Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2018 FBO #6106
DOCUMENT

70 -- PERIOPERATIVE PLANNING SYSTEM - Attachment

Notice Date
8/10/2018
 
Notice Type
Attachment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26218Q9969
 
Response Due
8/24/2018
 
Archive Date
9/23/2018
 
Point of Contact
FREDY A ARTEAGA
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 511210 (size standard of $38.5 million). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide a The VA is seeking sources that can provide a software system used for scheduling, tracking, and managing daily operating room operations and procedures. This software system covers data points to include surgical cases, total time in and out of the operating room, anesthesia delivery time and operative time. It also had the capability to track block utilization, case readiness, lag times, and missing equipment. At a minimum, the software system meets the following salient characteristics statement of work (SOW) with a brand name or equal product for the VA Greater Los Angeles Healthcare System: 1. Please see attachment for Statement of Work (SOW) 2. Salient characteristics: A. PreOp Board Must work with the VHA clinical staff to document PreOp milestones and process flow for each of the milestones. Must map Vista/CPRS data elements to PreOp milestones and document milestone completion criteria. Must document criteria for indicating patient readiness for transport to Operating Room for Planned surgical procedure. Must setup alert conditions and appropriate notification mechanism. Must setup access control for access to PreOp milestone completion web forms. Must identify locations where read-only PreOp dashboard is displayed for use by perioperative staff. If software is deemed by VHA I.T. or VHA ISO to require PIV card authorization enabled, Vendor must develop software to enable PIV card reading and authorization. Vendor must train end-users in use of the software system Vendor must train CAC, Surgical ADPAC and super-users in use and maintenance of the software system Vendor must train Biomedical Engineering in maintenance and support of the system software and hardware B. PeriOp Planner Must visually coordinate the patient s steps from first referral through preparation to scheduling Must maximize efficiency and block utilization Must interface with Vista Surgical package to allow for scheduling, rescheduling and cancellation of cases, which will then populate the Vista Surgical Scheduling package. C. OR-Dashboard Must work with the VHA clinical staff to document clinical process flow Must verify mapping of Vista/CPRS data elements to OR-Dashboard (ORD) visuals. Must verify mapping of common Anesthesia data elements from VISTA Surgery and Philips CompuRecord Anesthesia Record Keeper to ORD visuals. Must be able configure ORD to automatically accept incoming data from Philips physiological monitors Must be able to configure site-specific pre-procedure checklist and indicate via visual alert/alarm if checklist is incomplete. Must enable setup controls for remote access, if necessary via VPN, to ORD by authorized hospital staff. If software is deemed by VHA I.T. or VHA ISO to require PIV card authorization enabled, Vendor must develop software to enable PIV card reading and authorization. Vendor must train end-users in use of the software system Vendor must train CAC, Surgical ADPAC and super-users in use and maintenance of the software system Vendor must train Biomedical Engineering in maintenance and support of the system software and hardware D. OR-Schedule Board Must work with hospital s perioperative staff to configure site-specific color keys. Must identify locations where read only OR-Schedule dashboard will be displayed for use by perioperative staff. Must define dashboard configuration for each of the locations. Must define access control list for users who can modify the day of surgery schedule and allow Surgical ADPAC to modify individual authorized software access. If software is deemed by VHA I.T. or VHA ISO to require PIV card authorization enabled, Vendor must develop software to enable PIV card reading and authorization. Must define application URL and mechanism to deploy URL for use by authorized users. Vendor must train end-users in use of the software system Vendor must train CAC, Surgical ADPAC and super-users in use and maintenance of the software system Vendor must train Biomedical Engineering in maintenance and support of the system software and hardware E. Family Waiting Board Must work with hospital s perioperative staff to configure colors. Must identify locations where dashboard will be displayed for use by patients loved ones. Must define dashboard configuration for each of the locations. If software is deemed by VHA I.T. or VHA ISO to require PIV card authorization enabled, Vendor must develop software to enable PIV card reading and authorization. Vendor must train CAC, Surgical ADPAC and super-users in use and maintenance of the software system Vendor must train Biomedical Engineering in maintenance and support of the system software and hardware F. Analytics Package Must work with hospital s perioperative staff to configure predefined reports. Must configure analytic cube to host data for above reports. The VALB Analytics Cube must be compatible with Analytics Cube for participating VISN 22 facilities from the same vendor and transferable with fewer than 5 key strokes into the VISN 22 Data Warehouse. Each Data Record in the Analytics Cube must preserve the facility number and VISTA surgical case record number Report queries must be able to include ability to extract the data record for each unique VISTA surgical case record entered. Must define access control list for users who can access these reports. Must define application deployment method for authorized users. Vendor must train end-users in use of the software system If software is deemed by VHA I.T. or VHA ISO to require PIV card authorization enabled, Vendor must develop software to enable PIV card reading and authorization. Vendor must train CAC, Surgical ADPAC and super-users in use and maintenance of the software system Vendor must train Biomedical Engineering in maintenance and support of the system software and hardware. Vendor must train VISN Business Intelligence Service Line members, VISN Surgical Workgroup VISN CIS/ARK Subcommittee members in use of the analytics package, including electronic conversion of reports to Excel spreadsheet and/or current VISN/VHA database and/or SharePoint. Vendor must work with VISN 22 Chief Surgical Consult to configure predefined reports. Brand name Info: LiveData PeriOp Manager Software System (Veterans Affairs (VA) Vista Compatible) The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to sub contract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC, NASA SEWP, CIO-CS contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your DUNS number. *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items" meet all the salient characteristics. Responses to this notice shall be submitted via email to Fredy.arteaga@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, August 24, 2018 at 4:00 p.m. EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective quoter s list or to receive a copy of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q9969/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26218Q9969 36C26218Q9969_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4536407&FileName=36C26218Q9969-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4536407&FileName=36C26218Q9969-000.docx

 
File Name: 36C26218Q9969 P01 VAGLASHS SOW - Perioperative planing system.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4536408&FileName=36C26218Q9969-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4536408&FileName=36C26218Q9969-001.pdf

 
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: VAMC GREATER LOS ANGELES;11301 WILSHIRE BLVD;LOS ANGELES, CA
Zip Code: 90073
 
Record
SN05031880-W 20180812/180810231027-d6dcc1918dcea407099028fbd4ccfdc9 (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.