Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
SOLICITATION NOTICE

70 -- eClinical Works Software License and Support - JOFOC - RFQ

Notice Date
8/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Immigration & Customs Enforcement - Contracts & Procurement
 
ZIP Code
00000
 
Solicitation Number
HSCETE-14-Q-00095
 
Archive Date
9/19/2014
 
Point of Contact
Linda D. Applewhite, Phone: 202-732-2594, Christie L. Harris, Phone: 202-732-2327
 
E-Mail Address
linda.applewhite@ice.dhs.gov, Christie.L.Harris@ice.dhs.gov
(linda.applewhite@ice.dhs.gov, Christie.L.Harris@ice.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement, dated August 6, 2014 Request for Quote Justification for Other Than Full and Open Competition This synopsis is released pursuant to Federal Acquisition Regulation (FAR) Part 5.207, Preparation and Transmittal of Synopsis. The Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE) has a requirement for the maintenance and annual support of the eClinicalWorks (eCW) product suite. The Contractor shall provide an Enterprise License for eCW maintenance support. Up to 400 users shall be considered "provider" licenses, as defined by the ability for an end-user to write a prescription or issue medication. "Provider" roles include Doctor of Medicine (MD, DO), Physician Assistant (PA), Nurse Practitioner (NP), Psychiatrist, and Dentist (DDS, DMD). Registered Nurse (RN) roles shall also be considered part of the "provider" license count due to their ability to issue over-the-counter medications. The Contractor shall provide 50 "mid-level provider" licenses that support "locking note" functionality. This includes Psychologist, Licensed Clinical Social Worker (LCSW), and Dental Hygienist. The Contractor shall provide 350 "non-provider" licenses that support "locking note" functionality. This includes Pharmacist, Licensed Vocational Nurse (LVN), and Licensed Practical Nurse (LPN). The Contractor shall provide 250 "support" licenses that will be used for accessing the eCW system. This includes Health Service Administrator (HSA), Certified Nurse Assistant, Pharmacy Technician, Medical Records Technician (MRT), Epidemiology, Registered Health Information Administrator, Health Information System Administrator/Analyst, and Management. The Contractor shall provide an upgrade within one-hundred and eighty (180) days after the product is released for General Availability (GA). The Contractor shall maintain all existing legacy data and configurations through the upgrade process and allow thirty (30) days for User Acceptance Testing (UAT) within a test environment while replicating production settings, data and integration (e.g. Correctional Institutional Pharmacy Systems (CIPSTM), Enforcement Integrated Database (EID) and LabCorp). The Contractor shall provide eCW Patient Portal in order to capture detainee records. The patient portal shall be accessible via the internet with a standard supported web browser (e.g. Chrome, Internet Explorer, Firefox, Safari). To facilitate compliance with ICE Performance Based National Detention Standards (PBBNS) ICE requires that each detainee leaving custody may gain access to their medical record through a patient portal. Please see the attached Performance Work Statement (PWS) for additional requirement details. The period of performance for this acquisition is one (1) 12-month base period with four (4) 12-month option periods. Base Period 9/13/2014 - 9/12/2015 Option Period 1 9/13/2015 - 9/12/2016 Option Period 2 9/13/2016 - 9/12/2017 Option Period 3 9/13/2017 - 9/12/2018 Option Period 4 9/13/2018 - 9/12/2019 See attached SF1449 for CLIN structure This acquisition will not be set aside for small business consideration. This acquisition is a sole source to the company, eClinical Works with an approximate value of $4,871,000.00. Please see the attached Justification for Other Than Full and Open Competition document for details.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICEFAMS/HSCETE-14-Q-00095/listing.html)
 
Place of Performance
Address: ICE Headquarters, 500 12th Street, SW, Washington, District of Columbia, 20536, United States
Zip Code: 20536
 
Record
SN03486430-W 20140830/140829022847-1f3fc64aeed832247a4d43b96d083781 (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.