SOLICITATION NOTICE
65 -- ANESTHESIA ELECTRONIC MEDICAL RECORD SYSTEM AT BROOKE ARMY MEDICAL CENTER, FORT SAM HOUSTON, TX
- Notice Date
- 3/4/2008
- Notice Type
- Solicitation Notice
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
- ZIP Code
- 78234-6200
- Solicitation Number
- W8NTE52029580
- Response Due
- 3/14/2008
- Archive Date
- 5/13/2008
- Point of Contact
- Jacqueline.glosson, 210-916.8783
- E-Mail Address
-
Email your questions to Great Plains Regional Contracting Ofc
(jacqueline.glosson@amedd.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Brooke Army Medical Center (BAMC), Fort Sam Houston, Texas. Solicitation Number: W8NTE652029580. Anesthesia Electronic Medical Record System (AEMR) for Brooke Army Medical Center (BAMC), Fort Sam Houston, TX. The AEMR System is the proprietary so ftware system of DocuSys, Inc. FAR 52.211-6 Brand Name or Equal, shall apply to this requirement. Products offered as Equal shall meet the following salient characteristics to be considered: REQUIRED OPERATIONS CAPABILITIES - Web based Pre-Op capabili ty; Remote case viewing capability; Display a facility supplied list of Surgical Procedures; Associate specific Patient with associated Surgical Procedure; Assign Secondary Surgical Procedures to Primary Surgical Procedure; Schedule and Assign Patient and associated Surgical Procedure to a specific location (i.e. Operating Room, Special Procedures, Endoscopy, etc&); Track patient through the entire Surgical encounter (starting with admission and ending with Post Anesthesia Care Unit turnover by Anesthesia); Display the tracking/location on the displayed Schedule; Display staff listings for Surgeons, Anesthesiologists, Anesthetists, Nursing Staff; Locally Add/Edit Staff; Deactivate specific Staff should they become inactive at BAMC; Assign specific Staff to s pecific surgical procedures; Record and display Staff Medically Responsible for the Case, Medical Supervision, Staff relief including purpose for relief; Record and alert (visually and audibly) the Clinician to Drug Allergy, Drug to Drug Interaction, Contr a-Indicated Drugs, etc&for both prescribed and home medications; Associate bolus drugs to specific patient during the surgical process; Record and display location of IV Catheter; Record and display Fluids and Infusions; Continuously add to, record and dis play Fluid and Infusion totals; Add manual Notes to the AEMR; Use automated notes associated with Anesthesia Types and/or Specific Procedures; Locally configure Automated Notes for whatever purpose is required; Interface to Compostie Health Care System I a nd II , and Essentris Inpatient Medical Record (either directly or indirectly) and other off-board Systems via HL7 and/or scripted messages as coordinated with interfacing systems program offices; Provide an image (in multiple formats) of the Anesthesia Re cord to be electronically transmitted to a mapped drive with a shared folder on that drive for access by personnel with applicable needs and permissions to access such. REQUIRED TECHNOLOGY CAPABILITIES - Network Operating System shall be Windows 2000 or Windows 2003 (Standard or Advanced [preferred]) with Active Directory Enabled; Workstation Operating System shall be Windows 2000 or Windows XP; Professional (preferred); Database shall be Microsoft SQL 2000; Built in Reporting plus ability to do ad hoc re porting and queries; Vendor shall be a Microsoft Certified Provider; AEMR shall utilize no proprietary hardware to accomplish all Current Capability; AEMR shall utilize standard, Commercial-Off-The-Shelf (COTS) hardware; Vendor shall provide a detailed d escription of Warranty Support; Vendor shall provide detailed system documentation, site specific; documentation (detailing changes that are specific to BAMC), training manuals, electronic training material/tutorials, and any other related items required t o configure and/or maintain the system locally; Vendor shall utilize the existing mounting solution from the old AIMS to mount the hardware anesthesia platform (at this date, North American Drager Narkomed 2C and Ohmeda 210); Vendor shall make every effort to utilize existing components of the old Anesthesia Information Management System of a technology level sufficient to support the Anesthesia Electronic Medical Record; Vendor shall install the anesthesia platform mounting hardware at No Charge to BAMC. DESIRED FUTURE CAPABILITIES Infusion Pump control and monitoring. This module shall be capable of taking in data from existing pumps via RS 232 ports and displ aying that data; The use of a device capable of monitoring syringe plunger movement and; associating that movement with the amount of drug/narcotic delivered; Coding cases in the OR with both the Procedure (International Classification of Diseases 9 (ICD9) Code and the Procedure (CPT) Code; Automated updating of American Medical Association and American Society of Anesthesiology Codes when new codes are added and old codes are deleted; Ability to automatically crosswalk the AMA to the ASA code and automa tically calculate and display Relative Value Units (RVUs); Ability to automatically transfer Co-Morbid conditions directly from the Pre-Op Module to the Coding Module with no further input from the Clinician; Ability to electronically transfer all coding data to the Military Treatment Faciltiy Billing Office along with a copy of the automated anesthesia record. SUPPORT - Vendor shall provide a detailed plan for Support. This plan shall identify the following: a. Levels of support; b. Party responsible for each level of support; c. Protocol for escalation of the support process; d. Response times for each level of support and whether that response is remote or on-site; Vendor shall supply on site support for one month (30 days) after Go Live. WARRA NTY - Vendor shall supply one full year (defined as starting at the Go Live Date) of Software Warranty at No Charge to BAMC for the Warranty Period. The Brand Name products to be purchased are the following. If Equal products are proposed, they must s atisfy the following descriptions. DocuSys, Inc. 1) P/N STWDS-0001, STWDS0003 Version 6.0 AEMR Software, Qty 22; 2) P/N STW-TS-0024 Capsule Vital Signs Monitor Interface, Qty 65; 3) STW-TS-0017, STW-TS-0016 Server Third party Software, Qty 1; 4) P/N INT- AD-0001 CIS Interface, Qty 1; 5) P/N INT-PW-0001 Scheduling Interface (S3), Qty 1; 6) P/N INT-PW-0002 Custom Interface to ALTHA, Qty 1; 7) P/N IMP-SR-0001 Implementation and installation, Qty 1. Insight Public Sector. 1) P/N 997334900 Planar PT 1710MX Fla t Planer Display TFT 17, Qty 22. Dell. 1) Latitude D630 Laptop, Qty 1; 2) OptiPlex 755 Small Form FactorEnergy Smart Workstation, Qty 22; 3) PE2950 Server, Qty 3. The period of performance will be from Date of Award to 31 August 2008. This solicitati on is being conducted as a commercial acquisition in accordance with FAR Part 12. This solicitation will be issued on or about 10 March 2008. The solicitation will be available at https://acquisition.army.mil/asfi/gov_personnel_main.cfm Paper copies of t his solicitation will not be issued and telephone requests for fax copies will not be accepted. Point of contact (POC) is Jacqueline Glosson, Contract Specialist, Phone 210.916.8783, Fax 210.916.1750, Email Jacqueline.glosson@amedd.army.mil
- Place of Performance
- Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
- Zip Code: 78234-6200
- Country: US
- Zip Code: 78234-6200
- Record
- SN01523719-W 20080306/080304225358 (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 |