Sources Sought Notice – R– USER ACCEPTANCE TESTING (UAT) *LOOKING FOR GSA CONTRACT HOLDERS*
Federal Information & News Dispatch, Inc. |
Notice Type: Sources Sought Notice
Posted Date:
Office Address:
Subject: R-- USER ACCEPTANCE TESTING (UAT) *LOOKING FOR GSA CONTRACT HOLDERS*
Classification Code: R - Professional, administrative, and management support services
Solicitation Number: VA74113I0101
Contact:
Description:
VA Health Administration Center
NAICS - 541511Agency:
Office: CBO SYSTEMS MANAGEMENT
Notice Type: Posted Date:
Sources Sought
Response Date:
Classification Code:
FSS Mobis or Schedule 70
NAICS Code:
541511
Synopsis:
THIS IS NOT A SOLICITATION. This is a Request for Information (RFI)/Sources Sought notice issued in accordance with FAR 15.201(e) to conduct market research. This
Contracting Office Address
Point of contact:
303-398-7107 (P)
Overview:
A skilled contractor is needed to provide an objective and independent assessment of software product and related processes throughout the project lifecycle. The contractor shall test the entire solution from the functional standpoint in order to verify that all features documented are working as specified in the requirements and design documents. Please review the attached draft Performance Work Statement (PWS) detailing the scope and requirements for the User Acceptance Testing (UAT).
Please respond to this
As prescribed in 19.508(e) or 19.811-3(e), insert the following clause:
Limitations on Subcontracting (
(a) This clause does not apply to the unrestricted portion of a partial set-aside.
(b) Applicability. This clause applies only to-
(1) Contracts that have been set aside or reserved for small business concerns or 8(a) concerns;
(2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) concerns; and
(3) Orders set aside for small business or 8(a) concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F).
(c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for-
(1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.
(2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials.
(3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.
(4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees.
(End of clause)
This is only an overview/summary does not include all requirements to complete Performance Work Statement (PWS).
Specific Response Instructions: Please submit your
Information Requested from Industry:
In response to the
1. Company Information / Socio-Economic Status
1. Provide the company size and POC information.
2. VA has identified the appropriate North American Industry Classification System (NAICS) Code 541511 Custom Computer Programming Services, which has a size standard of
3. Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic Status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small business, Women-Owned Small Business, Disadvantaged Small business, and
2. Background/Past Experience - Provide the following information on a maximum of three similar projects dealing with independent assessments of software product implementations and user acceptance testing. All projects referenced must have been completed within the last three years for which the responder was a prime or subcontractor.
1. The name, address, and value of each project.
2. The Prime Contract Type, Firm Fixed-Price, Cost Reimbursement or Time and Material
3. The name, telephone and address of the owner of each project
4. A description of each project, including difficulties and successes
5. Your company's role and services provided for each project.
3. Capabilities/Qualifications - Overview of proposed solution(s). Include a description of the capabilities/qualification/skills your company possesses for each of the below statements:
1. Assessment of capabilities to perform requirements noted in the
2. Assessment of the types of changes required to accomplish the goals.
3. Approach to be utilized to develop necessary changes to the systems to meet the organizational goals
4. Draft schedule to complete necessary changes.
4. Teaming Arrangements - Description of
5. Price Information - Provide your commercial price history and rough order of magnitude for the same or similar products/solutions.
6. Other Market Information - Provide any other relative information, this information must be included within the 15 page limitation.
7. Other Federal Experience - Identify the federal contract vehicles
PERFORMANCE WORK STATEMENT (PWS)
DEPARTMENT OF VETERAN AFFAIRS
Chief Business Office
Systems Management
(VHA CSM)
User Acceptance Testing Services (UAT)
Chief Business Office (CBO) Member Services
Systems Management
User Acceptance Test Services (UAT)
1. BACKGROUND
The Chief Business Office (CBO) is responsible for a broad range of business activities associated with health care benefit delivery. These activities occur both at the national and local medical facility level and are governed by statute and policy. The CBO is responsible for developing the business processes supporting the statute and policy governing VHA business programs. In addition, CBO is responsible for the timely and appropriate resolution of veteran inquiries and cases.
The Contractor shall provide User Acceptance Test (UAT) services and manages tasks to support the Chief Business Office Systems Management (CSM) and their Customers. The Contractor's services should provide an objective and independent assessment of the software product and related processes throughout the project lifecycle. The Contractor shall test the entire solution from the functional standpoint in order to verify that all the features documented are working as specified in the Requirements and Design documents.
