Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 19, 2015 FBO #4835
SOURCES SOUGHT

D -- VistA Imaging Tier I Lifecycle

Notice Date
10/27/2014
 
Notice Type
Synopsis
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
VA11815N0024
 
Response Due
11/3/2014
 
Archive Date
4/17/2015
 
Point of Contact
732-440-9647
 
Small Business Set-Aside
N/A
 
Description
Introduction: The purpose of this request for information (RFI) is to search for qualified vendors capable of meeting the requirements to provide VistA Imaging Systems and Services. See attached Draft Performance Work Statement (PWS) titled "Draft PWS - VistA Imaging Tier I". This request is a RFI only and shall not be considered an Invitation for Bids, Request for Quotations, or a Request for Proposal. Do not submit a proposal or quote. This market research is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. The contract period of performance is anticipated to be three years. The Government anticipates awarding an Indefinite Delivery/Indefinite Quantity (IDIQ) Single Award Task Order (SATO) contract with Individual Task Orders to be issued on a performance-based Firm-Fixed-Price (FFP) basis. The forecasted award is anticipated for 2nd quarter fiscal year 2015. The VistA Imaging System is a VA developed Picture Archive and Communications System and is the mandated record for all medical image storage across the enterprise. There are approximately 143 VistA Imaging facilities including numerous VA Medical Centers, VA Veterans Integrated Service Network (VISN) data centers, and Regional Data Processing Centers throughout the United States, as well as San Juan, Puerto Rico and Manila, Philippines. The Government anticipates acquisition of VistA Imaging Hardware, Software and Services to refresh VistA Imaging installations throughout the enterprise. Among other hardware, software, engineering, maintenance, sustainment and logistic services, this requirement will replace Tier 1 Vista Imaging systems across the enterprise including: " Tier I VistA Imaging Storage Systems " Digital Imaging and Communications in Medicine (DICOM) Gateways " Encrypted Tape Libraries - Federal Information Processing Standards (FIPS) 140-2 Compliant " Laurel Bridge DICOM Image Routers " Background Processors The Government is seeking capability statements for the Vista Imaging Systems and Services being sought in the attached draft PWS. Please be advised: the Vista Imaging System is certified as Class I exempt 510K medical device in accordance with U.S. Department of Health and Human Services Food and Drug Administration (FDA) under Code of Federal Regulations (CFR) Title 21, Part 820, and other Federal legislation. If the Government pursues a solicitation, a requirement shall be included in the solicitation that any proposed solution shall be on the VA Vista Imaging Approved Configuration List maintained by the VA Vista Imaging Program Office at the time of proposal submission. Proposal submission is anticipated December 2014 timeframe. Please indicate in your response if your platform configuration solution is presently on the VA Vista Imaging Approved Configuration List. In addition, in order to promote competition, potential vendors now have the opportunity to submit a system configuration for certification and testing to the VistA Imaging Qualification Lab (IQL). Any candidate system must meet the functional requirements in PWS attachments A through D to be scheduled for Certification and Testing. As a result, if a vendor desires to submit a system configuration for certification and testing then please indicate how your company's platform configuration solution meets the functional requirements listed in PWS attachments A through D. It must be noted by prospective vendors that ALL costs associated with VistA Imaging Certification and Testing including but not limited to: shipping to/from the IQL, equipment setup/breakdown, operating personnel, travel, necessary changes, modifications or repairs are to be borne by the Contractor. Requests to have your platform configuration solution tested must be received no later than Close of Business on November 5, 2014 to the Point of Contact listed below: Larry E Carlson Larry.Carlson2@va.gov Scott A. Price Scott.Price@va.gov Tracy Bumgarner Tracy.Bumgarner@va.gov All Certification and Testing shall take place in the dedicated VistA Imaging Qualification Lab (IQL) located in Herndon, VA. All testing takes place in a segregated area of the IQL and will be overseen strictly by Government personnel. The certification and testing period are scheduled for a maximum of five working days from 10am to 4pm (EST) starting on Monday and ending Friday. Detailed instructions will be provided on the IQL and test process to vendors that are scheduled to submit a system configuration for certification and testing. If interested, please address the following questions in your capability statement: 1. Name of Company: a. DUNS Number: b. Address: c. Point of Contact: d. Phone Number: e. Fax Numbers: f. Email Address: g. Any applicable schedules (General Services Administration (GSA), Mission Oriented Business Integrated Services (MOBIS), Veterans Technology Services (VETS) Government wide Acquisition Contract (GWAC), etc.) 2. Could your company independently provide the entire range of services called for in the PWS? ____ YES ____ NO a. If you answered NO to question (2), what services called for in the PWS could your company provide? 