Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2018 FBO #6047
DOCUMENT

65 -- Software License for Multicaregivers (Gastro) - Attachment

Notice Date
6/12/2018
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
36C24918Q9450
 
Response Due
6/15/2018
 
Archive Date
7/15/2018
 
Point of Contact
Edrick Thomas
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs Medical Center, NCO 9 Network Contracting Office, on behalf of Memphis VA Medical Center is conducting market research through this sources sought notice to seek sources to identify potential experienced businesses that are capable of meeting the requirements per the Statement of Work (SOW) below. The North American Industry Classification System (NAICS) Code for this acquisition is 339113. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities FedBizOpps website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. CCR: Interested parties should register in the SAM as prescribed in FAR Clause 52.232-33. The SAM can be obtained by accessing the internet at www.sam.gov. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to Edrick.Thomas@va.gov no later than June 15, 2018 at 12:00 PM, Eastern Time with the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number. 3. Business Size applicable to the NAICS Code: a. HuBZone Small Business ; b. Service-Disabled Veteran Owned Small Business (SDVOSB); c. Veteran Owned Small Business (VOSB); d Small Business; e. Large Business 4. Documentation Verifying Small Business Certification: a. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA. b. If claiming SDVOSB/VOSB status, provide documentation that shows the business is VetBiz certified. d. If claiming Small Business status, provide documentation to show the business is small under NAICS code 339113. STATEMENT OF WORK GI Image and Information System Replacement Description of Requirement The Department of Veteran Affairs, Memphis, Tennessee (VAMC-Memphis) located at 1030 Jefferson, Memphis, Tennessee has a requirement to replace its existing Gastroenterology Image and Information System (GI IIS). The current system utilized by the hospital is the Olympus Endoworks Platform. Olympus released an End of Life letter and plan to sunset Endoworks in 2018. The VAMC- Memphis intends to award a firm fixed price contract to replace the GI IIS in 2018. Scope of Requirement At a minimum the contractor shall be responsible for providing all (to include, but not limited to) equipment, labor, materials, hardware, software, travel and any incidentals required for the successful installation of a solution that will ultimately replace the existing GI IIS for the VAMC-Memphis. Summary of Objective VAMC-Memphis currently utilizes endoscopes which are primarily Olympus Brand endoscopes for Evis Exera processor models 180 & 190. VAMC-Memphis currently does not intend to migrate away from this brand of endoscope in which it had previously standardized upon as part of this objective. The contractor shall be responsible for the replacement of the Olympus Endoworks System installed in the hospital with a new GI Image and Information System, and migration of the existing data to the new system. The contractor shall provide technical and price quotes for a turnkey solution that includes all hardware, software, training, project management, travel, licenses, migration of existing data to new platform, and a base plus four option year maintenance and service quote set to begin   upon software installation and government acceptance. An accurate and complete migration of existing Endoworks data is essential for the new GI IIS. Olympus has named two industry leading companies as preferred solutions, and given them exclusive access to the Endoworks Export Tool. This is the only authorized tool for extracting data from Endoworks so that it can be correctly imported into the vendor s system. Without this tool, third party vendors and users are legally restricted from decompiling Endoworks to discover the source code.   VAMC-Memphis contends Olympus Endoworks version is 7.4.4.2.2.19.3 or higher. Minimum System Performance Requirements To be rendered technically acceptable, the GI IIS solution shall include: General Characteristics: Procedure documentation and image management for six gastroenterology units Structured procedure notes that can be organized for clinical use or data analysis.   Utilize existing VA Pathology Request Form SF - 515 (that would accompany the specimens to the lab) which includes, data field, information directly from the procedure note (such as findings, diagnosis, coding and images). Electronically access diagnostic reports Image management to capture, store, and instantly access patient data, clinical exam data and endoscopic video.. Advanced reporting to generate comprehensive reports and letters using a detailed clinical knowledge base for all procedure types using simple keyword selections. Automated visual and text data exchange capability between different information systems using Health Level 7 (HL7) VA and OI&T Validated Orders and Results Interface with CPRS/VISTA workflow:   Data migration from current Endoworks Export Tool to new GI IIS. Data shall not be altered from Olympus s source code during migration. Approved VA remote support via VA VPN. International Classification of Disease (ICD-10) compatible   Data analytics engine/searchable database to provide GI reports within the GI IIS software.   