SOURCES SOUGHT
70 -- ICU RFI
- Notice Date
- 3/6/2008
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Shirley Whitby;Department of Veterans Affairs;Dayton VA Medical Center;4100 W. Third St.;Dayton OH 45428
- ZIP Code
- 45428
- Solicitation Number
- VA-250-08-RI-0162
- Response Due
- 3/31/2008
- Archive Date
- 4/30/2008
- Point of Contact
- Walt Banko 513-247-4621 walter.banko@va.gov
- E-Mail Address
-
Email your questions to Contract Specialist
(Shirley.Whitby@va.gov)
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs (VA) Veterans Integrated Service Networks (VISNs) are seeking preliminary information from prospective vendors capable of providing, installing, and implementing a non-developmental (off-the-shelf) intensive Care Unit (ICU) clinical information system (CIS). Vendors responding to the RFI should only address systems with applications that are fully functioning with U.S. clinical environments and capable of meeting the mandatory requirements found in section 1 and section 4 of requirements document/questionnaire accompanying this RFI. If analytic functions (analyses of data stored in a database) or reports are included in your proposed system, responses to the VHA Analytic RFI must be included with this submission. The purpose of this Request for Information (RFI) is to determine potential sources that would be interested and capable of providing the required capability, ensure early industry involvement in the effort, and gain critical market research information. The submitted documentation, upon delivery in response to this RFI, becomes the property of the U.S. Government and will not be returned. No solicitation documents exist at this time. This is NOT an Invitation for Bid (IFB) or a Request for Proposal (RFP). The Government does not intend to award a contract on the basis of this advertisement. This is a request for information/market research announcement for planning purposes only and the Government will not provide reimbursement of costs associated with the documentation submitted under this request. Responders are solely responsible for all expenses associated with responding to this inquiry. This announcement is not to be construed as a formal solicitation. It does not commit the government to reply to information received, or to later publish a solicitation, or to award a contract based on this information. The failure to respond to this request for information will not prohibit offerors from responding to any subsequent solicitations related to this program. Responses to the RFI will be shared with CIS committees from other VISNs and VA hospitals. Reasonable efforts will be made to keep responses confidential from other vendors and all non-VA personnel. However, if vendors wish to ensure confidentiality, the vendors must redact all identifying information in their responses. System Description: The ICU CIS system will include software applications, relevant hardware, interfaces to medical devices, interfaces to VA's VistA CPRS, and interfaces to other systems as may be defined in the final system specification. The ICU CIS will integrate information acquired at the point of care from a variety of medical devices. These include, but are not limited to: physiologic monitors (GE, Philips), ventilators (Maquet, Respironics, and Puritan Bennett), anesthesia machines (Drager, Datex Ohmeda), gas analyzers, infusion pumps (B.Braun, Alaris, and Hospira), intra aortic balloon pumps, and SVO2/CCO monitors. The ICU CIS will need to interface with other information systems including, but not limited to: VA's VistA/CPRS hospital information system (Lab results, user passwords, ADT, VistA Imaging, etc.), data analytic system, and each other (ICU & anesthesia record keeping system (ARK) CISs). In the event of subsequent solicitation and acquisition of an ICU CIS, the VA will require the following: 1. The vendor will successfully demonstrate and certify all required interfaces (see Interface requirements) with VistA prior to contract award and initial installation 2. All database and template modifications must be entered only once and immediately propagated to all other VISN hospitals. Individual hospital databases and templates will be locked to prevent unapproved modifications. 3. A site licenses that covers VISN-wide implementations for all applicable locations 4. An implementation program to be specifically designed for VA in order to leverage system knowledge and efficiencies 5. A uniform maintenance program includes all application upgrades and new versions and is available immediately upon program start. 6. Proposed systems must demonstrate that the complete application is fully functioning in U.S. clinical environments. The MSExcel spreadsheet accompanying this RFI contains a set of system requirements and characteristics that the VA desires in the ICU CIS system. In addition, specific questions about potential solutions are found throughout the spreadsheet. NOTE: the National System Requirements in Section 1 and the Interface Requirements found in Section 4 of the spreadsheet are mandatory. Vendors should only provide a response for systems capable of meeting these requirements. Prospective vendors are asked to review the requirements, characteristics, and specific questions; and comment on their capability of meeting the requirements. Responders are also encouraged to comment on the realism of the requirements, technical risk associated with the requirement; and suggest alternative specifications where appropriate. Comments for each item are to be entered directly in the spreadsheet in the column marked "Vendor Response."
- Record
- SN01525789-W 20080308/080306223833 (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 |