Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2003 FBO #0647
SOLICITATION NOTICE

99 -- Laboratory Information System

Notice Date
9/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Bureau of Prisons, FBOP - Field Acquisition Office, U. S. Armed Forces Reserve Complex 346 Marine Forces Drive, Grand Prairie, TX, 75051
 
ZIP Code
75051
 
Solicitation Number
RFQ41407-0031-3
 
Response Due
9/8/2003
 
Archive Date
9/9/2004
 
Point of Contact
Dennis Sherrill, Contract Specialist, Phone (972) 352-4511, Fax (972) 352-4545, - Melvin Gardner, Section Chief, Mount/Pac, Phone (972) 352-4505, Fax (972) 352-4545,
 
E-Mail Address
dsherrill@bop.gov, mgardner@bop.gov
 
Description
The Federal Bureau of Prisons , Field Acquisition Office in Grand Prairie, Texas, in accordance with FAR 6.303-1, intends to solicit and negotiate a sole source procurement with Opus Healthcare Solutions, 10713, North Road 620, Austin, Texas 78726. This requirement is to upgrade the existing laboratory information system at the United States Medical Center for Federal Prisoners (USMCFP), 1900 West Sunshine Street, Springfield, Missouri. This is a sole source, combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR 13.5 as well as supplemental information provided herein. This announcement constitutes the only solicitation and the Government does not intend to issue a written solicitation. This solicitation is being issued as a Request for Quotation 41407-0031-3. This will be a firm fixed price contract. The BOP will be awarding a contract in accordance with the provisions of FAR Part 13.5. Award will be based on best price to the Government. The RFQ incorporates the following provisions and clauses that are in effect through Federal Acquisition Circular 2001-15. FAR Clause 52.212-1 Instructions to Offerors?Commercial Items (JULY 2003), subsection (a), (b), (f), (g), and (j) applies. Clause 52.212-3 Offeror Representations and Certifications-Commercial Items (JUN 2003), Clause 52.212-4 Contract Terms and Conditions?Commercial Items (FEB 2002), Clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders?Commercial Items (JUN 2003), subsection (b)1,3,7,10,13-19 and 30 applies. Clause 52.228-5 Insurance - Work On A Government Installation (JAN 1997). Clause 52.237-2 Protection Of Government Buildings, Equipment, and Vegetation (APR 1984). The full text provision or clause may be accessed electronically at www.arnet.gov/far. GENERAL REQUIREMENTS: The upgraded laboratory information system will be used for ordering, accessioning via internet, maintain compatibility with other BOP patient databases for sharing between data repository environment, translation of the current BOP custom database definitions and all clinical data, historical, current, utilize current patient report structures compatible with historical data and maintaining patient test reports. The upgraded laboratory information system will have the capability to process, transmit laboratory final reports and track laboratory work for USMCFP and other Bureau of Prison Medical Institutions. Healthcare Opus Solutions is the developer and has proprietary rights to the software for the existing Lab Information System at the United States Medical Center for Federal Prisoners and other BOP Medical Institutions. Order entry, and inquiry into test status by patient name, identification number, accession number, or test name. This inquiry shall allow a search for a specified date range, department, test codes, or all tests. On line entering and editing of patient demographic date and test requests, including duplicate test check for inconsistent/illogical orders with a user defined time window shall be available. The system will allow for automatic or manual assignment of accession numbers, which will be user definable. The system will allow for specimen or aliquot labels to be printed automatically for scheduled pickups or to be printed dynamically. The system will be able to generate worksheets and work lists. Result entry format will be on line, discrete, or batched with the system being interfaced to user defined instrumentation for the laboratory at U.S.M.C.F.P. Springfield, Mo. These interfaces will include bi-directional or, if applicable, uni-directional interfaces with the Vitros 950,Beckman/Coulter ACL 100, Beckman/Coulter GenS, Abbott Axsym, and Abbott FPC and Commander. The system will allow for other interfaces to be activated for instrumentation that may be integrated into the laboratory at a later date. The patient results must be numeric or consist of predefined English statements,(comments), or free text comments. The laboratory information system will have the ability to reprint worksheets with completed tests results. Patient cumulative reports will be available upon request, in a user defined format. The system will maintain and be able to produce hard copy logs of pending tests, overdue tests, specimens, patients, results, daily activity summary, and a copy of information for C.A.P. workload recording. The system will allow the user to customize keypads for direct entry into the system of hematology differentials, and urine microscopies. A method to track the turnaround report data for times of test order to collection, collection to receipt, and receipt in laboratory to result verification and final test print will be available. Also included will be a unique defined system to track which staff member ordered, performed phlebotomy and testing, and reported patient testing. The system will allow for user controllable parameters for software to include the following for each laboratory test: order code abbreviations; test name; laboratory department; tube type and volume; reference laboratory codes; results units, laboratory staff codes and names to trace the chain of custody in the laboratory and password doctor codes and numbers, and user codes for Bureau personnel in satellite areas of our institution. Our institution must be able to customize patient reports to include the layout, headings, and vertical vs. horizontal trend analysis of the report. It shall include full feature editing. The laboratory information