SCOPE OF WORK
CSM team members employ specialized knowledge; skills and experience that help reduce a project's level of risk and thereby increase its likelihood of success. The suite of CSM tools improves a project's probability of success by building on what has proven to be successful. Project management processes (e.g., risk management, requirements development, project planning, configuration management, and project monitoring and control) are tailored to fit the size and scope of the project and provide proven procedures that lead to a desired result. The phases included in the CSM project management approach include initiating, planning, executing, monitoring and controlling, and closing out the project by transferring the completed product to the stakeholders and end users. From the Initiation through Execution phases processes are in place to support a project request from various stakeholders (such as the CBO Business Engineering Services Team), track status, monitor projects and tasks to further increase the likelihood of project success and provide senior managers with the visibility into the status of a project.
Provide User Acceptance Test (UAT) services that include an objective and independent assessment of software product implementations and related processes throughout the project lifecycle. The Contractor will work with Subject Matter Experts and Stakeholders to develop Test Cases and Test Scenarios, define Test Bed requirements, and to execute Testing tasks.
The Contractor shall provide services on the following areas:
o Task 1: Task Order Management and Administration
o Task 2: User Acceptance Test (UAT) Services
3. APPLICABLE DOCUMENTS
Documents referenced or germane to this Performance Work Statement (PWS) are listed below. The Contractor shall be guided by the information contained in the documents in performance of this PWS.
o 44 U.S.C. '' 3541, "Federal Information Security Management Act (FISMA) of 2002"
o
o 10 U.S.C. '' 2224, "Defense Information Assurance Program"
o
o 5 U.S.C. '' 552a, as amended, "The Privacy Act of 1974"
o 42 U.S.C. '' 2000d "Title VI of the Civil Rights Act of 1964"
o VA Directive 0710, "Personnel Suitability and Security Program,"
o VA Directive 6102, "Internet/Intranet Services,"
o 36 C.F.R. Part 1194 "Electronic and Information Technology Accessibility Standards,"
o
o An Introductory Resource Guide for Implementing the Health Insurance Portability and Accountability Act (HIPAA) Security Rule,
o Sections 504 and 508 of the Rehabilitation Act (29 U.S.C. '' 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220),
o Homeland Security Presidential Directive (12) (HSPD-12)
o VA Directive 6500, "Information Security Program,"
o VA Handbook 6500, "Information Security Program,"
o VA Handbook 6500.6, "Contract Security,"
o VA Handbook 6500.1, "Electronic Media Sanitization,"
o VA Handbook 6500.2, "Management of Security and Privacy Incidents,"
o VA Handbook 6500.3, "Certification and Accreditation of VA Information Systems,"
o VA Handbook, 6500.5, Incorporating Security and Privacy in System Development Lifecycle.
o Technical Reference Model (TRM) (reference at http://www.ea.oit.va.gov/Technology.asp)
o National Institute Standards and
o
4. PERFORMANCE DETAILS
4.1 Performance Period
The period of performance for the contract shall is one (1) twelve (12) month base period with two (2) twelve (12) month optional periods.
Any work at the government site shall not take place on Federal holidays or weekends (but may require off-hour work due to network loading or other disruptions that could occur) unless directed by the Contracting Officer (CO).
There is ten (10) Federal holidays set by law (
If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one (1) falls on a Sunday, then Monday shall be observed as a holiday. The other six (6) are set by a day of the week and month:
Memorial
Labor
4.2 Performance Order Type, Place, and Hours of Service
4.2.1 Performance Type of Order: Firm Fixed Price (FFP).
Place of Performance: The Contractor shall provide all facilities required to support staff assigned to this task order including network connectivity, office space, furniture, and personnel support. Regardless of staff location, the Contractor shall provide contract staff with end user computing equipment including common desktop computing software and hardware to perform the required services and in conformance with the VA guidelines. The Government shall provide VA specific software such as VPN and Remedy. The Contractor shall not transmit, store or otherwise maintain sensitive data or products in systems or media other than VA provided systems within the VA firewall and as permitted by VA and Federal policies. The VA may decide to provide Government Furnished Equipment (GFE) to the Contractor at the Government's discretion.
For the purposes of travel cost estimation, the contract place of performance is assumed to be located in
Hours of service: The contractor shall provide service during normal business hours from
4.3 Travel
Travel to attend project related meetings and reviews will be required through the period of performance. Travel shall be conducted on a firm fixed price basis and requires concurrence by the
The Government estimates the total number of trips in support of this effort is 10 trips totaling 50 days of travel during the first twelve (12) month period. Anticipated travel locations and quantities are as follows:
Location Trips
(Base Year) Days
(Base Year) Trips
(Option Year1) Days
(Option Year1) Trips
(Option Year2) Days
(Option Year2) Trips
(Total) Days
(Total)
Other 10 50 10 50 10 50 30 150
Total 10 50 10 50 10 50 30 150
Note: Although these are the anticipated travel locations, the decision on the destination is to be determined by the VA PM and approved by the COTR. The budgeting shall be based on anticipated number of days of travel (approximately 50 days for the first period of performance and 50 for the each of the option years).
