Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2008 FBO #2463
SOLICITATION NOTICE

70 -- Adult Addiction Severity Index Assessment Software

Notice Date
8/22/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Court Services and Offender Supervision Agency, Office of the Director, Procurement Management Staff, 633 Indiana Avenue, NW, Suite 880, Washington, District of Columbia, 20004-2902
 
ZIP Code
20004-2902
 
Solicitation Number
CSOSA-08-Q-0033
 
Archive Date
9/27/2008
 
Point of Contact
Elijah B. Anderson,, Phone: 202-220-5747
 
E-Mail Address
elijah.anderson@csosa.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This procurement is being conducted under Simplified Acquisition Procedures in accordance with FAR Part 13.5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. The associated NAICS code is 541511. This solicitation is open to all sources. The Court Services and Offenders Supervision Agency is Commercial Off the Shelf (COTS) Software that automate the Adult Addiction Severity Index (ASI) assessment model and provide plans for treatment and placement into drug and alcohol addiction recovery programs. CLIN 0001 ASI Software CLIN 0002 ASI Software Annual Maintenance and Support, each year for five years OVERVIEW (a) The Court Services and Offender Supervision Agency (CSOSA) and the Pretrial Services Agency (PSA) perform approximately 8500 Drug and Alcohol Treatment Assessments per year for individuals under Pretrial supervision, Probation, Parole and Supervised Release within the District of Columbia. In order to effectively assess clients and support treatment services for these individuals, CSOSA and PSA use the Adult Addiction Severity Index (ASI) assessment model. (b) CSOSA is seeking a vendor to provide software that will automate the Adult Addiction Severity Index (ASI) assessment model and provide plans for treatment and placement into drug and alcohol addiction recovery programs. The software must provide a complete clinical assessment system including centralized client intake, standard ASI assessments, automatic generation of printed narrative bio-psychosocial assessment, progress notes and discharge summary. Additionally, the software acquired must be web-based and have the ability to grow as assessment needs expand. DESCRIPTION OF SOFTWARE REQUIREMENTS The following data and/or processes have been identified as essential in managing the PSA and CSOSA ASI assessment process. The ASI assessment system must be able to collect, maintain and generate in requested reports, the following data: GENERAL SOFTWARE REQUIREMENTS The Adult ASI assessment software shall be Web based, providing the ability to complete assessments on line. Due to information privacy regulations, the system will be hosted and maintained on a government managed server(s). The system shall be able to manage a centralized client intake process for both PSA and CSOSA, provide a complete clinical assessment system, and support approximately 110 clinical users with approximately 65 concurrently using the system at any given time. The system shall provide layered access control mechanism that can be configured by the system administrator. The system shall also have a user-friendly ability to automatically generate the printed narrative bio-psychosocial assessment, automatically generate a recommended treatment plan, and provide for progress notes and a discharge summary. It shall provide ways for assigning clients to multiple treatment vendors, track clients through the treatment process and automatically generate both detailed and high-level reports. COMPLETE CLINICAL ASSESSMENT The software should be able to perform the industry standard Adult ASI assessment. In addition, the software should be able to provide for additional criminal-justice and mental health related assessment questions and scoring calculation as required by PSA and CSOSA. TREATMENT PLAN GENERATION (a) The software shall provide automated generation of level of care placement recommendations into drug and alcohol addiction recovery programs. The placement recommendations must adhere to the American Society of Addiction Medicine (ASAM) Patient Placement Criteria for the Treatment of Substance-Related Disorders, Second Edition—Revised (PPC-2R) and be derived from evaluation of key indicators of each of the six assessment dimensions filtered from the assessment. The evaluation shall give due weight to key factors of misrepresentation and client inability to understand. The software shall allow for the assessor to modify the analysis and provide for comments. (b) The software shall provide for automated generation of treatment plans that are assessment driven and allow for the creation of individualized, client-specific goals and objectives as well as timeframes for completion of goals and objectives. The automated treatment plans shall meet both JACHO (Joint Commission on Accreditation of Health Care Organizations) and CARF (Commission on Accreditation and Rehabilitation Services) standards. NARRATIVE BIO-PSYCHOSOCIAL ASSESSMENT The software shall have a user-friendly ability to automatically generate the printed narrative bio-psychosocial assessment at the completion of the ASI assessment process. This narrative shall contain socio-demographic information, including the client’s name, age, sex, race, referral source, and reason for referral; a description of the client’s substance abuse history; prior substance abuse treatment history; mental health history, including any current treatment and medications; physical health history, including any current treatment and medications; criminal history, including instant offense and prior convictions; social history, including housing/living arrangements, employment/job skills, education, military service, children/dependents, social supports, and income/benefits; and a description of the client’s readiness for change. The software must allow for the user to both edit and spell-check the narrative. PROGRESS NOTES AND DISCHARGE SUMMARY (a) The software shall be able to provide for progress notes and a discharge summary. The progress notes shall follow the SOAP format, and must allow an entry for each of the following areas: Subjective, Objective, Assessment, and Plan/Prognosis. (b) The discharge summary shall include a summary of the overall treatment experience and an aftercare/relapse prevention plan. REPORTS The system shall allow for generation of a wide variety of reports. The system data base shall be readily available to CSOSA and PSA and be SQL-server and Excel compatible. Examples of reporting requirements