system must have the ability to capture client test orders and generate billing reports for individualized areas. The system will include a system of password lockout security to prevent unauthorized entry and access to the system, but it shall allow for real time patient processing and laboratory patient result availability. The system will allow multi user tasking support, i.e., ability to allow multiple users to simultaneously access the system in the laboratory with no loss of response time through the use of the software, i.e. concurrent log ons to the system. The system will allow a generation of daily activity reports of laboratory by all patients accessioned and a cumulative summary of reports generated in user defined format and time frame. It shall allow a search criteria, with parameters user definable, to retrieve information for tracking and trending QT information. There will be an archival data support for a minimum of 100,000 patient reports, and unlimited number of tests per patient requisition allowed. There must be an automatic backup of data capability per C.A.P., (College of American Pathologists), requirements. The system must provide capability for real-time data extraction to allow interface with the current Medical Center web-based applications. Installation must include current system data import to the new system. The following equipment will be required for the upgrade of the laboratory Information System: 1 HP-UX(Hewlett Packard 9000 Unix Operating System, 1 BarCode Blaster, 1 BarCode Blaster software to print patient identifying labels for all specimens, 1 HP Jet Direct 300X, 6 OpusLabview Concurrent Logons software license, , 1 Digiport Terminal Servier 16 port, 1 Management Report Package-Linux server, 1 Management Report Package-Crystal Report Pro 9.0. All start up costs must be included in a proposal, to include training for laboratory staff by the vendor staff, for on site expenses, air fare, per diem, rental car, and accommodations for the vendor installation staff. The system is needed by October 1, 2003, because of the age of the present system. The present stand alone system is 8 years old and is obsolete. To prevent a loss of patient data or lack of ability to expediently provide laboratory patient test results, the new system should be available immediately. The vendor staff will agree to adhere to all regulations and policies prescribed by the U.S. Medical Center and the Bureau of Prisons during and after the installation of the laboratory information system. It is estimated the new system will have support and be viable for a minimum of five years. The average life expectancy of laboratory equipment is approximately 5 years. SPECIAL CONTRACT CONDITIONS/CONTRACT SECURITY/INVESTIGATIVE REQUIREMENTS. The following requirements apply to those individuals delivering services inside the institution: 1. National Crime Information Center (NCIC) Check 2. DOJ-99, Name Check 3. FD-258 Fingerprint Check 4. Law Enforcement Agency Checks 5. Vouchering of employers over the past five years 6. Resume/Personal Qualifications 7. OPM-329-A, Release of Information 8. NACI Check (if applicable) Any individual who does not pass the security clearances will be unable to work within the secure perimeter of the institution. The final determination and completion of the security investigation procedures will be made at the sole discretion of the USMCFP. Once a contractor employee clears the initial screening requirements, a urinalysis test will be required before the individual is allowed access into the institution. If the results of the urinalysis test are positive, that individual will be disqualified from performing under the contract. If the individual clears both the initial screening requirements and the urinalysis test, that individual will be issued a pass for access into the institution. Contractor employees shall adhere to all institution regulations regarding conduct and performance. Contractor employees will be allowed access to the institution at the sole discretion of the Chief Executive Officer (CEO). Any individual performing under this contract may be removed if it becomes apparent that his or her conduct does not reflect the conduct of that prescribed for those people performing under non-personal service contracts. PRIVACY ACT NOTIFICATION. The contract will require contract staff to operate a system of records documentation and will require adherence to the Privacy Act of 1974. The system of records will be maintained in accordance with community standards for medical records. The contractor and/or staff are not authorized to disclose this or any information pertaining to an inmate to any non-BOP source. Any requests for such information shall be forwarded to the HSA for proper disposition. All interested parties capable of providing the required equipment and software may submit a RFQ/bid which will be considered by the agency in its final determination. All RFQ/bids shall be submitted to the address listed no later than September 8, 2003 at 9:00 am central standard time. All bids shall be clearly marked with RFQ 41407-0031-3. All vendors are hereby notified that if your bid is not received by the date/time and location specified in this notice, it will not be considered. This solicitation is distributed solely through the General Service Administration?s Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation will not be available. The website provides all downloading instructions to obtain a copy of the solicitation. All future information concerning the acquisition, including solicitation amendments, will be distributed solely through the website. Interest parties are responsible for monitoring this site to ensure you have the most up-to-date information about this acquisition. The North American Industry Classification System code for this solicitation is 423430.
 
Place of Performance
Address: United States Medical Center for Federal Prisoners, 1900 West Sunshine Street, Springfield, Missouri
Zip Code: 65801
Country: USA
 
Record
SN00423496-W 20030905/030903213238 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.