Minimum Contractor Software/Tools/Methodology Expertise
The contractor shall have practical experience using best business Test Management practices, standard and agile project management, and with systems integration. This experience must be described in the proposal.
5. SPECIFIC TASKS AND DELIVERABLES
The Contractor shall perform the tasks and create the deliverables described in this statement of work (SOW). The Contractor shall provide resources that have proven experience using best business Test Management practices, standard and agile project management, Test Management Tools and with systems integration. All written deliverables shall be phrased in layperson language. Statistical and other technical terminology and conclusions shall not be used without providing a glossary of terms, any applicable models, and a description of the methodology and underlying approach used.
For every task, the Contractor shall identify in writing all necessary subtasks (if any) to an appropriate work package level, associated costs by task with related sub-milestone dates. The Contractor's subtask structure shall be reflected in the technical proposal.
5.1 TASK 1 -Task Order Management and Administration
The Contractor shall provide a detailed Task Order management plan, work plan, project plan, briefing, and kick-off meeting for the Government that presents Contractor's plan for completing the Task Order.
It shall include the Contractor's approach to technical and functional activities needed for management of this SOW, including schedule of deliverables, productivity and management methods such as Quality Assurance, Configuration, Work Breakdown Structure, and Human Engineering and describe in further detail the processes to be used for each aspect of the task order as defined in the technical proposal. The project and work plans shall be kept up to date throughout the life cycle of the contract to ensure it represents all tasks and current timelines.
The Contractor shall complete standard administrative tasks (e.g., background investigation forms, staff roster, mandatory training), and regular task updates including burn rates, progress, risks, issues, and opportunities.
5.1.1Deliverable 1.1: Task Order Management Plan
The Contractor's Task Order Management Plan shall be delivered within ten (10) business days from date of award and shall describe the technical approach, organizational resources, and management controls to be employed to meet the cost, performance, and schedule requirements throughout task order execution. It should include a detailed project plan and a work plan in
The Plan shall include the base period of performance and the plans for optional years. The Contractor shall perform regular updates to the project and work plans as needed during the performance period to ensure the work plan is kept up to date. Updates are required whenever additional activities are deemed necessary, when activities are identified as no longer needed, and/or when the planned completion date of any activity is changed or at a minimum on a monthly basis. These plans will be approved by the CSM Director or Deputy Director.
5.1.2Deliverable 1.2: Kick-off Meeting
The Contractor shall coordinate with the COTR a kick-off meeting to review the Task Order Management Plan within fifteen (15) business days from date of award or as agreed upon between VA PM and Contractor. The meeting shall include a project advisory group comprised of key stakeholders and subject matter experts (SMEs) to be identified by the VA PM in order to ensure common understanding of requirements and to set expectations.
At the kick-off meeting, the Contractor shall present the details of their intended approach, work plan, project plan, and project schedule, including deliverable dates, for review and approval by the advisory group. Work will not commence until the CSM Director or Deputy Director approves the approach and/or methodology, work plan, and schedule on behalf of the project advisory group.
5.1.3Deliverable 1.3: Key Personnel Roster
Contractor shall confirm and provide a roster of key personnel to the Contracting Officer within five (5) business days after award. It shall include a full and complete list of names, Social Security Numbers, and home addresses of personnel for the Background Investigation requirement.
5.1.4Deliverable 1.4: Mandatory Training and Administrative Requirements
Mandatory training (e.g., Privacy, Security) required as of the date of award of the order shall be completed and documented as appropriate within twenty (20) business days from date of award. If performance on this order crosses the anniversary date for recurring annual training requirements, such training must be completed within twenty (20) business days of the anniversary date. Training completed by individual staff within the same fiscal year under separate orders as otherwise required for this deliverable will be accepted so long as appropriate documentation is submitted. The Contractor shall submit electronically to the CBO COTR within twenty-five (25) business days of award - or in the case of staff added after performance begins, twenty-five (25) business days of their on-board date - a complete status of training for all staff.
Contractor shall submit the signed Business Associate Agreement (BAA) to the Contracting Officer within five (5) business days from date of award. The Contracting Officer will countersign and provide Contractor with a completed copy.
