Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2008 FBO #2539
SOURCES SOUGHT

R -- Ancillary and Business Replacement of CHCS

Notice Date
11/6/2008
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-09-RFI-12603
 
Response Due
12/1/2008
 
Archive Date
1/30/2009
 
Point of Contact
Barry Sayer, 301-619-1163<br />
 
Small Business Set-Aside
N/A
 
Description
Description The results of this RFI are NOT intended to result in the issuance of an RFP or RFQ. Introduction: USAMRAA on behalf of the Department of Defense has developed this Request for Information (RFI) to support the efforts to acquire and implement applications to support replacement of ancillary and business needs of the DoD Electronic Health Record (EHR). The proposed solution must be able to provide laboratory to include anatomic pathology, pharmacy including inpatient and outpatient services, and radiology services as well as the ability to accommodate inpatient documentation and external function as a stand alone note writing system for clinical use. The solution must provide the features needed to support the clinical and business needs of community and academic inpatient centers as well as stand alone clinics. This must be accomplished while allowing all data to be centrally aggregated and shared on global basis. This RFI is intended to solicit information from industry on current system capabilities to support the analysis for this project. The desired outcome of this RFI is information on potential solutions that are available to meet the MHS needs. The Government does not desire to receive nor will the Government review individual corporate marketing materials or slick sheets. The Government will not review information about products that do not meet the minimum specification listed. Please see submission procedures listed at the end of this notice. Contractors supporting the DoD team will review materials submitted in response to this RFI. The respondents agree that any material submitted in response to this RFI may be used in part or in whole by the Government as required to support the DoD efforts outlined. Minimal requirements for a proposal to be reviewed are as follows: 1.Proposed system must provide a single fully integrated suite including laboratory, radiology, and pharmacy services with an integrated inpatient module along with business functionality to support inpatient and outpatient needs. 2.The proposed system must currently be in use in at least 10 separate hospitals to include at least one community based hospital and one academic medical center. 3.The proposed system must have shown and be able to currently demonstrate that data from multiple facilities (minimum 3) can be aggregated from its system. 4.The proposed ancillary modules of laboratory, radiology, and pharmacy must have within the last year passed a national standards inspection specific to that modules capability. 5.The proposed system must have in the past year been in use in an inpatient facility that passed a JACHO inspection with a score of at least 90. The hospital must have had an Emergency Room, Intensive Care Unit, and Surgical Suite. 6.The proposed system must have the ability to send and receive data as well as information by HL7 and other standard formats a.The proposal must list all available data fields that can be sent and received without any system modification for : "Pharmacy "Laboratory "Radiology "Inpatient coding "Outpatient coding "Allergies "Inpatient documentation "Clinic, provider, and hospital business/practice management data. 7.The proposed system must be able to interface with standard medical equipment and physiologic interfaces via HL7 or other standard interfaces. Note: The proposal should include a list of all equipment/systems that have an interface built to their system that would be part of the proposed solution. 8.The proposed pharmacy system must be able to integrate for display medication data received from other sources (Example: Pharmacy Data Transaction System) 9.The proposed system should allow the use of outpatient note writer and the DoD Dental documentation system in AHLTA. 10.The proposed system should have a standard outpatient documentation interface. 11.The proposed system should be able to field to support outpatient facilities alone and with inpatient hospitals. 12.The proposed system should offer annual updates to their system with a pattern of delivering annual updates for at least 3 years. 13.Outpatient appointment scheduling system 14. Integrated practice management software 15.Integrated patient portal 16.Real time eligibility checking 17.Referral and authorization tracking 18.Inpatient bed management software 19.Surgical scheduling 20.Case management solutions 21.Point of Care decision support for outpatient and inpatient 22.Integrated Clinical Practice Guidelines 23.Ability for Remote Access/hosting 24.Personal health record 25.Secure messaging between patient and medical staff 26.Internet based appointing 27.System must allow addition of military unique data items to the database and allow documentation with same items while allowing configuration management across the system. 