I.e. procedures start time, room utilization, withdrawal rates, procedural complications, adenoma detection rates, etc. All interfaces, data storage, processing, etc. must be in high definition I.e. interface between video capture card and capture station Hardware: Server Requirements The server hardware shall be in the form of a hyper-converged infrastructure appliance, built on the foundation of VMware software and managed through the vCenter interface. The appliance shall deliver compute, network, storage, virtualization, and management of multiple servers. The appliance shall meet or exceed the following specifications: 64 processing cores 1 TB of RAM 30 TB of raw storage on solid state drives 2U rack mounted form factor Services included with the appliance shall include: All parts and labor required for installation Integrated data services including replication and backup A minimum 3 year parts and services premium warranty Image Capture Workstation requirements (Quantity: Six) The Image Capture Workstations shall be small form factor PC s configured with all components and software to meet the specifications of the GI IIS. They shall include at a minimum: 20-inch HD monitor HD video card Image Capture Card Multi-core processor Windows 7 operating system Keyboard, mouse, and all necessary cables Software Requirements Software is compatible with existing Government owned and leased Olympus equipment Software licenses provided for image capture workstations during the time the equipment is operational at this facility. Software licenses provided for (non-image capturing) documentation workstations during the time the equipment is operational at this facility.   Functionality will include scheduling, registering, note taking and report generation Validated HL7 interface with VA s Clinical Procedures package Interoperability with CPRS The MD/Multicaregiver documentation can be configured to generate billing codes Ability of putting a note directly into CPRS notes section.   Inclusion of any and all additional supporting licenses I.e. medical software, databases, operating systems, etc. All other 3rd party licenses for MD/Multicaregiver to function are included in the solicitation Although not required, the following clinical features on the software will be preferred: Ability to cut and paste in free text space Compatibility with voice recognition software Report templates based on medical conditions which includes: Patient instructions Patient condition Pain level Customization of reports for each physician Ability to comment on estimated blood loss in a separate field CPT/ICD code display after documentation o Ability to auto-fill demographics from VistA Ability to auto-label images by clicking on a segment of a large intestine diagram Ability to email report to referring physician with cover letter Training The contractor shall provide the following training at a minimum: Training will accommodate 24 clinical staff and 3 Biomed system admins at a minimum. A minimum of two separate identical training sessions with documentation for the clinical staff.   Training sessions shall be provided for each shift of clinical staff.   Trainers must come on-site at the VAMC-Memphis to train users on the user interface, application and features.   The training should provide the endusers the capability of being self-sufficient in operating the system during gastrointestinal procedures by the end of the training session. Training shall consist of one (1) full calendar week of onsite support and app s support for configuration. Contractor shall provide one electronic copy of all training materials (handouts, visual aids, user assessment, etc.).   Project Plan The contractor shall provide in their offer a project plan defining delivery, phasing, set- up, project management, and on-site support during implementation and deployment as necessary/applicable.  Contractor shall assign a Project Manager responsible for but not limited to: Manage overall project for the contractor s activities, act as the primary point of contact for all customer questions and concerns,  responsible for managing scope, communication, risks, issues, quality, and technical support during project and coordinates installation activities. Contractor will be accompanied at all times by Biomed employee Contractor shall not take any photographs while on station at VAMC-Memphis           Maintenance Requirements Annual maintenance services are provided at a cost to the VA commencing in the first year and will be a line item as part of the proposal.   If the customer is current with payments, maintenance services include, subject to the exclusions below: (a) correction of reported verifiable failures of the Licensed Software to substantially conform in accordance with the Documentation; (b) all new modules for which the contractor does not charge a licensee fee, and versions, revisions, content updates, software updates or upgrades to the Licensed Software that the contractor   distributes generally to licensees under maintenance (collectively, Updates ); provided, however, that installation, implementation, and other services or out-of-pocket costs in connection with the Updates are not included; and (c) telephone support and/or remote access support to Licensee in its use of the Licensed Software.   The contractor's obligation to provide the maintenance services described herein applies  only to the current version and the immediate prior version.   Maintenance services are described in contractor s Customer Support Handbook, which may be revised by contractor from time to time and the contractor will make available any revisions to the Customer Support Handbook thirty (30) days prior to such revisions taking effect. Maintenance services do not include:             (a) resolution of problems resulting from: (i) any modification of or damage to the Licensed Software or its operating   environment, (ii) Licensee's failure to operate the Licensed Software in the proper hardware and software environment,           (iii) Licensee s failure to operate the Licensed Software in accordance with Documentation and/or instructions, (iv) Licensee s failure to use the current or immediate prior version of the Licensed Software or to otherwise implement any Updates, improvements, modifications, patches and/or bug fixes provided by the contractor at no charge to Licensee; or (v) use of the Licensed Software with third-party hardware or software not provided or approved by the contractor; (b) new modules in the Licensed Software for which the contractor establishes a separate license fee; (c) any Updates, if Licensee is in default with respect to payment of maintenance fees; or (d) the Professional Services.   