Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2008 FBO #2524
SOLICITATION NOTICE

70 -- Requirement for CoagClinic System

Notice Date
10/22/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Great Plains Regional Contracting Ofc, 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
W81NTE82888500
 
Response Due
10/30/2008
 
Archive Date
12/29/2008
 
Point of Contact
Roland Jasso, 210-221-4964<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation W81NTE82888500 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. This acquisition is solicited on a set-aside for small business basis for NAICS code 511210 and the small business size standard is 25 million. Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand name(s) or Equal applies to this acquisition. This requirement is for a CoagClinic Software System CLIN 0001: CoagClinic software usage license Quantity Unit Amount (On-site) 1 ea FOB: Destination CLIN 0002: Installation Quantity Unit Amount OB: Destination 1 ea CLIN 0003: Maintenance first year s/w upgrades Quantity Unit Amount 1 ea CLIN 0004: Additional Site participating MTFs Quantity Unit Amount FOB: Destination 10 ea CLIN 0005: Training fee per MTF Quantity Unit Amount FOB: Destination 6 ea CLIN 0006: Conversion Legacy database Quantity Unit Amount FOB: Destination 2 ea CLIN 0007: Quad Core Xeon E5450 Quantity Unit Amount Processor 2x6MB Cache, 1 ea 3.0GHz FOB: Destination CLIN 0008: iDataAgent for Windows Servers Quantity Unit Amount FOB: Destination 2 ea CLIN 0009: Premium MNT iDataAgent Quantity Unit Amount for Windows Server 2 ea FOB: Destination SALIENT CHARACTERICS: 1. Experience with implementation of in-house equipment/software installation (as opposed to Web-hosted with the BAMC/GRP requirement to have on-site data hosting) and appropriate on-site support. 2. Health Insurance Portability Accountability Act (HIPAA) Compliant. 3. Food and Drug Administration (FDA) registered. 4. Infinite number of users. 5. Ability to establish different hours of operation, ect for different locations. 6. Availability of staff education and on-going support with 24 hour response time for optimal use of program. 7. Willingness to license multiple sites hosted with central server at BAMC. 8. Capture all information necessary to provide documentation for billing purposes; easily produces report which is compatible with simple import into AHLTA. 9. Compatibility with PT/INR monitors used throughout Great Plains Region for in-clinic point-of-care eating; support for set-up of link for direct import of results: "HemoSense INRatio "iStat "Roche Diagnostics 10. Assist with meeting Joint Commission National Patient Safety Goal 3 by ensuring: "Defined anticoagulation management program "Basline INR "Built-in ACCP Guidelines "Track other medications and monitor potential interaction "Anticoagulation education materials "Track LMWH and Unfractionaged Heparin as well as oral Coumadin "Take home reports for patients including dietary notes; follow-up visit details and visual dosing cues 11. Automated Coumadin dosage using clinically proven algorithm, customizable by location & /or patient. 12. Manual dosing options for pre/post procedure and for major events 13. Easily generates routine and ad hoc clinic workflow reports & outcomes data related to: "Missed appointments "Time in and out of INR goal range "Graphs trends of patient results "Demographics information such as diagnoses for anticoagulation "Complications of anticoagulation "Incidence of side effects 14. Ability to have two levels of user: "Full edit/data entry "View Only 15. Inpatient heparin administration module available: "Documenting Baseline Platelet Count and automatically calculating the ratio of current platelet count to baseline count, thereby alerting to the possibility of Heparin Induced Thrombocytopenia (HIT). "Setting up both Heparin Loading and Maintenance Dosing protocols to be sure institution enforces these across all locations where heparin is administered. "Creation of customizable Maintenance Dosing algorithms based on PTT, Anti Xa or weight based criteria "Reporting tools which allow separate tracking of inpatient heparin administration. "Seamless transition from inpatient to outpatient anticoagulation management. 16. The system will be compatible with Microsoft Active Directory using a Windows based active directory domain for authentication. It is anticipated that the workstations and servers will be member (machine account) devices in an active directory domain and users will have user accounts managed by an active directory domain. Further, it is anticipated that users will be required to use two factor authentications. The current DoD recognized two factor authentication methodology used a Common Access Card (CAC). The proposed system shall be Internet Protocol Version 6 (Ipv6) compatible. 