R702--VHA - VISN 5 DATA WAREHOUSE PROJECT

expired opportunity(Expired)
From: Federal Government(Federal)
36C24520Q0472

Basic Details

started - 10 Jun, 2020 (about 3 years ago)

Start Date

10 Jun, 2020 (about 3 years ago)
due - 01 Jul, 2020 (about 3 years ago)

Due Date

01 Jul, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
36C24520Q0472

Identifier

36C24520Q0472
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103639)VETERANS AFFAIRS, DEPARTMENT OF (103639)245-NETWORK CONTRACT OFFICE 5 (36C245) (3175)
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

DEPARTMENT OF VETERANS AFFAIRS, NETWORK CONTRACTING OFFICE 5 RFI/SOURCES SOUGHT 36C24520Q0472 For VISN 5 Data Warehouse Project Veterans Health Administration, Network Contracting Office 5, is issuing this request for information/sources sought notice in order to identify CVE verified Service-Disable Veteran-Owned Small Business (SDVOSB) and Veteran-Owned Small Business (VOSB) vendors that can provide services in support of the VISN 5 Data Warehouse Project in support of the Veterans Health Administration (VHA) VA Capitol Health Care Network - VISN 5. Description of Work: GENERAL INFORMATION 1. Title of Project: Data Warehouse Project 2. Scope of Work: This project consists of developing a business intelligent solution to help staff with clinical operations by providing key information in a more concise, timely, and accessible manner. This involves projects such as but not limited to: Strategic Analytics for improvement and Learning (SAIL), Electronic Health Record Modernization
(EHRM) and Veteran Equitable Resource Allocation (VERA). VA designed SAIL for internal benchmarking within VHA, to spotlight the successful strategies of VA s top performers in order to promote high quality, safety and value-based health care. The SAIL model contains measures covering clinical outcomes, throughput/access and operational efficiency. VERA involves coding and management of reimbursement to identify opportunities for conversion and providing staff a way to manage patients in the classification groupings. VA is changing to a new Electronic Health Records therefore many of the underlying data and work flows will be impacted. A thorough review of existing solutions will need be reevaluated and develop a plan to refactor, migrate or retired. This will require extensive knowledge of the existing CDW (Central Data Warehouse) data and architecture, understand the new environment, and the hospital operations. Projects relate to SAIL, EHRM and VERA to develop solutions will be used to help clinicians and leadership in the delivery and management of clinical care. The contractor is required to communicate concisely and clearly with clinicians, subject matter experts and leadership across the organization in a professional and collaborative manner. Solutions will encompass end-to-end of Microsoft Business Intelligence (BI) suite, Pyramid Analytics and other solutions as necessary. 3. Background: This contract will assist VISN 5 staff to improve with SAIL analysis, VERA management and EHRM migration. Each of these areas are constantly evolving that require new/modified solutions staff can used to improve care. VERA: There is potential to improve VISN 5 s reimbursement through better follow-up and management in relation to medical care. By appropriately addressing this gap a significant amount of reimbursement goes unrealized. SAIL, evaluates and compares a multitude of measures across VHA, CMS, and market sites. VISN 5 uses information SAIL to help focus efforts with provide quality care to the veterans. As VHA begins to transition to CERNER many of the VISN 5 data warehouse solutions will need to migrate, redeveloped, and/or modified. This will take knowledge of existing Vista/data warehouse solutions and environment and understanding of the new CERNER environment. 4. Performance Period: Subject to Change Base Year 08/01/2020 07/31/2021 Option Year 1 08/01/2021 07/31/2022 Option Year 2 08/01/2022 07/31/2023 Option Year 3 08/01/2023 07/31/2024 Option Year 4 08/01/2024 07/31/2025 The period of performance is from award to Contract end date. Work shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). 5. Type of Contract: TBD (Fixed Price) 6. Place of Performance: Virtual 7. Performance Based Contract: This contract requires the application of Project Management to meet deliverables on time, communication skills to meet customer satisfaction, and ability to teamwork. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kickoff meeting or has advised the contractor that a kick off meeting is waived. SPECIFIC MANDATORY TASKS Task one: VERA BI solution includes details on VERA classification/group information, demographics, coding, and other pertinent information to assist with VERA reimbursement management. BI solutions will utilize data from the CDW and ARC databases and apply complex logic to identify trends, KPIs, outliers. Reports will be hosted on a sharepoint site. Contractor shall be required to monitor and report progress to leadership and manage the project plan and monitor project specific goals related to VERA. Deliverables: 1. Monthly report of completed work for VERA BI solution 2. Robust, automated Leadership Scorecard and detailed level reporting with