SOURCES SOUGHT
R -- Pharmacy Outpatient Automated Solution – Enterprise (POAS-E) - Pharmacy Outpatient Automated Solution – Enterprise (POAS-E)
- Notice Date
- 3/31/2017
- Notice Type
- Sources Sought
- NAICS
- 621498
— All Other Outpatient Care Centers
- Contracting Office
- Other Defense Agencies, Defense Health Agency, Contracting Office- Falls Church, 7700 Arlington Blvd., Suite 1M401, Falls Church, Virginia, 22042, United States
- ZIP Code
- 22042
- Solicitation Number
- HT001117RFI0028
- Point of Contact
- Chrystal M Pierce, Phone: 7036815937, Jeannette Jordan, Phone: 7036817270
- E-Mail Address
-
chrystal.m.pierce.ctr@mail.mil, jeannette.jordan.civ@mail.mil
(chrystal.m.pierce.ctr@mail.mil, jeannette.jordan.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Pharmacy Outpatient Automated Solution – Enterprise (POAS-E) Title: Pharmacy Outpatient Automated Solution - Enterprise (POAS-E) RFI #: HT0011-17-RFI-0028 Introduction: 1. This announcement constitutes a Request for Information (RFI). This announcement does not constitute a commitment, implied or otherwise that a solicitation will be issued. This is not a request for proposal (RFP) or an invitation for bids (IFB). 2. Please note that the collection of this requested information does not obligate the U.S. Government to incorporate any solicited comments nor does it obligate the Government to procure the services. Proprietary information should not be included in the RFI response. Responses to this RFI will not be returned. The Government is not liable to pay any costs associated with companies responding to this RFI. 3. All information received resulting from this RFI will be used by the Defense Health Agency (DHA) for acquisition planning and market research purposes only. However, your response may be releasable to the public under the Freedom of Information Act (FOIA). If you wish the DHA to consider any portion of your response as "confidential commercial information", you should clearly mark the portion as "confidential commercial information". 4. The Defense Health Agency (DHA), at its discretion, may request respondents to this RFI to elaborate on information in their written response. Respondents to this RFI will not be notified of any results derived from a review of the information provided. 5. The DHA invites all interested parties to submit a written response to this Request for Information (RFI). This RFI is issued for the sole purpose of conducting market research in accordance with the Federal Acquisition Regulation (FAR) Part 10. Background The DHA is the DOD organization responsible for managing the TRICARE health care benefits. This includes integrating state of the art technologies to enhance patient safety, efficiency, and cost effectiveness. Under DHA, the Enterprise Support Activities initiative was established with the goal to consolidate resources, standardization, and reengineer processes. These are essential elements in order to improve performance, decrease costs, and enable the MHS to operate more efficiently as an integrated health system. As part of this goal, DHA is seeking information from the industry to assist in the implementation and deployment of a comprehensive and commercially available Pharmacy Outpatient Automation Solution for the MHS. Statement of Capability The Defense Health Agency (DHA) is conducting market research to determine the current functionalities of commercial entities offering a comprehensive Pharmacy Outpatient Automation Solution (POAS) - Enterprise (E) for outpatient pharmacies and hospital/clinic services. This solution is to be deployed enterprise-wide across all Military Treatment Facilities (MTFs) within the Department of Defense (DOD). Our intent is to enhance the outpatient pharmacy automation capabilities within the Military Health System (MHS) by using state of the art technologies and best commercial business practices. DHA also intends to address opportunities to realize savings through the adoption of common clinical and business processes as well as the consolidation and standardization of various shared services. Please provide the following information regarding the Pharmacy Outpatient Automation Solution. Capability Statement: Components: • Workflow Robotics Solution o mid/low volume- 500+ prescription/day o refill center/high volume- 1000+ prescription/day • Telepharmacy- delivery of pharmaceutical care via telecommunications to patients in locations where they may not have direct contact with a pharmacist. • After-hours dispensing cabinets Functional Capabilities: • Storage and capacity • Fulfillment workflow (including by not limited to): o pharmacy workflow solution o robotics o counting technology, o manual prescription filling, o prescription imaging, o Automated Distribution Process (e.g. medication dispensing, packaging, labelling, filling and verification, prescription collation (by patient/family), and vial capping) • System Administration/Management (e.g. user management, drug management, patient management, inventory management) • Operation Controls (e.g. auditing, safety, electronic documentation) • Reporting- describe the data retrieval process to include but not limited to: exporting, archiving, and analytics capabilities (e.g. predictive analysis and forecasting). • Data Recovery (e.g. data collection process, data retention