DOCUMENT
70 -- LOOKING GLASS LICENSE - Attachment
- Notice Date
- 6/17/2014
- Notice Type
- Attachment
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Veterans Affairs;James J. Peters VA Medical Center;Network Contracting Office 3 (10N3NCO);130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24314Q1216
- Archive Date
- 7/17/2014
- Point of Contact
- Safa Shliewet
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs, Veterans Integrated Service Network (VISN 3), James J. Peters VA Medical Center, Bronx New York, intends to award a sole source contract under the authority of 41 U.S.C 253(c) (1) - FAR 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements, to Sword & Shield Enterprise Security, Inc. 1431 Centerpoint Blvd Ste 150, Knoxville, TN, 37932-1984. To Sword & Shield Enterprise Security, Inc. Furnish all necessary labor, equipment, tools, materials for Looking Glass TM Clinical Analytics is software, Manufacturer Streamline Health. The place of performance is James J. Peters VA Medical Center, 130 West Kingsbridge Bronx New York 10468. This action will result in a Firm-Fixed Price contract with a period of performance of twelve (12) months. This notice of intent is not a request for quotations; interested parties may express their interest by providing a capabilities statement no later than July 9, 2014 at 10:00 AM EST. The capabilities statement must provide clear and unambiguous evidence to substantiate the capability of the party to provide the required software. A determination not to compete this proposed contract upon responses to this notice is solely within the discretion of the Government. Verbal responses are not acceptable and will not be considered. When responding to this announcement, respondents should refer to Announcement VA243-14-Q-1216 Notice of Intent. If after July 9, 2014 at 10:00 AM EST, no viable responses have been received in response to this announcement, Dept of VA shall negotiate solely with Sword & Shield Enterprise Security, Inc. This notice of intent to award a sole source contract is not a request for competitive quotes. There will be no solicitation available for competitive quotes. Phone calls will not be accepted. The point of contact for this action is Contract Specialist, Safa Shleiwet who can be reached at safa.shleiwet@va.gov The Government anticipates the award of a firm-fixed- price contract. A determination by the Government whether to compete this proposed requirement based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competition. 1.Scope The scope of the overall project was divided into vendor deliverables as outlined in section 2 (General Deliverables) and section 3 & 4(Product specifications) and a validation component which will be provided by VA Informaticist staff. The contractor shall provide The below requirements to the James J Peters VAMC located at 130 Kingsbridge road Bronx, NY 10468-3904. The Indefinite Delivery Contract (requirements) will be a 1-year licensure, installation, configuration, training and on-going support agreement that will begin on the effective date of award, with no option periods. Further, the agreement must include all required equipment, integration services, full service maintenance, and preventative maintenance. Support can be provided remotely however the agreement must provide key operator security accreditation for support staff along with: a.PKI Authentication via Active Directory - Need the ability to authenticate to the device using EITHER: 1) PIV Card and PIN or 2) Active Directory Username and Password. b. Technical and network installation requirements c.Connectivity for LAN capability must be able to support industry's most current software applications, network operating systems (e.g., Windows 7 NT, XP, Netware) d.All equipment shall be Energy Star qualified. 2.General Product Deliverables A.Contractor will provide 1 year license for Looking Glass Clinical Analytics System. B.Contractor will supply all equipment necessary to provide for all functionality described herein. C.Contractor will provide all third party software components to run same. D.Contractor will provide all data extraction specifications and assist VA employees and contractors in compiling, validating and reviewing extracts. E.Contractor will provide all data integration services and mapping of VA data sources to Looking GlassTM Clinical Analytics System. 3.Detailed Product Specifications and Functionality A.Looking Glass TM Clinical Analytics is a software based medical clinical decision support system that pulls specific information from VistA, analyzes the information and provides decision support to the provider on population health. Looking Glass TM Clinical Analytics software was written to work with VISTA. Clinical Analytics system that allows search on any patient population (diabetes, hypertension, COPD) B.System must have interface with VistA/CPRS and Data Warehouse data to define patient populations "Must utilize patient specific index dates to enable outcome and predictor assessment "Must be able to define event sequences, combinations and/or lack of events to qualify patients for inclusion in cohorts "Must have search and data profiling assistance for users in defining groups C.Must calculates predictive risk scores for any population: "Must be capable of calculating prospective risks for user defined populations and time frames "Must assess comorbidities and trends for any patient group "Must allow for local risk model development D.Must provide strong HIPAA protection "Access to patient identifiers and other protected health information (PHI) across all analytics must require appropriate permissions. "Functionality to input HIPAA approved authorities for viewing Patient Identifiers. (i.e. Research IRB, QI Project, Patient work list etc.) "If the VAMC receives a patient request for instances when his PHI was used by an end user for IRB approved research, Contractor will provide a list of relevant users and dates of access. E.Must track outcomes longitudinally over time, in patient-specific timeframes: "Must be capable of determining outcomes that are a single clinical event or that are event combinations and sequences "Search functionality should be bidirectional around the index date "Must include longitudinal results of lab values within desired target ranges for any population F.Must be completely intuitive for users (limited Informatics involvement) "Must be capable of doing comparative studies of outcomes for up to eight patient groups "Must use generally accepted statistical models "Output must be formatted and publication-ready "Must allow users complete flexibility in building studies of populations based on their own input criteria (as opposed to 'canned' reporting) "Should the project terminate early or the term license expire, Contractor will leave a copy of the HIPAA logs that record when a user requests to see PHI under the authority of IRB approved research. 4. Equipment Specifications Any equipment required for the project will be loaned to the VA by the contractor. The contractor retains ownership. All equipment will be installed in the James J Peters VA Medical Center Computer room under the control of OI&T. OI&T will provide all security software and configure equipment according to VA security policy. 5. Contractor Reports The contractor shall provide to the James J Peters VAMC a project schedule with milestones and monthly usage reports showing user, time and search criteria. 6. Period of Performance The period of performance for this effort is date of award for a period of one (1) year. There are no options. 7. Hours of Operation All work shall be completed during the site's normal operating hours of 8:00 AM to 4:30 PM Monday through Friday excluding federal holidays. Federal holidays are New Year's Day, Martin Luther King Jr. Day, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24314Q1216/listing.html)
- Document(s)
- Attachment
- File Name: VA243-14-Q-1216 VA243-14-Q-1216.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1433877&FileName=VA243-14-Q-1216-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1433877&FileName=VA243-14-Q-1216-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA243-14-Q-1216 VA243-14-Q-1216.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1433877&FileName=VA243-14-Q-1216-000.docx)
- Record
- SN03397914-W 20140619/140617235748-8f11c0ec75d09540e472bbaae09fd175 (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 |