supporting report documentation due at the end of contract period. Task two: Develops BI solutions to provide analysis and tracking Hospital operation indicators on the SAIL report. Project will utilize data from the CDW, VSSC, or other databases to develop logic to identify trends, outliers, recommendations, and/or tracking. Contractor shall be required to monitor and report progress to leadership and manage the project plan and monitor project specific goals related to SAIL. Deliverable: Monthly report of completed work for SAIL solution Daily Summary Dashboard and patient level reporting and documentation at the end of contract period. Task Three: Migration of Data warehouse Reports and cubes. Analysis of SQL jobs and processes, VA New Databases, and VA s CDW. This will require evaluation and provide assessment of the CERNER model. Existing solutions will be prioritized for the contractor to then identify steps to refactor, estimated time of completion, and migration of solutions. Deliverables: Provides Monthly report of solutions migrated and completed worked. Task Four: Troubleshoot Data warehouse failures reported by the BISL or from SQL server systems. Errors will be reviewed and corrected daily in coordination with the Business intelligence Service Line (BISL) team. Deliverable: Provides daily report of issues with resolution plan. Task Five: Training: Individual will provide training to VA staff on use of TSQL and Microsoft BI suite. Deliverable: Training powerpoint or word document provided within 30 days of training. Tasks will follow agile project management methodologies. These solutions will require complete utilization and implement of the Microsoft BI suite and integration with SharePoint. Additionally, use DevOps cloud technologies/services such as AWS/Azure to develop and management solutions for user interface. Contractor is required to develop complex BI solutions that utilize all skills identified. Participation in Cross functional teams and peer review processes is required to ensure functionality of solutions prior to release. Documentation of the project will be submitted at completion entailing project scope, measure sources and description of logic used. SCHEDULE FOR DELIVERABLES If for any reason the scheduled time for a deliverable cannot be met, the contractor is required to explain why (include the original deliverable due date) in writing to the COR, including a firm commitment of when the work shall be completed. This notice to the COR shall cite the reasons for the delay, and the impact on the overall Task/deliverable. The COR will then review the facts and issue a response. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved by the Contracting officer. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the COR shall be borne by the contractor. REPORTING REQUIREMENTS The contractor shall provide the COR and/or Designee with daily email progress reports. These are due to the COR every Friday throughout the contract duration. GOVERNMENT RESPONSIBILITIES Government will provide a remote desktop connection to a VHA Development environment with all require Microsoft SQL server software to accomplish the required task. CONTRACTOR EXPERIENCE REQUIREMENTS KEY PERSONNEL These skilled experienced professional and/or technical personnel are essential for successful contractor accomplishment of the work to be performed under this contract and subsequent task orders and option. The contractor agrees that the personnel shall not be removed, diverted, or replaced from work without approval of the CO and COR. Any personnel the contractor offers as substitutes shall have the ability and qualifications equal to or better than the key personnel being replaced. Requests to substitute personnel shall be approved by the COR and the CO. All requests for approval of substitutions in personnel shall be submitted to the COR and the CO at least 30 calendar days prior to making any change in key personnel. The request shall be written and provide a detailed explanation of the circumstances necessitating the proposed substitution. The contractor shall submit a complete resume for the proposed substitute, any changes to the rate specified in the order (as applicable) and any other information requested by the CO needed to approve or disapprove the proposed substitution. Contractor s skills Contractors will be evaluated for technological expertise, communication , and project experience. A minimum of 5 years of experience using VA Fileman files, data structures and types A minimum of 10 years of experience working in Healthcare operations and clinical measures A minimum of 10 year experience using ICD 9/10, CPT, SNOMED, LOINC, and medical terminology Knowledge of VA regulations on privacy and security. Knowledge of VA Data warehouse systems Demonstrated 8 year experience working TFS Demonstrated 3 years experience working with SQL Server Platform 2016 or higher. Demonstrated 8 year experience working with Visual Studio A minimum 10 years experience data modeling. Expertise in SQL Reporting Services for Reporting, Integration, Analysis. Expertise in Project Management communication, ability to manage teams, and evaluate and provide recommendations. Strong Interpersonal skills listening, collaboration, 1 year