5.1.5Deliverable 1.5: Task Status Reporting
The Contractor shall deliver weekly activity and cost management reports. The Contractor may propose formats for the reports, and receive agreement from the Project Manager(s). First report is due within ten (10) business days from contract award, and every Thursday thereafter for the term of the contract.
5.2 Task 2 -User Acceptance Testing Services
The Contractor shall provide professional services for User Acceptance Testing (UAT) support to provide an objective and independent assessment of software product implementations (and related processes) throughout the project lifecycle. In addition, to facilitate early detection and correction of errors, enhances management insight into risks and mitigates the risks that a project will not meet its goals in terms of project performance, scope, schedule, and budget. The Contractor will work with Subject Matter Experts and Stakeholders to develop Test Cases and Test Scenarios, define Test Bed requirements, and to execute Testing tasks
Currently, CSM has a portfolio of programs that are in need of UAT support services. These programs include, but are not limited to, the following lines of business:
o Health Eligibility Center (HEC): Registration, Enrollment, and Eligibility; Member Benefits Handbook; Member Benefits Card; Veterans Identification Card; Income Verification; Informatics; and Health Benefit Plans
o Service Center Operations (Call Centers): Health Enrollment Center (HEC), Health Revenue Center (HRC), and Consolidated Patient Account Centers (CPACs)
o
o Veterans Transportation Program (VTP)
o Access to Care
o Legislative, Congressional, and President Initiatives
Business requirements are developed into systems/applications by the
The Contractor shall be responsible for coordinating the access and availability of databases and applications required to conduct the 'end-to-end' testing for the UAT being conducted.
The Contractor shall anticipate working on concurrent UAT efforts for the following projects (names might change). Note, projects might change period of performance (due to OI&T delivery schedules):
Index Period Project Estimated #Test Cases Estimated #Days Anticipated Integration Partners
UAT1 Base Year ESR 3.12 450-500 10 Identity Management Services, Content Management System, Workflow Engine, VistA REE
UAT2 Base Year ESR 3.13 450-500 10 Identity Management Services, Workflow Engine, VistA REE
UAT3 Base Year IVM Enhancements (Phase 1) 150-250 5 VistA REE, Correspondence
UAT4 Base Year IVM Enhancements (Phase 2) 150-250 5 VistA REE, Correspondence
UAT5 Base Year Veterans Online Application (VOA Phase 1) 450-500 10 Identity Management Services, ESR and VistA REE
UAT6 Base Year VOA (Phase 2) 450-500 10 Identity Management Services, ESR and VistA REE
UAT7 Base Year VPS/Kiosks (Phase 2) 450-500 10 Identity Management, Kiosks, Services Bus
UAT8 Base Year VTP (Phase 1) 150-250 5 VistA,
UAT11 Base Year Health Benefits Plans (Phase 1) 1,000-2,500 15 ESR, VistA REE, Billing, Pharmacy, Services Bus
UAT12 Base Year Health Benefits Plans (Phase 2) 1,000-2,500 15 ESR, VistA REE, Billing, Pharmacy, Services Bus
UAT13 Base Year VIC (Pilot) 450-500 10 Identity and Access Management, VIC Program, Computerized Patient Record System (CPRS), ESR
UAT14 Base Year VIC (Phase 1) 450-500 10 Identity and Access Management, VIC Program. Kiosks
UAT15 Base Year CCPC (Base year only) 1,000-2,500 15 ESR, VistA REE, Billing, Pharmacy, Services Bus
UAT16 Option Year 1 ESR 3.13 (Proof) 1,000-2,500 15 Identity Management Services, VistA REE, Integrated Electronic Health Record, Services Bus
UAT17 Option Year 1 ESR 3.13 (Deploy) 1,000-2,500 15 Identity Management Services, VistA REE, Integrated Electronic Health Record, Services Bus
UAT18 Option Year 1 ESR 3.14 (Proof) 450-500 10 Identity Management Services, VistA REE, Integrated Electronic Health Record, Services Bus
UAT19 Option Year 1 ESR 3.14 (Deploy) 450-500 10 Identity Management Services, VistA REE, Integrated Electronic Health Record, Services Bus
UAT20 Option Year 1 IVM Enhancements (Phase 3) 150-250 5 VistA REE, Correspondence
UAT21 Option Year 1 IVM Enhancements (Phase 4) 150-250 5 VistA REE, Correspondence
UAT22 Option Year 1 VPS/Kiosks Phase 3 450-500 10 Identity Management, Kiosks, Services Bus
UAT23 Option Year 1 VTP Phase 2 450-500 10 VistA,
UAT24 Option Year 1
UAT25 Option Year 1
UAT26 Option Year 1 Health Benefit Plans (Phase 3) 450-500 10 Services Bus and VIERS
UAT27 Option Year 1 Health Benefits Plans (Phase 4) 450-500 10 ESR, VistA REE, Billing, Pharmacy, Services Bus
UAT28 Option Year 1 VIC (Phase 2) 450-500 10 Identity and Access Management, VIC Program
UAT29 Option Year 1 VIC (Phase 3) 450-500 10 Identity and Access Management, VIC Program
