing of software products providing business and technical expertise in the areas of data quality and identity management, and d)performing data quality analysis and reporting in support of implementations and updates to algorithm and other software. REQUIREMENTS Please see the attached draft Performance Work Statement for more information. SUBMITTAL INFORMATION Responses will assist in determining the acquisition strategy used for this procurement. For example, if enough responsible and capable Small Businesses (or veteran-owned small businesses) respond, the acquisition strategy will possibly be set-aside; therefore, interested vendors who are responsible and capable of performing the work are strongly encouraged to respond by the date specified. At this time no acquisition strategy has been decided. 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. Companies should provide clear and unambiguous evidence to substantiate that they are capable of fulfilling the requirement. The following Information is requested in response to this Sources Sought notice: Please include: Company Name, Company Address, Point of Contact, Telephone Number, e-mail Address. A.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 each domain requirement for which your company is responding: a.Describe your Self-Performed* effort (as either a Prime or Sub-Contractor). b.Please be specific and provide a complete reference to include at a minimum the project name (and the government contract number, if applicable), contract award amount, start and completion dates, and the project owners' contact information. c.Additionally, please provide the Contract Type: Firm Fixed-Price, Time and Material, etc. *Self-Performed means work performed by the company themselves, NOT work performed by another company for them for any of the project examples provided. 2.A recap that describes the details of each project and why it is relevant to this requirement. 3.A table listing all companies involved in the relevant project(s), including the technical expertise and percentage of work that each company provided. B. Capabilities / Qualifications 1.Company business size and socioeconomic status (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Women-Owned Small Business,) the number of years in business, affiliate information: parent company, joint venture partners, potential teaming partners. a.Specify any teaming arrangements and how those arrangements will impact the structure of services their company can provide including technical expertise provided by each company. 2.If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant Special Item Numbers (SINS) applicable to this requirement. C. Responses to PWS Respondents shall provide responses to the following questions concerning the attached PWS: a)Provide any comments and/or questions your company may have regarding the draft PWS. b)Are there any areas of the PWS that could benefit from additional detail? c)What else has your company seen that could help better structure the PWS? This notice does not restrict the Government to an ultimate acquisition approach. All firms responding to this sources sought notice are advised that their response is not a request that will be considered for contract award. All interested parties will be required to respond to the resultant solicitation separately from their response to this sources sought notice. The Point of Contact (POC) for this RFI is: Adrian Cadena Contract Specialist VHA Program Contract Activity Central 6150 Oak Tree Boulevard Suite 300 Independence, OH 44131 Please submit electronic responses (via email) to the POC - Adrian.cadena@va.gov - no later than 01:00 PM EST on Friday December 12, 2014; however, the Government may continue to except responses after the aforementioned due date until the market research process is completed. All email correspondence for this project must reference the RFI Number and Project Title in the subject line of the email: HIG 15-45 Data Quality Analysis VA701-15-N-0045.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70115N0045/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-15-N-0045 VA701-15-N-0045.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1747752&FileName=VA701-15-N-0045-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1747752&FileName=VA701-15-N-0045-000.docx

 
File Name: VA701-15-N-0045 HDI-45 DQ BPM PWS - FY15 revised.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1747753&FileName=VA701-15-N-0045-001.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1747753&FileName=VA701-15-N-0045-001.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03582618-W 20141128/141126234032-d7618fbf32dc667a0907a1c56b2a6ff7 (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.