Licensee is responsible for: (a) maintain an approved, secure internet connection, with the ability to resolve DNS to enable the contractor to gain remote access to the computer system(s) on which the Licensed Software is installed for diagnostic, error correction, software downloading, error logging and other maintenance purposes; (b) cooperate with the contractor in identifying the cause of any claimed failure of the Licensed Software to perform as expected;   (c) allow the contractor reasonably free remote and on-site access to the Licensed Software and to Licensee's systems for the purpose of performing maintenance, provided that the contractor agrees it shall only access the Licensed Software and Licensee s systems at the request of Licensee and provided further that the contractor shall limit its access to that which is absolutely necessary in order to perform required maintenance; and (d) perform data backups, verify the backups are successful, and secure the backup data in a location secondary to the contractor s server(s). Ownership of the supplied hardware is transferred to the VA and such the VA will be in retention of all hardware and hard drives contained within. The Offeror shall provide the VA with a single point of contact to coordinate receipt and follow-up on warranty matters.   There are no support costs during the warranty period for physical hardware (minimum of three years). The contractor to confirm Software maintenance and customer support shall be included for the first year with pricing listed for the following four years. Remote Support Access: During the warranty period, the contractor shall comply with all VA Office of Information and Technology security requirements to perform remote technical and application support.   User and Service Manuals: The Contractor shall provide, at no extra charge, one electronic version of operator manuals, service manuals, electronic schematics, troubleshooting guides and parts lists for each piece of equipment purchased to the Contracting Officer s Representative (COR) with delivery of equipment. Additionally any upgrades or revisions to these documents shall be provided by the Contractor free of charge. These manuals will include all components and subassemblies, including those not manufactured by the Contractor. These manuals and documentation shall be identical to the ones supplied to the manufacturer s service representatives and shall contain the diagnostic codes, commands, and passwords utilized in maintenance, repair and calibration of the equipment. Hardware Upgrades All equipment and related peripherals contracted for shall be state-of-the-art technology. "State-of-the-art" is defined as the most recently designed components that are announced for marketing purposes, available, maintained and supported in accordance with mandatory requirements specified in the solicitation.   Components and products with a manufacturer's planned obsolescence within the first year of contract award are not acceptable. If hardware upgrades become available after award of this contract but prior to installation of the equipment, the contractor is requested to offer them to the Contracting Officer for consideration. The contractor's proposal for such upgrades shall include the following information: Pricing information, to include both the price of the equipment to be added and the equipment to be deleted. Specific awarded items that shall be changed if the proposal is awarded. Performance data, including both comparisons to the specification requirements and to the equipment on contract. A detailed description of the differences between the awarded items and those being proposed, and a specific analysis of the comparative advantages/disadvantages of the items involved. An evaluation of the effect proposed changes will have on the life cycle of the equipment and an associated cost impact as it relates to site preparation, installation, maintenance, and operational expense. An analysis of the timeframe required to institute the change. Submission Requirements Documentation confirming the contractor can deliver all requirements listed in the Statement of Work. Documentation confirming the contractor currently has resources and appropriate authorization to provide remote access support for the VA. Documentation confirming the proposed solution is validated with VA Clinical Procedures package and uses HL7 orders, ORU, and PDF export interfaces. Documentation confirming the proposed solution is authorized to use the Endoworks Export Tool for data migration, along with supporting evidence of a successful migration at a VA hospital. Documentation confirming the proposed hardware meets the requirements by listing the make, model, and technical specifications
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24918Q9450/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24918Q9450 36C24918Q9450.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4382397&FileName=36C24918Q9450-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4382397&FileName=36C24918Q9450-000.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: Memphis VA Medical Center;1030 Jefferson Avenue;Memphis, TN
Zip Code: 38104
 
Record
SN04952135-W 20180614/180612230613-0d2008732df453fa65d960d535883811 (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  © 1994-2020, Loren Data Corp.