of experience with DevOps Cloud Technology Candidates must have understanding of VERA and SAIL ARCHITECTURAL GUIDELINES The contractor shall adhere to all VHA policies, standards and tools for managing systems development artifacts. Specifically, these tools will include utilization of the Microsoft SQL Server Suite 2016, Team Foundation server, and ER Studio. Security and training The contractor shall ensure adequate LAN/Internet, data, information, and system security in accordance with VA standards and regulations. The contractor s firewall and web server shall meet or exceed the government requirements for security. All government data shall be protected behind an approved firewall. Any security violations or attempted violations shall be reported to the VA project manager and the VISN5 Information Security Officer as soon as possible. The contractor shall follow all applicable VA policies and procedures governing information security, especially those that pertain to certification accreditation. No Data will be stored on Contractor s equipment or sent through non-VA communication. All contractor employees and subcontractors under this contract or order are required to complete the VA's on-line Security Awareness Training Course and the Privacy Awareness Training Course annually. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s). Background Investigation All contractor employees require a background investigation and must receive a favorable adjudication from the VA Security and Investigations Center (07C). The position sensitivity impact is designated as MAJOR Risk and the background investigation level is High BI. Contractor Responsibilities The contractor shall bear the expense of obtaining background investigations through OPM prior to contract performance. Contractor will not start work till completion of background check and access approvals. The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship and are able to read, write, speak and understand the English language. The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract. Further, the contractor will be responsible for the actions of all individuals provided to work for the VA under this contract. In the event that damages arise from work performed by contractor provided personnel, under the auspices of this contract, the contractor will be responsible for all resources necessary to remedy the incident. P. CONFIDENTIALITY AND NONDISCLOSURE It is agreed all deliverables and all associated working papers, application source code, and other material deemed relevant by the VA which have been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the COR at the conclusion of the task order. List of Acronyms V5 Veteran Integrated Service Network 5 VAMC - Veteran Affairs Medical Center VISN - Veteran Integrated Service Network VHA - Veterans Health Administration VBAÂ - Veterans Benefits Administration CDW - Central Data Warehouse VERA Veterans Equitable Resource Allocation SAIL Strategic Analytics for improvement and Learning RDW Regional Data Warehouse ETL Extract Transform and Load CDW Central Data Warehouse LOINC Logical Observation Identifies for Names and Codes SNOMED Systematized Nomenclature of Medicine CPT Current procedural Terminology ICD9 international classification of diseases CO - Contracting officer COR Contracting officer Representative Interested & Capable Vendor Responses: NCO 5 is seeking responses from SDVOSB/VOSB entities that are interested in this procurement and consider themselves to have the resources, capabilities and qualifications necessary to Provide Services in Support Of The VISN 5 Data Warehouse Project. Please respond with your: Business name, business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), and person of contact (including telephone number & email address). Business CAGE Code & DUNS Number GSA contract number to include NAICS. (if applicable) Capability statement and summary of previous experience providing these types of services for the Veterans Health Administration or other similar facilities & equipment Responses must be submitted by 2:00 PM (ET) July 1, 2020. Responses to the information requested above must be submitted via email to darren.morris@va.gov. RFI/Sources Sought Disclosure Statement: This request for information/sources sought notice is for planning purposes ONLY and does not constitute a solicitation, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., small business set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted as a result of this notice.

Virtual in support of VISN 5 VISN 5: VA Capitol Health Care Network  Linthicum Heights ,
 MD  21090  USALocation

Place Of Performance : Virtual in support of VISN 5 VISN 5: VA Capitol Health Care Network

Country : United States

You may also like

OPTUM LABS DATA WAREHOUSE ACCESS

Due: 17 Sep, 2028 (in about 4 years)Agency: CENTERS FOR DISEASE CONTROL AND PREVENTION

BLUESKY CERTUS DATA SERVICES FOR NASA SCIENCE AIRCRAFT / IRIDIUM CERTUS COMMUNICATION SERVICE

Due: 30 Sep, 2024 (in 4 months)Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

VISN 5 DATA WAREHOUSE

Due: 20 Sep, 2024 (in 4 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541511Custom Computer Programming Services
pscCode R702Data Collection Services