17. Remote access Licensor will work with licensee to establish a Virtual Private Network (VPN) tunnel to facilitate encryption of electronic Protected Health Information (e-PHI) through which all access to the system shall occur (e.g., technical support, software updates, etc.). The exact method of access will be determined by the licensee (e.g., Business to Business (B2B). In general, the licensor shall establish appropriate administrative, technical, and physical safeguards to protect any and all availability of the encrypted tunnel for this data to traverse. Licensor accepts all terms of the Department of Defense Business Associate Agreement (BBA). Any costs for additional hardware and or software configuration changes shall be borne by licensee, Licensor shall present an estimate of the cost of the work to licensor for approval prior to commencement of work. The equipment is located at SAMMC/GPRMC, Fort Sam Houston, Texas. Vendors shall comply with FAR 52.211-6 if submitting other than the brand name products. FAR clause 52.211-6 (and other provisions and clauses throughout this solicitation) can be viewed at Internet address: http://farsite.hill.af.mil/vffar1.htm. Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses can be viewed at Internet address: http://www.acq.osd.mil/dpap/dars/dfars/. Federal Acquisition Regulation (FAR) provision 52.212-1 [Instructions to Offerors Commercial] applies to this acquisition to include the following addenda: All Offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed at Internet address: www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract. Evaluation of Quotes: The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to this solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: 1. Technical Acceptability: In order to be considered technically acceptable, vendors must demonstrate that all items proposed [if other than Brand Name] meet or exceed the salient characteristics 1-17 listed above. 2. Price. All quotes will be evaluated on Technical Acceptability. The award decision will be based on the Lowest Priced, Technically Acceptable quote. FAR provision 52.212-1 [Instructions to Offerors Commercial] applies to this acquisition to include the following addenda: All offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract. Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. The provision can be downloaded by accessing the FAR clause 52.212-4 [Contract Terms and Conditions Commercial Items] applies to this acquisition to include the following addenda: Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 Electronic Submission of Payment Requests and DFARS 252.211-7003. FAR Clause 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 52.203-6 [Restrictions on Subcontractor Sales to the Government]; 52.222-3 [Convict Labor]; 52.222-19 [Child Labor Cooperation with Authorities and Remedies]; 52.222-21 [Prohibition of Segregated Facilities] 52.222-26 [Equal Opportunity]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-36 [Affirmative Action for Workers with Disabilities]; 52.232-18 [Availability of Funds];52.232-33 [Payment by Electronic Funds Transfer Central Contractor Registration]; and 52.232-36 [Payment by Third Party]. FAR 52.217-9; all clauses throughout this solicitation can be viewed by accessing website http://farsite.hill.af.mil/. The closing date and time of this solicitation is 30 October 2008, 2:00 P.M. Central Standard Time. Quotes shall be submitted on company letterhead and signed by a company representative by the closing date and time. Quotes may be submitted via mail, fax, or e-mail. (Mail: Great Plains Regional Contracting Office, Attn: Roland Jasso, 3851 Roger Brooke Drive L31-9V, Fort Sam Houston TX 78234-6200; fax: (210) 221-5359, Attn: Roland Jasso. Paper copies of this solicitation will not be issued and telephone, fax, or email requests for the solicitation will not be accepted. Point of contact: Roland Jasso, telephone: (210) 221-4964; email: roland.jasso3@amedd.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0928c8f286a7436857ec56ebf125c2d8&tab=core&_cview=1)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX<br />
Zip Code: 78234-6200<br />
 
Record
SN01695104-W 20081024/081022215106-0928c8f286a7436857ec56ebf125c2d8 (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.