3. Does your company plan to be the prime contractor or subcontractor for this effort? 4. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances or other business arrangements to satisfy requirements of the entire PWS. Small businesses are encouraged to identify teams whereby each team member is considered small business based upon the proposed North American Industrial Classification System (NAICS) code of 541513. 5. Is your company currently providing similar services to another government agency or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customers' identity, please address whether your company offers the same or similar services commercially (outside the federal government). 6. Please identify your company's Small Business size status based upon the applicable NAICS code of 541513. For more information refer to http://www.sba.gov/. 7. Please provide positive or negative feedback regarding the PWS such as recommended changes, noted exceptions, ambiguities, etc. 8. Provide any other pertinent information as deemed necessary to demonstrate your and any proposed team member's capabilities and prior experience as it relates to the requirements set forth in the PWS. 9. Is your firm currently registered in VA's Vendor Information Pages (VIP) database? Yes ____ No ____ 10. Describe the capabilities/qualifications/skills your company possesses to perform the work, to include but not limited to the following: a. Description of your experience with developing functionality for the VistA Imaging "type" Systems. b. Description of your experience with, and integrating VistA Imaging "type" Systems with other VA systems or other web or cloud-based applications c. Description of your VistA Imaging Systems - system description, types of hardware, system requirements, configuration requirements, standard functionality, and all available functionality. d. Description of available VistA Imaging "type" Systems. e. Describe your experience with VA security and privacy policies and requirements? f. Describe how your VistA Imaging "type" Systems solution can be integrated with other services (patient records, medical survey collection, etc). g. Description of integration efforts, timeframes, dependencies, outcomes, working with other stakeholders and vendors. h. Describe your experience with installing and maintaining VistA Imaging "type" Systems in a nationwide, hospital health system. i. Describe your experience with VistA Imaging "type" Systems performance measures and monitoring j. Describe your experience and capability to rapidly deploy Vista Imaging Systems in a nationwide, hospital health system. k. Describe your support structure for VistA Imaging "type" Systems in a nationwide, hospital health system. 11. Will your company request a system configuration for certification and testing to the VistA IQL? If yes, see instructions above. ____ YES ____ NO Submittal Information Capability Statements shall be limited to 20 pages. In your response, please include a Rough Order of Magnitude for your platform configuration solution system, specifically industry may use Attachment E as a guideline for the different types of require configurations. Please note "VA118-15-N-0024" in the subject line of your response. In addition, please indicate any and all scheduled contracts your company may have. Please include company name, company address, and DUNS Number (if applicable). Responses are requested no later than 2:00PM EST on Monday, November 3, 2014, via email to angel.santos2@va.gov, and iris.farrell@va.gov. All responsible sources may submit a response which shall be considered by the agency. Submit questions, in writing, regarding this RFI to angel.santos2@va.gov. The Government will try to answers all questions. Those Qs and As will be posted to this site as an attachment. Point of Contacts Angel Santos, Contract Specialist, Department of Veterans Affairs Technology Acquisition Center, Phone (732) 440-9647, Email angel.santos2@va.gov, and Iris Farrell, Contracting Officer, Department of Veterans Affairs Technology Acquisition Center, Phone (732) 440-9661, Email iris.farrell@va.gov. See attached document: Draft PWS - VistA Imaging Tier I. See attached document: Attachment A_Tier I Vista Imaging (SAN) Functional Requirements. See attached document: Attachment B - Tier I Vista Imaging (SAN) Cluster Server Functional Requirements. See attached document: Attachment C - Tier 1 Vista Imaging DICOM Gateway Virtualization Functional Requirements. See attached document: Attachment D - Tier I Vista Imaging DICOM Routing Gateway Functional Requirements. See attached document: Attachment E-IDIQ-Configurations. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-OCT-2014). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 17-FEB-2015, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/805b09528a86b5d057dfd3425aecdf50)
 
Record
SN03643693-F 20150219/150217233026 (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.