capabilities, and downtime data retrieval). • Integrated User Interface- required hardware/software for the user to interact with the solution (e.g. keyboard, touchscreen, mouse pointers, single or multiple applications) • Downtime/offline functionality supporting medication fulfillment of new/refill prescriptions. • Real-time monitoring services (e.g. pharmacy average wait time, prescription queueing monitoring to include: number of prescriptions filled, verified, and dispensed). Maintenance and Support: Describe the process for providing ongoing support and maintenance for optimal use and sustainment of solution including but not limited to the following: • Customer Support (e.g. web-based customer portal, phone support) • Preventative maintenance • Response time for (e.g. issues requested via phone, online portal, or e-mail • Downtime (e.g. scheduled and unscheduled) Technical Capabilities: • Performance (e.g. processed orders/hour, throughput, multi-threading ability) • Reliability (e.g. solution uptime, response time, mean time to failure (MTTF), accuracy) • Real Time Monitoring (e.g. Network Connectivity, system load, etc.) • Integrated Access Controls- Required hardware/software for the user to access the solution (e.g. bar code scanning, biometrics, username/password, other access measures) • Interface/Integration capabilities, compatibilities and interoperability (e.g. HL7, NCPDP) • Data Processing (e.g. storing data, retrieving data, data security measures) • Security Measures- describe the security posture on the ability to comply with DoD Information Assurance requirements. (e.g. physical and virtual, data at rest capabilities or process) o IPV6, Cloud, and CAC capabilities o DOD/DHA approved software - describe the ability to install and utilize approved software within the solution (e.g. Reflection, Citrix Viewer) o Architecture  Thin client  Operating Systems  Physical or virtualized  Local, regional, or enterprise configuration Background: Provide a description of the company or team's background, technical expertise, experience, staffing, and other capabilities that demonstrate the capacity to provide the anticipated Pharmacy Outpatient Automation Solution requirements Scalability: Describe the capability to provide, maintain, and support an enterprise that has a wide array of pharmacy settings (e.g. refill center, hospital pharmacy, discharge pharmacy, etc.) Training: Describe the methods of training (e.g. remote, on site, webinars, FAQs) including how the training methods are structured (e.g. continuous, modules) Data Storage: • Describe the capabilities for protecting Protected Health Information (PHI) / Personally Identifiable Information (PII) data • Describe the disaster backup and recovery plans Provide any other information or capabilities that may be relevant to this project to include emerging trends not listed in this appendix. These capabilities must be clearly marked if integrated or optional. Information Submission Instructions: The Government encourages responses from interested parties who are capable of responding to the entire scope of the RFI, as well as interested parties who may have specific expertise in only limited areas of this RFI. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. Proprietary information may be submitted; however, interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. Proper restrictions shall be marked as such on each page. Only the Government will review this RFI. Interested qualified interested parties, small or large organization, should submit information for this request. The information should not exceed 100 single side pages, using 12 point Arial font. An additional ten (10) pages of other materials (e.g., graphs, tables, figures) may be submitted. All responses should be submitted using PDF, HTML, MS Word or PowerPoint formats with subject "RFI DoD Pharmacy Outpatient Automated Solution - Enterprise (POAS-E)." Only electronic submissions will be accepted. Electronic files larger than 10 MB should be broken down into multiple files with no one (1) file exceeding 10 MB. Each electronic submission shall include: a) RFI number and "DoD Pharmacy Outpatient Automated Solution - Enterprise (POAS-E)" in the subject line. b) If the submission includes more than one (1) electronic email, the file number and total files being submitted (e.g., File 1 of 4, File 2 of 4, etc.) in the subject line. c) A brief summary of the email's content, the vendor's name, and mailing address. ______________________________________________________________________________ Contractors will be required to be registered through the System for Award Management (SAM) at https://www.sam.gov/portal/SAM/#1 to be eligible for award of Government contracts. All responses to the RFI must be submitted electronically (via e-mail) to: Chrystal Pierce (chrystal.m.pierce.ctr@mail.mil), the Contract Analyst and a copy to Mr. Astley Davy (astley.b.davy.civ@mail.mil ), the Contracting Officer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2783eaa306109475b40f004e722fa7b6)
- Place of Performance
- Address: 7700 Arlington Blvd, Falls Church, Virginia, 22042, United States
- Zip Code: 22042
- Zip Code: 22042
- Record
- SN04456000-W 20170402/170331235019-2783eaa306109475b40f004e722fa7b6 (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 |