Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 06, 2016 FBO #5431
SOURCES SOUGHT

65 -- EndoPro iQ Information Management System

Notice Date
10/4/2016
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA700016T0186
 
Archive Date
11/10/2016
 
Point of Contact
Dorothy B Boughn, Phone: 7193334724, Jerry B. Smith, Phone: 71933338267
 
E-Mail Address
dorothy.boughn@us.af.mil, jerry.smith.25@usafa.af.mil
(dorothy.boughn@us.af.mil, jerry.smith.25@usafa.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT Notice for market Research purposes only in accordance with Federal Acquisition Regulation (FAR) Part 10 for the upcoming acquisition for the United States Air Force Academy for deliver to Lackland AFB, TS. DO Not submit a quote or proposal in response to this synopsis. The Commodities and Service Flight, 10th Contracting Squadron (10 CONS), USAF Academy (USAFA), Colorado, seeks information concerning firms interested, to include small business socio-economic categories capable and qualified of providing a comprehensive, quality reporting and information management system that supports all stages of the endoscopy suite's clinical workflow. EndoPro iQ Information Management System. This Sources Sought notice shall not be construed as a formal solicitation or as an obligation on the part of 10 CONS to acquire any products or services. Information provided to 10 CONS in response to this posting is strictly voluntary and given with no expectation of compensation and clearly provided at no cost to the Government. A formal solicitation may be executed and posted separately on Federal Business Opportunities website ( www.fbo.gov ) at a future date. 10 CONS is interested only in identifying interested and capable contractors for this product and receiving industry feedback for determining if there are responsive small business concerns capable of meeting the requirement. Interested vendors must reference their 8a, HUB Zone, Women-Owned or Service Disabled Veteran status-which must be signed by a company officer with the authority to bind the company. The planned North American Industry Classification System (NAICS) code is 334510, Medical, Dental and Veterinary equipment and supplies. The proposed contract is anticipated to be a firm fixed price contract. To replace Olympus Endoworks computer system (image capture) and CORI (Clinical Outcomes Research Initiative) procedure note writing software (CORI 3 version is no longer supported by AF IT and CORI 4 has not been validated noteworthy). Delivery is FOB Destination to Lackland AFB, TX Comments and/or suggestions on the below salient characteristics are encouraged and can be included in your capabilities package. Salient Characteristics for 2-EndoPro iQ System : • Must be Defense Information Assurance Certification and Accreditation Process (DIACAP) or Risk Management for DoD Information Technology with the authority to connect and approved for use in DoD • Provide ability to convert Olympus Endoworks and CORI data into new platform • Compatible with Physician Quality and Reporting System (PQRS) • Compatible with EVIS Exera III • Must be able to schedule endoscopy procedures, still image capture, video capture and storage • Must be able to provide CPT coding, advanced nursing documentation and vital signs monitor integration. • Must be able to document endoscopic procedure finding, pathology specimen and post-procedure patient follow-up, • Must be able to provide quality data tracking • Must be able to make submission to PQRS-complaint websites such as American College of Gastroenterology's GI Quality Improvement Consortium (GIQuIC) • Provide interface capabilities for seamlessly integrate with DoD's electronic health record (AHLTA) and off-the shelf electronic health records (EHTs) • Ability to provide equipment to print an Health Management Resource (HMR) • Provide installation (Data Conversion-Endoworks and Data Conversion-Cori) training and customization (include pricing in CLIN 1) • Accessories to include: 2-Cable (CV-140/180-Data Interface) 1-Licenseing -(MS SQL Server Enterprise #8 Core License) 1-Maintenance -(MS SQl Server Enterprise #8 Core Maintenance) 1-EndoPro iQ Hospital Site License 2-DIACAP Certification (per processor) 10-EndoPro workstation Licenses • Software: 2-Data Interface : Olympus/Fujinon 2-EndoPro iQ (per procedure room) 2-Docuscribe Reporting (per processor) 2-Nursing Notes (per processor) 1-HL7 inbound Interface (ADT/SIU/ORM 1-HL7 Outbound Interface (ORU) 1-HL7 Outbound Interface UNC/PDF Add-0n 1-Software Service Maintenance Agreement All potential offerors are reminded, in accordance with FAR 52.204-7; Systems for Award Management (SAM), lack of registration in SAM will make an offeror ineligible for contract award. All business capable of providing the EndoPro iQ Information Management System, Accessories and Software are invited to response. Interested parties shall provide the following information: a. Company name, address, CAGE Code, DUNS Number, NAICS codes, name of POC, telephone number and email address. b. Small Business status if any c. Date of business type certification and company's business size d. Annual gross revenue, number of full-time employees by direct labor, indirect labor and administrative/overhead positions. e. Company's primary source of business (commercial/private or Government sector) Interested parties may also provide feedback concerning the following: a. Is this appropriate NAICA code? If not, please identify which code is appropriate? b. Are you a manufacturer or reseller? c. What is your lead time? d. Have you ever performed federal government contracts? e. What are your payment terms? f. What would you consider "risk" on the contractor's part for this acquisition? g. If you require different terms and conditions than those normally used by the Government, what are your commercial terms and conditions? Please feel free to provide a copy of your terms and conditions for this type of work. h. Do any of the salient characteristics limit competition? i. Are there any aspects of this requirement which are not consistent with current industry practices? j. Add any questions specific to the acquisition not included above. Provide responses no later than 09:00 am Mountain Daylight Time on 26 October 2016. The 10th Contracting Squadron is under no obligation to consider information received after 09:00 am (MDT), 26 October 2016, as part of the formal market research for this acquisition. Submissions shall be limited to fifteen pages, a page is defined as one side of an 8.5x11 sheet of paper. Submit all of the above information in sufficient detail for a decision to be made on the availability of interested parties. Proprietary information should be marked "PROPRIETARY INFORMATION". An electronic email response is the accepted method. Failure to submit all information by the submission due date and time will result in a contractor being considered "not interested" Email responses to Dorothy Boughn, Contract Specialist at dorothy.boughn@us.af.mil. This is only s Sources Sought Notice and is NOT a Request for Proposal (RFP) or Request for Quotation (RFQ). No solicitation is being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to particular acquisition approach. In accordance with FAR Part 52.204-7, contractors must be registered in SAM to be eligible for award. It is the responsibility of the prospective offeror to review this site regularly for updates and/or changes. For information on Small Business Administration programs, please contact the USAFA Director of Small Business, Bill Wolski at 719-333-4561.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA700016T0186/listing.html)
 
Place of Performance
Address: Medical Material, Bldg. 4550 Warehouse, 2200 Bergquist Drive, Ste 1, JBSA Lackland, Texas, 78236-5300, United States
Zip Code: 78236-5300
 
Record
SN04297034-W 20161006/161004234103-29b93f20d66fd4c8d536da09ea4c5f0e (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.