Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2006 FBO #1749
SOURCES SOUGHT

70 -- PROCURE CLINICAL POINT-OF-CARE MEDICAL REFERENCEMATERIAL IN WEB-BASED ELECTRONIC FORM

Notice Date
9/8/2006
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
San Francisco VA Medical Center;CONSOLIDATED CONTRACTING ACTIVITY;KAREN SMITH (90CCA);4150 Clement Street;San Francisco CA 94121
 
ZIP Code
94121
 
Solicitation Number
VA-261-06-RP-0128
 
Response Due
9/18/2006
 
Archive Date
11/17/2006
 
Small Business Set-Aside
N/A
 
Description
This is a Market Survey to identify potential Service-Disabled Veteran-Owned Small Business (SDVOSB) sources that possess the expertise, capability, and experience to provide a real time on line medical library. Contractor shall offer: Scope A) Consult-level summaries and topics cover internal medicine, its subspecialties, primary care, surgery, mental health and related patient education material in a format suitable for use by attending level physicians, students, nurse practitioners, house staff and other point of care health providers. B) The product provides sufficient comprehensive information in a stand-alone purchase, independent of complementary or companion products offered by the vendor. C) The product offers diagnostic tools. D) Topics reflect current practice issues. Information Quality E) Information is accurate and relevant; data is of high quality for patient management. Authors and sources are expert. F) Synthesized information is clearly written, with competent authorship. Topics are presented succinctly, but with adequate detail to be useful to clinicians. G) "Best practice" or evidence-based information is included in recommendations for diagnosis or care. H) The product describes its policies for determining validity and standards for inclusion of material. I) Guidelines and summaries include references or sources. J) When necessary to the topic, images, tables and diagrams are available and clearly shown. There are no distracting extraneous graphics or text. System Navigation K) System navigation appears logical and is easy to use. There is fast access to topics and subtopics. Topic linking or indexing retrieves material of high relevance quickly. L) The product has "user friendly" help and direction aids. Currency M) Reviewing staff for topics and updates are qualified or expert. N) Topics are updated when there are changes in treatment. O) The date a topic was last reviewed for content is stated and easily found. 2. Site subscription details: A) Access to be granted through IP address validation or a "portal solution", eliminating the need for users to enter identification, username and/or password. B) An unrestricted number of simultaneous users are to have immediate access from any web-enabled computer within VISN 21 facilities, as well as all authorized remote access users (VPN access) within VISN 21. C) All site content and related software maintenance and support of the web site is the responsibility of the contractor. D) Content is updated on an on-going basis and posted to the website no less than every four months. 3. Offeror will make the product available for evaluation. Service is provided to VA Sierra Pacific Network VISN 21, which consists of the following facilities: Manila, Philippines Outpatient Clinic, Sierra Nevada health Care System-Reno, Pacific Islands Health Care-Hawaii, Northern California Health Care System-Sacramento, Central California Health Care System-Fresno, VA San Francisco Medical-San Francisco, and Palo Alto Health Care System-Palo Alto. These facilities have Out Patient Clinics that would require access to the internet library (40 locations). The North American Industry Classification System (NAICS) code is 511210 (Software Publishers) the Small Business Size Standard is $23 million. All interested parties must be registered in the Central Contractor Register (CCR) in order to receive an award. All eligible firms responding to this Sources Sought must ensure their response is complete and sufficiently detailed to allow the government to determine the firms' qualifications to perform this requirement. The Contractor must have experience in providing the same or similar services. The minimum level of acceptable experience required is 24 months within the previous 36 months. Past Performance: List your three most recent contract awards for like or similar work, to include Client's Name, Point of Contact, Phone Number, Description of Services, Dollar Amount, and Period of Performance. Please email your past performance response to karen.smith3@med.va,gov , reference VA-261-06-RP-0128 as subject line in email, no later than September 18, 2006; 3:30 pm PST. The Government does not intend to award a contract based upon this Sources Sought announcement. This market research does not constitute an invitation for bid or request for proposal and is not to be construed as a commitment by the Government. The Government will not reimburse contractors for any cost incurred for their participation in this survey. Questions can be submitted via email to karen.smith3@med.va.gov . Telephonic request will not be acceptable.
 
Record
SN01137629-W 20060910/060908220650 (fbodaily.com)
 
Source
FedBizOpps 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.