Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 02, 2017 FBO #5823
DOCUMENT

N -- Data Collection/Decision Support Patient Care Inpatient Education System (Nursing) Survey Collection Software/Support - Attachment

Notice Date
10/31/2017
 
Notice Type
Attachment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;260 E. University Avenue;Cincinnati OH 45219
 
ZIP Code
45219
 
Solicitation Number
36C25018Q0080
 
Response Due
11/13/2017
 
Archive Date
1/12/2018
 
Point of Contact
Luke Turner
 
E-Mail Address
urner@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
Pre-Solicitation Notice / Sources Sought The Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office (NCO 10), Cincinnati, Ohio 45220-2637 intends to solicit proposals from contractors on the Open-Market to provide software that provides the ability to collect surveys/data from patients (See Below), using a Firm-Fixed Price (1 year Base + 4 Option Years) contract as the procurement method. Cincinnati VA Medical Center 3200 Vine Street Cincinnati, Ohio 45220-2637 513-861-3100 The VA anticipates issuing an open and continuous solicitation for this requirement on or about 11/20/2017. Quotes will be accepted for a 15-day period commencing with the issuance date of the solicitation. Interested contractors will be responsible for downloading copies of the solicitation (and any subsequent amendments) from that website, and no hard copies will be made available. The solicitation will provide instructions to contractors about the proposal submission process. Prospective Offerors are encouraged to register their interest in the solicitation on the FBO website (https://www.fbo.gov) so that they are notified of the issuance of the solicitation and any amendments. In accordance with FAR 52.204-7, System for Award Management, prospective contractors must be registered in System for Award Management (SAM) and in VetBiz database if applicable (VetBiz registration is required for Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses) under the applicable NAICS. Contractors may obtain SAM information at https://www.sam.gov and Vet Biz information at http://www.vip.vetbiz.gov. To be eligible for award, contractors must be registered in the System for Award Management database. Registration is free and potential offerors are encouraged to visit the SAM website as no contract can be awarded to any offeror not registered in SAM. NAICS Code is 541519 with a Small Business Size Standard of $27.5 Million. The solicitation will be issued to the Open-Market. Please contact the VA, via the contact information below if you are a small business and believe that you can supply this service. One award is expected to be made. All responsible sources may submit quotes to be considered by the Department of Veterans Affairs. The VA will only consider proposals from contractors who are registered as mentioned above and no on the Excluded Parties List. This procurement will be awarded on the basis of the lowest price technically acceptable, main selection factor is the contractors past performance. The Supplies/Services are to be delivered at the address above. Questions concerning this announcement should be directed to the Contract Specialist using the email link provided. Telephone requests for information or questions will NOT be accepted. Please email requests or questions to Luke Turner at the following e-mail address: luke.turner@va.gov and ensure that the subject line includes: solicitation no. 36C250-17-Q-0080 and please include the company name and DUNES #. Department of Veterans Affairs Network Contracting Office (NCO) 10 260 E. University Avenue Cincinnati, Ohio 45220-2637 Station Code: 36C250 STATEMENT OF WORK (SOW) 1. Contract Title. Survey and Data Collection Software 2. Background. The intent of this contract is for the Cincinnati Department of Veterans Affairs Medical Center (VAMC) to procure a real-time mobile data collection and decision support system. The Cincinnati VAMC is developing and promoting patient centered care concepts, programs and initiatives that bring a cultural transformation and improve clinical efficiency and outcomes. 3. Scope. The procurement of the survey and data collection software would assist nurses with rounding, surveying, and data collection efforts to enhance and standardize nursing practices. Nurses would be able to capture real-time, actionable patient data, track and improve compliance with clinical processes and leadership best practices, increase their total number of use cases and surveys completed, standardize the patient experience, and maintain and sustain results over time. The system should include all hardware needed (easily portable), software and support. Specific Tasks. The intent of this contract is for the Cincinnati Department of Veterans Affairs Medical Center to procure a survey and data collection supplies/software for the MICU, SICU, 5 North, 6 North, 6 South, and the CLC. Specific Tasks and Deliverables The Contractor shall perform the following: Mobile Data Collection, Reporting and Trending System The Contractor shall provide a secure, mobile data collection, reporting, alerting, and trending system specifically designed for use in provider settings. The system must be able to be used on any web-connected computer or mobile device (provided by the medical center) to capture stakeholder (patient, staff, MD) satisfaction feedback as well as critical safety and clinical data to help ensure that service recovery situations can be responded to in real-time and before the patient or family member departs the facility. Real-time