The RFP Database
New business relationships start here

VA770-17-N-0312 RFI for Enterprise PGM/EPS Dynamed EPS Cache Application Support


Kansas, United States
Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

1

WARNING: SOURCE SELECTION INFORMATION See FAR B' 3.104. Release of This Document Without The Prior Approval of The Contracting Officer Is Prohibited Per The Procurement Integrity Act. Unauthorized Disclosure Could Result In Criminal Sanctions

THIS IS A REQUEST FOR INFORMATION (RFI) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the U.S. Department of Veterans Affairs, Network Contracting Office (NCO) 15, Consolidated Mail Outpatient Pharmacy (CMOP) Acquisitions is not at this time seeking proposals, and will not accept unsolicited proposals. Respondents are advised that the United States (U.S) Government will not pay for any information or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party s expense. Responses to the RFI will not be returned. Please be advised that all submissions become Government property and will not be returned. Responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor the Federal Business Opportunities (www.fbo.gov) site for additional information pertaining to this RFI. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited. Although the term offeror is used in this RFI, your response will be treated as information only and shall not be used as a proposal.

NAICS Code is 541512 (Computer Systems Design Services) and Product Service Code (PSC) is D319 (IT and Telecom Annual Software Maintenance Plans). Small Business Size Standard is $27.5 million.

OBJECTIVE:

The objective of this RFI is to conduct market research to explore small business sources capable of providing Enterprise ASP Maintenance support to the Department of Veterans Affairs Pharmacy Benefits Management (PBM) / Emergency Pharmacy Service (EPS) of Hines, IL, for the DynaMed EPS Cache application. Support includes performing all updates, revisions, patches, quick fixes (known collectively as enterprise updates), and enhanced telephone support as related to the operation of the DynaMed EPS cache application.

A draft copy of the Statement of Work (SOW) is attached.






Enterprise ASP Maintenance Support provides all updates, patches and quick fixes on an as available and as needed schedule. It also remotely monitors the application and underlying hardware to ensure software availability. Contractor will analyze and test these enterprise updates as they relate to the operation of the DynaMed EPS cache application. Contractor will then inform PBM/EPS when it can safely install the enterprise updates in the DynaMed EPS Production and Test Environments at Hines CMOP. Finally, Enterprise ASP Maintenance support includes: Internet Application Server Enterprise Edition; DynaMed Application; Current OS Server environments (Linux); hardware on-site maintenance; and enhanced telephone customer support.

The DynaMed application is licensed and is the intellectual property of the Information Control Management Corporation.

Information Control Management Corporation (ICMC), DUNS: 176739233), 12321 Middlebrook Road, Germantown, MD 20874-1581, is the creator of the EPS Cache application software and over the life of the contract has provided software modifications unique to the VA EPS service s requirements. Since this contractor owns the source code and proprietary maintenance rights of this application, it is impossible for any other company to provide support for this application. The National CMOP has been satisfied with the software and maintenance, which has helped meet CMOP needs in support of providing quality service to Veteran patients. Furthermore, to change the software and maintenance at this time would be cost-prohibitive due to having to reconfigure systems.

Offerors submitting capability statements would need to document and validate their ablility to provide such support to the CMOP PBM through approval as an authorized dealer or agent of the proprietary rights holder ICMC. A copy of proprietary rights letter from ICMS is attached. ICMS is the current incumbent Contractor on Contract VA797M-13-C-0055 for this maintenance and support.

Instructions for RFI Responses:

Responses must be submitted electronically to the Contracting Officer, Douglas Reed, at douglas.reed3@va.gov. Please list Capability Statement for Enterprise ASP Maintenance Support in subject line of e-mail. Responses are due by 1:00pm Central Standard Time (CST), 6-8-2017.

Respondents must submit their responses via email in .pdf format. The response should be no more than 20 pages in length (inclusive of charts, graphs, screenshots, and pictures), no larger than 9 megabytes for PDF, and should use font size 11 or larger.


Proprietary information submitted in response to this RFI will be protected from unauthorized disclosure as required by the Federal Acquisition Regulation (FAR). All proprietary markings should be clearly delineated. The respondent shall identify where data is restricted by proprietary or other rights and mark it accordingly.

Format for RFI Responses:

The format for the RFI responses is described below:

Cover Page: Shall contain (1) Company name, (2) Primary and Alternate Points of Contact, (3) Phone Numbers and Email Addresses, (4) DUNS Number, (5) Primary NAICS Code/Federal Supply Code (FSC), (6) Corresponding Business Size (i.e. Small Business, Service Disabled Veteran Owned Small Business, Veteran Owned Small Business, Woman Owned Small Business, Small Disadvantaged Business, HUBZone Business, or 8(a) Small Business), and (7) Federal Supply Schedule (FSS) or other GWAC Contract Number, if applicable.

Organization Experience/Past Performance: Provide a brief description of your organization s experience in same or similar services and/or product solution(s) to both commercial and government organizations.

Resource Capabilities: Provide a brief description of existing capability to meet the requirements contained herein.

Ability to Obtain Approval of Proprietary Rights Contractor: The respondent shall validate their ability to obtain such approval.

Please do not provide generic capability statements as they will add no value to this RFI. The Government is seeking specific information in conjunction with the requirements stated above and in the draft SOW.

Clarification of RFI Responses:

To fully comprehend the information contained within a response to this RFI, there may be a need by the Contracting Officer to seek further clarification from those vendor(s) identified as capable.

Douglas H. Reed
Contracting Officer

douglas.reed3@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP