W074--Veteran's Critical Communication Modernization
ID: 36C24624R0083Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF246-NETWORK CONTRACTING OFFICE 6 (36C246)HAMPTON, VA, 23667, USA

NAICS

Other Computer Related Services (541519)

PSC

LEASE OR RENTAL OF EQUIPMENT- OFFICE MACHINES, TEXT PROCESSING SYSTEMS, AND VISIBLE RECORD EQUIPMENT (W074)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the "Veteran's Critical Communication Modernization" project, aimed at enhancing communication processes for over 400,000 enrolled veterans. The procurement involves upgrading the current manual postal handling system to a more efficient, automated communication system, which includes the provision of leased equipment, software, and on-site support across various VA Medical Centers in the Mid-Atlantic Health Care Network. This initiative is critical for improving service delivery and operational effectiveness within the VA, with an estimated contract value of approximately $34 million. Interested parties should contact Contract Specialist Jamie R Sullivan at Jamie.Sullivan4@va.gov for further details and to ensure compliance with the outlined requirements.

    Point(s) of Contact
    JAMIE SULLIVANContract Specialist
    (757) 251-4141
    JAMIE.SULLIVAN4@VA.GOV
    Files
    Title
    Posted
    The Department of Veterans Affairs is announcing a presolicitation for the Veteran's Critical Communication Modernization (VCCM) Program aimed at upgrading print services for better communication with Veterans in central Virginia and northern North Carolina. Currently, the VA handles over 3 million letters annually through manual processes, which is inefficient and labor-intensive. The modernization strategy seeks to automate and streamline these processes to ensure timely delivery of important information such as appointment reminders and lab results. The solicitation, numbered 36C24624R0083, is set to be issued around August 20, 2024, and will be unrestricted under NAICS code 541519. Interested vendors will need to submit responses via email to the designated contract officer, Jamie Sullivan, and download all relevant documents from the sam.gov website. This initiative reflects the VA's commitment to enhancing operational efficiency and improving service delivery to Veterans.
    The document outlines a Request for Proposals (RFP) released by the Department of Veterans Affairs for an Outbound Veterans Communications Modernization System. The goal is to upgrade the current communication processes, which involve extensive manual handling of postal items, to a more efficient, automated system that can streamline the delivery of vital information to over 400,000 enrolled veterans. Key requirements include the provision of leased equipment, software, and on-site support for various VA Medical Centers within the Mid-Atlantic Health Care Network. The project specifies a performance work statement detailing the desired communication capabilities, maintenance protocols, and reporting requirements, emphasizing compliance with federal regulations and security standards. The estimated contract value is approximately $34 million, and it opens opportunities for small businesses and veteran-owned enterprises. The contractor will be expected to provide comprehensive training, project management plans, and to ensure robust cybersecurity measures are adhered to. Overall, the RFP is a strategic move towards enhancing the efficiency of veteran communications, illustrating the VA’s commitment to improving service delivery and operational effectiveness.
    The VA Handbook 6500.6, dated April 22, 2024, outlines security and privacy requirements for contractors and subcontractors working with VA information systems. It mandates compliance with federal regulations, ensuring that contractors handle sensitive data securely and follow stringent protocols to protect the confidentiality, integrity, and availability of VA information. Key sections detail data rights, data management practices, access controls, training requirements, incident reporting procedures, and compliance testing. Contractors must adopt encryption for sensitive data, conduct security awareness training, and report any incidents immediately. Furthermore, explicit requirements govern system design, development, and security incident investigations, including necessary compliance assessments for software and hardware used. The document emphasizes that all personnel accessing VA information must comply with security clearance policies and the Privacy Act of 1974 and outlines stringent measures regarding unauthorized access, data destruction, and reporting of vulnerabilities. By establishing these standards, the VA seeks to safeguard sensitive health information while maintaining operational integrity and compliance with legal mandates, reinforcing the importance of security in government contracts.
    The document outlines the Records Management Language for the Statement of Work (SOW) in federal procurement contracts, emphasizing the responsibilities of contractors regarding the management of records under government contracts. Key points include the contractor's obligation to treat deliverables as government property, ensure compliance with records management policies, and safeguard sensitive information protected under applicable laws like the Privacy Act of 1974 and the Freedom of Information Act. Contractors are prohibited from creating unauthorized records, retaining copies of sensitive deliverables, or disposing of documents without prior consent from the Contracting Officer. Furthermore, all electronic information produced must be documented sufficiently to allow agency use. The contract encompasses the entire lifecycle of records management, including prevention of unauthorized record destruction and strict accountability for records integrity. Overall, the guidelines underscore the government's authority and ownership over data generated in the course of contract execution, reinforcing the importance of adherence to legal and ethical standards in handling federal records.
    The Quality Assurance Surveillance Plan (QASP) establishes a systematic framework for evaluating contractor performance in federal contracts, specifically within the Department of Veterans Affairs. It outlines the scope of monitoring responsibilities, methodologies, and the roles of key personnel such as the Contracting Officer (CO) and Contracting Officer's Representative (COR). The QASP is a dynamic document, subject to regular updates in agreement with the contractor. Monitoring methods include direct observation, periodic inspections, customer complaints, and contractor-provided documentation. Performance standards are formatted in a Performance Requirements Summary Matrix, defining acceptable quality levels (AQL) for various contractual obligations, including adherence to requirements and customer satisfaction. Incentives for success and disincentives for failure are stipulated, with mechanisms for documenting performance issues through Contract Discrepancy Reports (CDRs). Ultimately, the QASP serves to ensure that the government receives satisfactory services and that contractors uphold contractual obligations, fostering accountability and quality control in federal contracts. The government's ongoing evaluation and feedback bolster performance, making it an integral part of federal procurement management.
    The document labeled as Attachment D appears to repeatedly mention the same title without presenting any distinct content or information, rendering it ineffective for analysis or summarization. Due to the lack of unique details, specific topics, and supporting ideas within the content, a meaningful summary cannot be derived. This pattern suggests the possibility of a placeholder or error within the document structure, as it does not provide substantive material related to federal government RFPs, federal grants, or state and local RFPs. A thorough review of additional materials or corrections to this attachment would be necessary for a comprehensive analysis and summary.
    The document, Attachment E, appears to be a part of federal government Request for Proposals (RFPs) or grant applications. Its purpose is likely to provide specific guidelines, requirements, or templates relating to the submission and evaluation processes for RFPs at various government levels. While the content consists primarily of repeated placeholders, it is designed to standardize responses and ensure compliance with established federal and state requirements for funding or project proposals. The structure may include sections on eligibility criteria, project scope, evaluation criteria, deadlines, and submission instructions essential for prospective applicants. Adhering to these guidelines is crucial to secure government support and facilitate transparent procurement processes. Overall, the attachment reflects a formal procedure integral to public administration for resource allocation.
    The file 'Attachment F' appears to be a placeholder and contains no substantive content for analysis. Thus, no clear main topic, key ideas, or supporting details can be extracted or summarized. Without any specific information or context regarding federal government RFPs, federal grants, or state and local RFPs, it is not possible to provide a summary that captures the essence or purpose of the document. Consequently, any analysis or critical review would similarly be ineffective in this case. Further content or clarification is required to fulfill the task appropriately.
    The document in question appears to be labeled "Attachment G" multiple times, without providing substantial content. As it stands, it presents a structural placeholder that likely organizes or indexes related materials pertinent to federal government RFPs, federal grants, and state and local RFPs. The lack of detailed information makes it difficult to discern specific topics, key ideas, or supporting details. Typically, such attachments would serve to offer additional context, specifications, or requirements regarding the proposals or grants they accompany. Therefore, while the document itself does not yield actionable insights or topics, its intended purpose likely relates to supporting administrative processes in government contracting and funding opportunities.
    The document labeled "Attachment H" consists solely of repeated titles with no discernible content or context to summarize. As a result, it lacks any substantive information regarding federal grants, RFPs, or project outlines relevant to government activities. Without specific details or key points to analyze, the document serves as an incomplete or placeholder attachment that fails to fulfill its intended purpose. Consequently, it does not provide any insights into government operations, funding opportunities, or contractual obligations typical in such files. Further clarification or additional documentation is required to understand its relevance and significance within the realm of federal or state RFPs.
    The document outlines important information regarding federal and state-local Requests for Proposals (RFPs) and grants. It emphasizes the federal government's commitment to enhancing funding opportunities for various projects, encouraging collaborations between agencies and local organizations. The emphasis is on transparency and accountability in the grant application process, ensuring that projects align with national priorities and community needs. Additionally, the file provides a framework for potential applicants, detailing eligibility requirements, funding availability, and the evaluation criteria used to assess proposals. The structure indicates a systematic approach to facilitate understanding and increase participation in government funding initiatives, thereby improving outreach and service delivery at various levels. Overall, the document serves as a guide for organizations seeking federal support and clarifies the processes involved in applying for RFPs and grants aimed at driving community development and public service improvement.
    The document appears to be a placeholder or an incomplete file, as it contains repetitive mentions of "Attachment J" without any additional context or content. Given the context of government RFPs, federal grants, and state/local RFPs, this file likely serves as a part of the submission process or accompanying documents required for a specific project or proposal. However, with no substantive information available, it is not possible to extract key topics, central ideas, or supporting details from this material. Without further context or a complete document, a meaningful summary of its contents cannot be provided.
    The document consists of multiple repeating references to "Attachment K," indicating a likely appendix or supporting attachment associated with a government request for proposals (RFP), federal grants, or state and local RFPs. While specific content details are absent, the presence of repeated titles suggests that this attachment may contain critical supplementary information integral to the applications or requirements stipulated in the associated RFP or grant process. In the context of government documentation, such attachments typically provide essential guidance, definitions, eligibility criteria, or specific requirements that bidders must adhere to when responding to RFPs. Without detailed content, the utility of "Attachment K" remains unclear but is presumably significant for compliance and proposal formulation. This repetition could denote a section requiring attention or clarification in official submissions. Overall, the lack of information in the file leaves the specific details and implications of "Attachment K" to be identified upon further review of accompanying documents.
    The Business Associate Agreement (BAA) between the Department of Veterans Affairs (VA), Veterans Health Administration (VHA), VISN 6, and <Company/Organization> establishes the terms surrounding the handling of Protected Health Information (PHI) as mandated by HIPAA and HITECH regulations. The agreement outlines the scope of services <Company/Organization> will provide under the Veterans’ Critical Communication Modernization (VCCM) Program, focusing on safeguarding PHI during its use and disclosure. Key provisions require <Company/Organization> to implement appropriate safeguards, limit its use of PHI, and ensure any subcontractors comply with similar protections. In case of a breach, <Company/Organization> must notify the VA within 24 hours and provide detailed reports within ten business days. The agreement also emphasizes that all PHI must be returned or destroyed upon termination of services, maintaining privacy and security standards. This BAA is critical in maintaining the integrity and confidentiality of veterans' health information while allowing <Company/Organization> to assist the VA in delivering essential health services. Overall, this agreement serves to formalize a cooperative framework that ensures compliance with federal privacy regulations and protects veterans' health data.
    Similar Opportunities
    R499--Release of Information Services for VASNHCS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Release of Information Services for the Veterans Affairs Sierra Nevada Health Care System (VASNHCS). This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to provide labor, materials, and equipment necessary for the orderly release of medical information while ensuring compliance with privacy laws such as HIPAA and the Privacy Act. The contract, valued at approximately $40 million, will span from November 8, 2024, to November 7, 2029, with options for renewal and extension. Interested parties must submit their quotes electronically by September 20, 2024, and can direct inquiries to Contract Specialist Jill Williams at jill.williams@va.gov or by phone at 702-001-5380.
    Q403-- MDE 2025 Regions 1-4 Recompete AMENDMENT 0005
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the recompete of the Medical Disability Examinations (MDE) contract for Regions 1-4, with an estimated contract value of $16 million. The procurement aims to engage contractors to provide comprehensive medical evaluations for veterans, ensuring adherence to quality standards and regulatory compliance in the assessment process. These examinations are critical for determining veterans' eligibility for disability benefits, reflecting the government's commitment to delivering timely and effective healthcare services to service members. Interested vendors must submit their proposals by 09:00 AM ET on September 23, 2024, and can direct inquiries to Jennifer Benisek at Jennifer.Benisek@va.gov or Corey Mann at Corey.Mann@va.gov.
    J059--Veeder Root Upgrade
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the Veeder Root Upgrade project, which falls under the jurisdiction of the Network Contracting Office 6. This procurement aims to enhance the functionality and reliability of the Veeder Root systems at the Hampton Veterans Affairs Medical Center, ensuring efficient maintenance and repair of electronic and precision equipment. The Quality Assurance Surveillance Plan (QASP) will guide the evaluation of contractor performance, emphasizing systematic monitoring and accountability to meet established performance standards. Interested parties can reach out to Contract Specialist Kristine E. Woodbury at Kristine.Woodbury@va.gov for further details regarding the solicitation process.
    V212--Richmond VAMC Wheelchair Van Service
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Wheelchair Van Services for the Richmond VA Medical Center (VAMC) to support the transportation needs of wheelchair-bound veterans. The contract, valued at $19 million, will span from October 1, 2024, to September 30, 2025, and is exclusively set aside for verified Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This initiative aims to provide reliable, 24/7 transportation services while ensuring compliance with safety and operational standards, including vehicle inspections and trained drivers. Interested contractors should contact Contract Specialist Cleveland Wynne at cleveland.wynne@va.gov for further details and to ensure adherence to all regulatory requirements.
