Search Contract Opportunities

Healthcare Identity Management (HCIdM) Support (FY24-HIG-157) (VA-24-00062862)   3

ID: 36C77624Q0232 • Type: Solicitation

Description

Posted: June 28, 2024, 12:01 p.m. EDT
Contractor questions submitted for RFQ #36C77624Q0232 - Healthcare Identity Management (HC IdM) and Program Responses Note: Some contractors submitted questions in the format of a chart. Information in parenthesis following a question notes a reference material or section in the chart that was associated with that question.) Q1. Will the government want to approve the Contract Team Lead as a KP? (PWS 6.1 Minimum Qualifications) A1. Yes Q2. Will any of the personnel required for this be evaluated by the Government using any specific technical evaluation scoring? (PWS 6.1 Minimum Qualifications) A2. Meet the min req as described in 6.1 Q3. Does the Government have a favored specific style already agreed upon or used? (PWS 5.3 Task 3: Reporting on Tasks 1&2) A3. Yes, an example is provided. See Attachment 1 Contract Team Productivity Template. Q4. Estimated quantity per month [of ID trait verifications] up to 1600 Can the Government describe the system process currently in use to determine this estimation/and the monthly actual requirements during the life of the contract? A4. Verbiage should have been minimum versus up to 1600. This is based off historical data via reporting functionality in the IdM Toolkit regarding what a competent employee could be expected to accomplish during that time period. Q5. What is the duration of the VA internal training program for this Task? (PWS 5.4 Task 4 Training Plan) A5. Four to five months. A copy of the current federal training plan is provided. See Attachment 2 HC IdM Training Plan. Please note that contractors do not complete the Phase 4 training. Q6. What are the levels of training? (PWS 5.4 Task 4 Training Plan) A6. Training is divided into 3 phases, training must be completed in order and all phases must be successfully completed. Q7. What is the minimum level of acceptability at each level of training? (PWS 5.4 Task 4 Training Plan) A7. See Training Plan, the contractor advances to next level of training upon successful completion of each prior phase. This is based on trainer/mentor evaluation and contractor feedback. Q8. Will the Government please explain what is required in the Offeror s approach to address non-compliance of policies and procedures within the PWS? (RFQ E.1.F.1.a - Non-Compliance of PWS Policies and Procedures) A8. It is discretion of contracting company to ensure acceptable quality/quantity levels are achieved in order to maintain the contract. Q9. Can the Government please confirm the roles of the Key Personnel? Based on our understanding of the RFP and the PWS, the Key Personnel roles are defined as the Contract Team Lead (6.1.A) and the Analyst (6.1.B)? Is that correct? Please confirm. A9. Yes Q10. For the Analyst position (6.1.B), can the Government please confirm that the Registered Health Information Administrator (RHIA) degree is not a mandatory requirement? A10. It is preferred, but not mandatory. In our experience, individuals with this level of knowledge acclimate to this work much more expediently with higher levels of understanding. Q11. Can the government please clarify the font size for tables, pictures and graphs. We respectfully request a font size of 10 arial. (RFQ Page 49 Paragraph 4) A11. This verbiage is not specific to our contract, but the RFQ clearly states nothing smaller than Font size 12, on standard 8.5 x 11 pages. Therefore 12 would be the minimum size. Q12. The work performed on this contract is highly sensitive and critical and as such, can the government please confirm that Past Performance submission must be from the Prime? (RFQ page 51, paragraph 2 Past Performance) A12. Past performance will be reviewed for all references submitted for Past Performance submissions completed as a prime or subcontractor, per the RFQ, Section 52.212-1 Instructions to Offerors, Item (F)(2), Past Performance Submission. Q13. Can the government please clarify the number of federal holidays that apply to this solicitation? Paragraph 4.1 of the PWS states "Under current definitions, *four [holidays] are set by date..." but the corresponding list contains *five holidays. (PWS page 9, paragraph 4.1) A13. Five is accurate. Q14. Can the government please clarify which Performance Metrics/Quality Acceptable Levels of Performance (ALP) are applicable to this work? The percentages cited in Attachment 1 - PWS Paragraph 6.5 do not match those listed in Attachment 2 - Quality Assurance Surveillance Plan paragraph 6. (PWS Page 23, Paragraph 6.5/Quality Assurance Surveillance Plan, Paragraph 6) A14. The PWS is accurate, please disregard that metric in the QASP. Q15. Within the technical instructions, the government states the following: The Offerors shall provide r sum s for all proposed key personnel which address qualifications, education, availability, and experience directly related to the requirements to demonstrate the Offeror s ability to successfully meet all of the Government s stated requirements for this effort. Can the government please clarify which key personnel they are referring to here? (RFQ page 52, section c Staffing Plan) A15. At a minimum a resume is required for Contract Lead, optionally, resumes for proposed analysts can be included and are appreciated. Q16. Can the Government confirm that we can designate as many Key Personnel as we deem appropriate? A16. Yes Q17. Can we submit resumes for non-Key Personnel as an appendix to the proposal outside of page count? A17. Yes Q18. Could the Government clarify if the Technical, Past Performance, Price, and Reps & Certs are to be included in a single volume? If it is not a single volume, can the Government clarify how many volumes they expect to receive? A18. Single volume is acceptable. Q19. Could the Government confirm the total Full-Time Equivalents (FTEs) required, and which ones they consider key? A19. We cannot designate the number required, but historically 8 has been sufficient to fulfill productions numbers in this contract. Q20. Is the Government open to receiving innovative solutions or recommendations for potential improvements? A20. Processes should be performed per the documents and procedures provided. If, in the course of performing the work, additional opportunities for improvements are discovered feedback, ideas and recommendations are appreciated. Q21. Are there any financial penalties associated with not meeting the performance standards, or is it purely based on performance ratings? A21. Performance ratings Q22. Is the report format and content requirements pre-determined or will we collaborate with stakeholders to develop and finalize? A22. Predetermined, template provided. See Attachment 1 Contract Team Productivity Template. We are open to ideas for improvement as you become engaged and familiar with processes. Q23. Are there any additional reporting requirements not explicitly mentioned in the QASP that we should be aware of? A23. No Q24. Could the Government designate which format they want for each volume of the response (e.g., PDF, Excel, etc.)? A24. Vendor has option to choose, however PDF is preferable. Q25. PWS 5.1-Deliverable Task 1 A text states that a minimum of 300-350 duplicate requests/tasks per month by 8 experienced FTEs, but later in section 6.5 in the table and in section 7.0 the reference to productivity changes to state up to 350 duplicate requests/tasks is the deliverable. For clarity can the Government standardize the language between 5.1, 6.5, and 7.0 to ensure uniformity? A25. All references should have stated minimum. Disregard the wording up to. Q26. PWS 5.2-Deliverable Task 2 A text states that a minimum of 1,400-1,600 requests/tasks per month by 8 experienced FTEs, but later in section 6.5 in the table and in section 7.0 the reference to productivity changes to state up to 1,400-1,600 requests/tasks is the deliverable. For clarity can the Government standardize the language between 5.2, 6.5, and 7.0 to ensure uniformity? A26. All references should have stated minimum. Disregard the wording up to. Q27. Regarding PWS 5.3 Deliverable Task 3 B, in the discussion regarding the HC IdM Detailed Metrics Report, there is a reference to a number of external support requests/tasks. Please define external support, i.e. VA outside of the program, DoD, other Government employees, or 3rd parties outside the Government? A27. Service Now (SNOW) Tickets, which are external versus the internal tickets in the IdM Toolkit Q28. Regarding PWS 5.4 Task 4-Training Plan, reference is made to minimum levels of acceptability at each level. Is our understanding that the table in section 6.5 of the PWS and the QASP under Section 6., outlines all minimum levels of acceptability? A28. Documentation in the PWS is accurate, please disregard the QASP levels. Q29. Regarding PWS 6.2.2 to 6.2.8, these sections look to be covering standards and guidance for use in software development projects. Are these sections relevant or not applicable to this solicitation which does not appear to involve software development? A29. This is boiler plate language and is not specific to this contract.
Posted: June 14, 2024, 10:42 a.m. EDT
Background
The Health Care Identity Management (HC IdM) Program operates within the Veterans Health Administration’s (VHA) Data Quality Program. The HC IdM Program’s primary role is to serve as the steward of patient and beneficiary identity data, performing data integrity tasks to maintain and support the Veterans Identity, traits and their subsequent VA system records linked to the identity. The VA MPI provides the mechanism for linking the patient or beneficiaries’ information, enabling an enterprise-wide view of individual and aggregate electronic healthcare records and their other beneficiary records.