include but are not limited to the following: •Total number of ASI’s administered •Number of ASI’s administered per user •Summary data of treatment recommendations •Treatment recommendations by user •Length of Time to administer the ASI •Offender/Defendant demographic profiles •Offender / Defendant substance use/abuse drugs of choice and profiles CSOSA AND PSA SEGMENTATION The system shall be capable of separating out work areas between PSA and CSOSA staff members so that assessments are only accessible by each organization’s staff members. The system shall also have the ability to allow CSOSA and PSA to transfer assessments between each organization as offenders move between pretrial and post-trial status. TRAINING/SUPPORT (a) The package should include on site staff training and off site support for the life of the software. (b) The vendor shall provide IT administration training. IMPLEMENTATION (a) The vendor shall provide installation and configuration support. (b) The vendor shall provide optimal hardware specifications for the implementation. (c) The vendor shall provide full technical support and end user support. SECURITY MANAGEMENT The Contractor shall identify, as security-critical, those core items (hardware, software, or business process) whose failure could lead to a breach of system security. For each risk identified, the Contractor shall develop a security assurance strategy to ensure that the requirements, design, implementation, and operating procedures for the identified product minimize or eliminate the potential for breaches of system security. The Contractor shall record the strategy in the Security Management Plan, implement the strategy, and produce evidence, as part of required IT products, that the security assurance strategy has been carried out. FISMA COMPLIANCE The system design shall consider all Information Assurance (IA) controls of NIST 800-53 for a confidentiality level of moderate. The Contractor shall design a system that is certifiable and accreditable under current NIST guidelines. The Contractor shall support development and execution of a Certification and Accreditation Plan as part of the Security management Plan that assures the system meets current FISMA standards and has the ability to operate and to connect to the CSOSA infrastructure. PRIVACY ACT COMPLIANCE The Contractor’s system offered shall be in compliance with the Freedom of Information and Privacy Acts. The Contractor shall comply with OMB Memorandum, M03-22 (OMB Guidance for Implementing the Privacy Provisions of the E-Government Act of 2002) for conducting a Privacy Impact Assessment (PIA). INFORMATION TECHNOLOGY SYSTEM REQUIREMENTS The application shall compatible with Microsoft IE6 and later, Microsoft SQL Server 2005, Windows Server 2003 and Internet Information Server (IIS). SECTION 508 Federal Government Agencies and Departments are required to procure software that is Section 508 compliant. The contractor shall provide paperwork, called a Voluntary Product Accessibility Template (VPAT), regarding the 508 Compliance status of the product(s) at the same time the bid is offered. For more information about 508 Compliance, please visit the following site: http://508.hhs.gov/vendors.htm The purpose of this part is to implement section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d). Section 508 requires that when Federal agencies develop, procure, maintain, or use electronic and information technology, Federal employees with disabilities have access to and use of information and data that is comparable to the access and use by Federal employees who are not individuals with disabilities, unless an undue burden would be imposed on the agency. Section 508 also requires that individuals with disabilities, who are members of the public seeking information or services from a Federal agency, have access to and use of information and data that is comparable to that provided to the public who are not individuals with disabilities, unless an undue burden would be imposed on the agency. So if federal employees or the public will use EIT that we procure, or develop, then it has to be accessible. Technical standards that apply to web-based resources are provided below: www.section508.gov www.access-board.gov GENERAL SOLICITATION INFORMATION It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: www.acqnet.gov. The provision 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. Offerors should complete their representation and certifications at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. The CSOSA requests responses from qualified sources capable of providing these services in accordance with the description of requirement above. FAR provision 52.212-2, Evaluation-Commercial Items applies. Technical factors will be how the product conforms to the statement of work. Offerors may include any warranty provisions and site licenses as applicable for quotations. FAR Provision, 52.212-3, Offeror Representations and Certifications applies. If the contractor is not registered in ORCA, the vendor shall complete and submit FAR Provision, 52.212-3 with offer. FAR Clauses 52.212-4 and 52.212-5 apply. The FAR clauses cited in the clause are applicable to this acquisition: 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-13, 52.232-33, and 52.239-1. Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. RFQ RESPONSE Responses to this RFQ must be signed, dated, and received United Postal Service mail, overnight mail delivery, email or courier service by SEPTEMBER 12, 2008, NO LATER THAN 3:00 PM EST at the Court Services and Offender Supervision Agency, Attn: Elijah Anderson, 633 Indiana Avenue, NW, Suite 880, Washington, D.C. 20004. Email quotes submittalare limited to 10 Meg in size and shall be submitted to elijah.anderson@csosa.gov. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.g ov. The offeror shall provide the Government with access to the offeror’s proposed software for a period of thirty days after the close of the solicitation for evaluation purposes only. Questions concerning this solicitation shall be submitted in writing only addressed to Elijah Anderson, Contract Specialist via fax at (202)220-5711, or via email: elijah.anderson@csosa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c56c9b21f36f189f03b144416b5b2078&tab=core&_cview=1)
 
Place of Performance
Address: 633 Indiana Avenue, NW, Washington, District of Columbia, 20004, United States
Zip Code: 20004
 
Record
SN01648839-W 20080824/080822222932-c56c9b21f36f189f03b144416b5b2078 (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.