UAT30 Option Year 2 ESR 3.15 450-500 10 ESR, VistA REE
UAT31 Option Year 2 ESR 3.16 450-500 10 ESR, VistA REE
UAT32 Option Year 2 IVM Enhancements (Phase 5) 150-250 5 ESR, IVM
UAT33 Option Year 2 IVM Enhancements (Phase 6) 150-250 5 VistA REE,
UAT34 Option Year 2 VA Self Service 1,000-2,500 10 Integration with MyHealtheVet, ESR, eBenefits, VOA, HEC portal
UAT35 Option Year 2 Enterprise Service Bus 1,000-1,250 10 Integration with
UAT36 Option Year 2 User Experience Applications 1,000-1,250 10 Mobil Applications, Service Bus, Portals
UAT37 Option Year 2 Scheduling Application 1,000-2,500 15 ESR, VistA REE, Billing, Pharmacy, Scheduling, Identity Management
The Contractor shall be responsible developing the master test plan (to include usability and integration testing), creating a traceability matrix between business requirements and test cases/scripts, writing user acceptance test cases/scripts, coordinating UATs, assisting the users and subject matter experts (SMEs) in executing test scenarios, and documenting findings. The users and SMEs which will exercise the following aspects of the application:
Level 1: The integration of components of the required systems; inclusive of testing for defects, coding errors, 508 compliance (as appropriate), and usability.
Level 2: To assure the complete system has been delivered. In this level of testing, the business owner is looking to guarantee components/interfaces have not been left out and/or the system conforms to the specified use case requirements.
Level 3: To assure the system meets the critical business requirements, such as end-to-end business functionality, volume, performance, and stress testing. Users of the system with the support of the contractor will perform tests, which analysts and developers have derived from the requirements gathered from the business as well as test scenarios written by users.
The Contractor shall lead the UAT team in the evaluation of the application by conducting user functionality tests, which consists of creating and executing test cases against the application. The test results will be used to determine whether the following items are included in the system:
1.0
o Required attributes/functionality are present
o Test cases in the required system are implemented
o Menus, screens, reports, system interfaces are present as specified and behave as documented and expected
o Interfaces to external systems work effectively
o Specified processing algorithms are implemented correctly
o End to end business processes work appropriately
o Requirements and rules are appropriate and complete thereby meeting the needs of the business
o Roles-based usage works accordingly
The majority of the UAT testing is anticipated to take place in
5.2.1 Deliverable 2.1: Develop UAT Management Plan
The Contractor shall develop a UAT Management Plan describing the activities, personnel, schedule, standards, and methodology for conducting the UAT for each one of the project engagements (UAT table) listed above. The UAT should be a repeatable process where lessons learned from previous efforts are incorporated to continuously improve the UAT process.
5.2.2 Deliverable 2.2: Provide UAT Support
The Contractor shall support the customer in performing User Acceptance Testing efforts as described in this Task and for the projects listed in the UAT table above. The activities include UAT planning, designing user acceptance test cases, assist in selecting team to execute UAT test cases, oversee the execution of test cases, documenting defects found during UAT, and providing a summary report upon completion of each UAT.
The User Acceptance Test Plan shall outline the UAT Strategy to include the key focus areas, entry and exit criteria. At a minimum, the plan must include:
o Test Approach and Methodology
o Assumptions and Constraints
o Setup of Test Environment (including test bed and user setup)
o Approach to Develop Test Cases
o Test Period
o Process to Document Test Results
o Traceability Matrix (traced back to business requirements)
The User Acceptance Test Cases shall be developed in simple language and outline the precise steps to help the Test Execution Team test the application thoroughly. They shall be developed to ensure that the UAT provides sufficient coverage of all the scenarios and will be mapped to the Requirements Traceability Matrix.
The User Acceptance Results Document shall be documented in a mutually agreed upon format. It shall document any issues found, such as bugs, crashes, or missing functionality.
Link/URL: https://www.fbo.gov/spg/VA/VAHAC741/VAHAC741/VA74113I0101/listing.html
Copyright: | (c) 2010 Federal Information & News Dispatch, Inc. |
Wordcount: | 4941 |
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News