reporting and trending dashboards provide providers with actionable data that allows for data-based improvements to be implemented at the individual, unit, facility, and system level. Technical Requirements: Cloud Based air-gapped from the VA Network (Vendor must have an active Business Associates Agreement with the VA) Native applications for Android and Apple devices downloadable from the Google Play Store or Apple App Store, respectively Native application must be able to operate without constant Internet access. Data collected when not connected to the Internet must be stored and encrypted locally on the device and automatically uploaded immediately after the device reconnects to the Internet. System must also be web-accessible from any VA workstation. Functionality Requirements: General Supports inpatient and outpatient use Unlimited utilization with standard pricing (users, surveys, questions, alerts) System configuration changes can be made by hospital or clinic staff without intervention by vendor Compatible with any web-connected, iOS, and Android device Supports staff lead patient rounding initiatives Fully-automated service recovery alert triggering, tracking, and resolution Support self-survey by patients/family members Supports email surveys to patients/family members Supports staff lead generic data collection associated with safety, quality and clinical best practices (i.e. audits, safety checks) Integrates with the following hospital systems: EMR, Active Directory/LDAP, Data Warehouse Real-time benchmarking around core patient experience domains Advanced security options such as two-factor authentication and IP address restriction 150+ best practice patient experience, quality and safety use case templates come standard Facilities have multiple distinct security level options for users Can be installed in 30-90 days Surveys/Data Collection Forms Supports multi-lingual forms Survey/data collection forms can include multiple question types Survey/data collection forms have question grouping functionality with the following options Best practice question templates for surveys/data collection forms 150+ best practice survey/data collection templates Fully automated alert system Multi-person, multi-platform fully automated, logic based alert system Uses logic customized into the system specific to the facility to enable real-time service recovery alerts that do not require manual intervention to trigger Alert resolution tracking system allows users to track resolution of the alert via time/date stamping to ensure nothing falls through the cracks Real-time reporting system Includes standard real-time reports each with multiple configuration/filter options and an unlimited number of custom reports with built in reporting tools Drill down reports at the unit and user level Custom reports can be set for auto-run/distribution via email Reports can all be exported to MS Excel, PDF Daily Census Integration Patients will be coded based on their survey results (colored or tier numbering, etc.) Photo and Audio upload functionality Ability to upload a photo or audio file to any survey or data collection form. Real-time trending dashboards System has real-time trending dashboards that can be customized by facility without any intervention by vendor Users can build/customize a personal dashboard to display the trending graphs most important to the user Custom dashboards can be set for auto-run/distribution via email Additional Functionality Secure audio discharge note capture/delivery Mass email management Benchmarking reports 5. Performance Monitoring. Not applicable Once procured and delivered, the contract will be completed except for exercising the warranty option(s) and option years. No monitoring required. 6. Security Requirements. The C&A requirements do not apply. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). GFE (computers, phones, iPads, etc.) may be required for this contract. 8. Other Pertinent Information or Special Considerations. The Government anticipates travel under this effort to perform the tasks associated with the effort, as well as, to provide management briefings or other consultations as necessary. Include all estimated travel costs in your firm-fixed price line items. These costs will not be directly reimbursed by the Government. a. Identification of Possible Follow-on Work. N/A b. Identification of Potential Conflicts of Interest (COI). N/A c. Identification of Non-Disclosure Requirements. N/A d. Packaging, Packing and Shipping Instructions. N/A e. Inspection and Acceptance Criteria. Once the technology is set-up and training received, the CO will be notified so acceptance can be completed and the COR can continue to monitor the contract. 9. Risk Control. N/A 10. Place of Performance. Cincinnati VA Medical Center 11. Period of Performance. The period of performance shall be 12 months from set-up (with option years for servicing and maintenance warranty if available). 12. Delivery Schedule. 30 after receipt of award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CiVAMC/VAMCCO80220/36C25018Q0080/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25018Q0080 36C25018Q0080.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3881583&FileName=36C25018Q0080-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3881583&FileName=36C25018Q0080-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Network Contracting Office (NCO) 10;3200 Vine Street;Cincinnati, Ohio
Zip Code: 45220
 
Record
SN04727862-W 20171102/171031231257-b393e106aa82bf63b1866925b32876f4 (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.