Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOURCES SOUGHT

J -- Sources Sought PACS Maintenance, LT, VISN

Notice Date
2/27/2020 6:52:24 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24920Q0115
 
Response Due
3/5/2020 8:59:59 PM
 
Archive Date
04/04/2020
 
Point of Contact
Contract SpecialistChaz D. BowlingOffice: (615) 225-5636Email: Chaz.Bowling@va.gov
 
E-Mail Address
chaz.bowling@va.gov
(chaz.bowling@va.gov)
 
Awardee
null
 
Description
This is a Request for Information (RFI) to conduct market research to determine the availability of vendors capable of providing the requirement for McKesson Radiology Picture Archiving and Communication System Support (PACS) along with maintenance support. This requirement is for the James H. Quillen VA Medical Center, Tennessee Valley VA Medical Centers, Memphis VA Medical Center, Lexington VA Medical Center, and Robley Rex VA Medical Center. This RFI does not guarantee the issuance of an RFQ. If you have the availability to provide the requirement, please respond to this RFI with a capabilities statement. This RFI is issued solely for information and planning purposes. It does not commit the Government to contract for any supply or service whatsoever. The VA is not, at this time, seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. 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 interested vendor s expense. Not responding to this RFI does not preclude participation in any future RFQ, if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will not be returned. STATEMENT OF WORK VISN McKesson Radiology Picture Archiving and Communication System Support GENERAL INFORMATION Title of Project: VISN McKesson Radiology Picture Archiving and Communication System Support Background: Veteran Integrated Service Network (VISN) 9 employs 83 radiologist across 5 facilities. VISN 9 primary facilities are Tennessee Valley, Mountain Home and Lexington Healthcare Systems, Memphis and Louisville. Also included are additional Clinics and CBOCs located in Tennessee, Northern Georgia and Kentucky. The VISN solution for Picture Archiving and Communication System (PACS) is Change Healthcare s McKesson Radiology Enterprise PACS (MR PACS). VISN 9 purchased McKesson Radiology PACS as a comprehensive radiology solution via DIN-PACS for all VISN facilities, Clinics and CBOCs. Core VISN MR PACS presently operates at version 12.2.3. VISN MR PACS is interfaced with and archives DICOM to VA s VistA Imaging. MR PACS is interfaced with the VISN s common voice dictation system, Nuance PowerScribe 360 and VA s VistA HIS/RIS for reporting. VISN MR PACS primary database and DICOM PACS archive is hosted from the Nashville facility. Secondary backup database and PACS archive is hosted at Mountain Home which also serves as the failover disaster recover solution site. McKesson Radiology Network Shelter Servers support limited use functionality for contingent operations at the Mountain Home, Lexington, Louisville and Memphis sites. This requirement is for a maintenance and support contract for MR PACS and associated integrated or bundled radiology applications and functionality. High system availability and functionality for radiologists throughout VISN 9 must be achieved. To maintain functionality, security, and compatibility with more current server operating systems and other dependencies, VISN 9 requires professional services for MR PACS version 12.x.x updates or upgrades during the contract period. Professional services are required to ensure adequate system uptime is maintained during any version update or upgrade. Scope of Work: The contractor shall provide software support for VISN 9 Change Healthcare McKesson Radiology MR PACS per Schedule of Deliverables to maintain maximum system availability and performance throughout VISN 9. MR PACS must be maintained at high system health levels to support its base volume license of 550,889 total exams per year at a minimum per Attachment A. System availability is defined as 99.99% uptime. All-inclusive service support for software and hardware shall include system operation, backups, updates, upgrades, preventive maintenance and follow-on training for PACS and related equipment and software purchased or licensed for the term of the contract. Updates are defined as all modifications to correct or improve system operation and current functions including known remedies for security vulnerabilities. Upgrades are defined as providing additional functionality which are made available for purchase separately. High system availability as defined much be achieved during periods of system upgrades. System availability as defined above is applicable to all systems specified in this support agreement regardless if an MR PACS core system or optional component, third party application and/or managed service. Systems include but are not limited to McKesson Radiology Network Shelter and Care Continuance. McKesson Radiology Mammography Plus as specified by exam volume per year in Attachment A. McKesson Radiology DynaParam simple interface software license per interface per Attachment A. Software support for other integrated or acquired applications which include MedView - Corridor, MedView Client (PACS Plug-In) and Corridor 4DM MI (SPECT-PET) and concurrent licenses per Attachment A. OrthoView orthopedic viewing and surgery planning support enterprise licensing and associated markers as identified on Attachment A. Bayer Radiometric Radiation Dose Management with software licenses based per ionizing radiation exam types per Attachment A. Radiometric outbound HL7 Interface and software license for outbound SR interface and Test Server per Attachment A. Radiometric ADT Interface, QICS, Medview, Conserus Workflow Intelligence bundled services (5) 100K Procedures 0068 Enterprise Radimetrics 1 EXP-SR-2 Radimetrics Software License for Outbound SR Interface when > 100K CT/IR exams 0069 Nashville DC 1 EXP-TST-2 Radimetrics Software License for Test Server for > 100K CT/IR exams 0070 Nashville DC 1 RAD4000 Radimetrics ADT Interface 0071 Nashville DC 1 RMX100H Radimetrics medium server - up to 600,000 studies per year - HP 0072 Shared Facilities 2 VIV401 MySQL Pro License 0073 Shared Facilities 2 VIV300HL MCKESSON STUDY SHARE SERVER - HP Includes 1600 GB of useable storage; separate backup storage required. UPS and Racks to be supplied by customer unless otherwise specified in this quotation. 0074 Shared Facilities 1 PVU-SWF-800 pVue - Full license <800 K APV 0075 Shared Facilities 1 PVS300H2K8R2 PVS300H2K8R2 PeerVue Large Server <3M 0076 Shared Facilities 2 SQL205 SQL200 MS SQL2008R2 STD Emb ISV 1CPU 0077 Shared Facilities 1 PVS200H2K8R2 PVS200H2K8R2 PeerVue Test Server 0078 Shared Facilities 1 PVU-MNT-YR1 QICS Base Managed Services 0079 Shared Facilities 1 PVU-5SB-800S Conserus Workflow Intelligence Term Managed Services - 5 Workflow Solutions Bundle - < 800,000 Annual Procedures 0080 Memphis 2 HMI400 Software Maintenance for McKesson Radiology DynaParam - Simple Interface 0081 Memphis 2 HMI400 McKesson Radiology DynaParam - Simple Interface Software License - per interface 0082 Louisville 800 HMI500 McKesson Radiology Mammography Plus Software License - per annual Mammography Exam Please note that requirements defined to date may change before a final solicitation is released. RFI requirements are as follows: Please acknowledge if your company is an authorized provider of the of these services. Submit responses and related information via email to chaz.bowling@va.gov by 9:30 AM CST, March 5, 2020. Proprietary/Confidential material shall be clearly marked on every page that contains such. Include the name, phone number, and email address of the lead from your organization. VA reserves the right not to respond to any or all emails or materials submitted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6d4709eac83d4fdb8a37ff91ac5efaa4/view)
 
Place of Performance
Address: Department of Veterans Affairs;VISN 09, USA
Country: USA
 
Record
SN05574908-F 20200229/200227230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.