Work Details
The Contractor shall identify and resolve data discrepancies, anomalies and exceptions; complete data verification/validation resolution activities; duplicate record resolutions; and daily/monthly HC IdM Contract Workload Metrics Reports containing statistics relating to the HC IdM Program workload. Tasks will originate from the VA MPI and IdM Toolkit. The Contractor shall follow HC IdM standard policies and procedures when operating in this environment.

Period of Performance
The Period of Performance (PoP) shall be a 12-month base period, with four (4) 12-month option periods (if exercised). Any work at site shall not take place on Federal holidays or weekends unless directed by the CO.

Place of Performance
Tasks under this PWS shall be performed at the site of the contractor and/or remote. Coverage shall be provided during the business hours from 7:30 a.m. to 6:00 p.m.; Central Time; Monday through Friday. A minimum level of support (4 contractors) must be provided during all hours of operation either remote or on site.

Overview

Response Deadline
July 8, 2024, 2:00 p.m. EDT Past Due
Posted
June 14, 2024, 10:42 a.m. EDT (updated: June 28, 2024, 12:01 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$500,000 - $1,500,000 (AI estimate)
On 6/14/24 Program Contracting Activity Central issued Solicitation 36C77624Q0232 for Healthcare Identity Management (HCIdM) Support (FY24-HIG-157) (VA-24-00062862) due 7/8/24. The opportunity was issued full & open with NAICS 518210 and PSC R408.
Primary Contact
Title
Procurement Tech
Name
Lisa A Strawbridge   Profile
Phone
None

Documents

Posted documents for Solicitation 36C77624Q0232

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation 36C77624Q0232

Award Notifications

Agency published notification of awards for Solicitation 36C77624Q0232

Contract Awards

Prime contracts awarded through Solicitation 36C77624Q0232

Incumbent or Similar Awards

Contracts Similar to Solicitation 36C77624Q0232

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 36C77624Q0232

Similar Active Opportunities

Open contract opportunities similar to Solicitation 36C77624Q0232

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > PCAC HEALTH INFORMATION (36C776)
FPDS Organization Code
3600-00776
Source Organization Code
100180033
Last Updated
Aug. 7, 2024
Last Updated By
lisa.strawbridge@va.gov
Archive Date
Aug. 7, 2024