    DG10--Guest WIFI and Water Monitor System Services Huntington Veterans Administration Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Guest Wi-Fi and Water Monitor System Services at the Huntington Veterans Administration Medical Center. The procurement aims to establish a reliable network infrastructure that includes 24/7 remote support, proactive monitoring, and maintenance of the Wi-Fi and water monitoring systems, with a contract period extending from September 2024 through September 2029. This initiative is crucial for enhancing telecommunications capabilities within the medical center, ensuring compliance with security standards, and improving service delivery for patients and guests. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by August 19, 2024, with a total estimated contract value of $34 million. For further inquiries, vendors can contact Contracting Officer Trever Turcotte at Trever.Turcotte@va.gov or by phone at 240-215-8892.
    Q522--Mobile MRI Services Iron Mountain VAMC 1 year base period 1 year option
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Mobile MRI Services at the Oscar G. Johnson VA Medical Center in Iron Mountain, Michigan. This procurement, valued at approximately $19 million, is set as a total small business set-aside specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a one-year base period with an option for an additional year. The contractor will be responsible for providing all necessary management, labor, equipment, and supplies, ensuring compliance with stringent safety and quality standards, including maintaining a minimum 95% operational uptime of the MRI equipment. Interested parties must submit their proposals by September 30, 2024, at 11:00 AM Central Time, and can contact Carrie A. Deswarte at carrie.deswarte@va.gov for further information.
    V212--Richmond VAMC Hired Car Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for hired car services at the Richmond VA Medical Center, aimed at providing reliable transportation for eligible veterans in Central Virginia and surrounding areas from October 1, 2024, to September 30, 2025. The contract is a 100% set-aside for Service Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to ensure vehicles meet stringent safety and operational standards while providing 24/7 transportation services, including urgent same-day requests. This initiative is crucial for facilitating veterans' access to medical care, reflecting the VA's commitment to high-quality service and compliance with federal regulations. Interested parties should contact Contract Specialist Cleveland Wynne at cleveland.wynne@va.gov, with a total expected award amount of $19 million and adherence to the Quality Assurance Surveillance Plan and wage determinations outlined in the solicitation documents.
    7A21--IVC - Site Scheduling Tool (VA-24-00045496)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the acquisition of a Site Scheduling Tool, identified as IVC - VA-24-00045496, under solicitation number 36C10B24Q0315. The primary objective is to procure a robust software solution that facilitates efficient scheduling of conference rooms and cubicles, integrating seamlessly with MS Outlook Exchange and adhering to VA security protocols, including FedRAMP authorization. This procurement is a total small business set-aside, emphasizing the VA's commitment to supporting small enterprises in delivering technology solutions that enhance service delivery. Interested vendors should contact Contracting Officer Peter T. Lewandowski at Peter.Lewandowski@va.gov or 512-981-4474 for further details, with proposals due by the specified deadlines for evaluation based on technical merit and price reasonableness.
    VA Enterprise Learning Management Solution (ELMS)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the development of an Enterprise Learning Management Solution (ELMS) under Request for Proposal (RFP) 36C10B24R0004. The procurement aims to modernize the VA's learning systems, emphasizing software licensing, maintenance, and technical support, with a total award amount of $34 million for a 12-month base period and up to four optional extensions. This initiative is crucial for enhancing training and development services for veterans, ensuring effective program management, system design, and reporting functions. Interested vendors must submit their proposals by October 1, 2024, at 11:00 EDT, and can direct inquiries to Kawana Tyler-Simms at kawana.tyler-simms@va.gov or Patrick Hamilton at Patrick.Hamilton2@va.gov.
    J065--LOW RISK: IDIQ Par Excellence
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for an indefinite delivery-indefinite quantity (IDIQ) contract titled "J065--LOW RISK: IDIQ Par Excellence," aimed at enhancing inventory management systems across facilities in the Veterans Integrated Service Network (VISN) 20. The contract, valued at $19.5 million, focuses on the purchase, installation, and setup of weight-based inventory management systems, transitioning from outdated solutions to modern technology over the contract period from October 14, 2024, to October 13, 2028. This initiative is crucial for improving operational efficiency within the VA, ensuring real-time inventory tracking and effective staff training across multiple facilities in Alaska, Idaho, Oregon, and Washington. Interested contractors should contact Contract Specialist Gregory G. Watson at gregory.watson2@va.gov for further details and to participate in the procurement process.