28.System must permit incorporation of XML based forms to include being able to incorporate data off the forms into the patient record and database. Questions/Items: The Government desires that respondents offer their experience and recommendations on the following questions as well as details the capabilities of specific known system(s): 1.TECHNICAL SOLUTION: a.What IT solutions exist today that meet the needs and requirements described? b.What aspects of these solutions should the DoD consider as absolute requirements of the future MHS system? c.Which solution is most likely to result in a successful use as part of the MHS total EHR solution and why? (Specifically describe how this solution will support each of the capabilities.) If the solution is best of breed, explain how historic integration into a single solution set has been maintained? d.Provide overview of the proposed solution from a functional, technical, and clinical perspective. This view should clearly show how data sharing currently occurs from/to the solution or how it could occur in the future if it does not currently exist. Be sure to consider the entire system lifecycle. Also indicate how the solution would support activities which sporadically will have little or no internet connectivity. e.How the system is able to incorporate historic electronic data from legacy applications? f.How the solution would support aggregation of data in the MHS central data repository (CDR)? g.How will the solution provide flexibility for emergency operations? h.How does the solution accept manual and automated data entry from laboratory testing equipment that may not be part of the system? i.How does the proposed solution allow for scalability and meeting future requirements? 2.BENEFITS: What are the functional, clinical and technical benefits (both qualitative and quantitative) of the recommended solution relative to the other possible solutions? 3.TIMELINE: What is a feasible and realistic implementation timeline for the recommended solution? Specifically, the focus should be on the initial training and deployment timelines for a single center with the assumption that additional centers/sites would be acquired/deployed sequentially. 4.COST DRIVERS: To the degree practicable, please discuss the costs drivers and components associated with the proposed solution? How do these costs compare to other potential solutions? Be sure to consider costs across the entire system lifecycle. 5.RISKS: What are the most significant risks involved with the recommended solution? How do these risks compare to other alternatives? How will the risks for the proposed solution be mitigated? 6.GOVERNANCE STRUCTURE AND MANAGEMENT APPROACH: What type of governance model and organizational structure would you recommend for this effort? Consider technical and non-technical aspects and provide examples of comparable joint management efforts. 7.ACQUISITION STRATEGY: What type of acquisition strategy would you recommend for this type of solution? Include pricing strategies in your response. Please consider the pros and cons of alternative deployment approaches. 8.LESSONS LEARNED: What lessons learned would you offer to the DoD for planning and implementing the transition from current DoD systems to the proposed solution? Please identify areas where quick wins can be achieved and areas that will be most difficult. 9.INDUSTRY STANDARDS AND COMPLIANCE: Describe how the proposed solution will comply and remain compliant with current and evolving medical IT standards and evolving use of Service Oriented Architecture. Items considered in Evaluation: 1.Compliance with all items above 2.Cost 3.Percent match of native data needs to available data for transmission. 4.Number of medical systems and equipment that have native interfaces to the system 5.Ease of adding new interfaces for systems and equipment 6.Ranking on national user satisfaction surveys 7.Integrated billing systems 8.Users satisfaction with product AS IS (The government does not plan to modify the native software except to facilitate data transfer) 9.Years of use (maximum 5) and broadness of use a.Stand alone Primary clinics b.Stand alone Specialty clinics c.Hospital based clinics d.Community based hospitals e.Academic Medical Centers 10.Additional items a.Consent form integration b.Personnel scheduling system c.Personnel accounting system 11.Integrated PACS storage local and remote SUBMISSION PROCEDURES: Please follow the steps described below when submitting a response to this RFI: 1) Contact Ms. Janet Fuller at Janet.Fuller@tma.osd.mil to obtain and copy of the Executive Summary submission template and the additional background information described herein. 2) Develop a response that does not exceed 30 single sided pages using Times Roman 12pt font. It is requested that the response focus on the identified strategic questions and that corporate information be limited to not more than 3 pages. 3) Complete the RFI Executive Summary submission template. Once complete, this template should not exceed 2 pages. 4) Submit all responses to the Government POC listed in #1, by 12 noon on 01 December 2008. Please direct any questions or comments to Ms. Fuller at the e-mail address above. No telephonic questions will be accepted. This is a new initiative; there is no incumbent contractor or existing contract. The above named POC must be contacted and additional information requested to submit a response to this RFI. Failure to make contact will result in your submission being discarded. All information submitted in response to this RFI is subject to public release, proprietary or trade secret information should not be submitted. The Contracting Officer does not have any additional information for this RFI.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bae71b23c123a50ecab5534de355cfa2&tab=core&_cview=1)
 
Place of Performance
Address: TRICARe Management Activity 5111 Leesburg Pike, Suite 810 Falls Church VA<br />
Zip Code: 22041-3206<br />
 
Record
SN01701983-W 20081108/081106215451-bae71b23c123a50ecab5534de355cfa2 (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.