Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2022 SAM #7394
SOURCES SOUGHT

D -- Clinical Information System/Anesthesia Record Keeping System (CIS/ARK) Analytics/Decision Support Solution

Notice Date
2/25/2022 12:21:22 PM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
 
ZIP Code
07724
 
Solicitation Number
36C10B22Q0182
 
Response Due
3/11/2022 9:00:00 AM
 
Archive Date
05/10/2022
 
Point of Contact
James Cummiskey, Contract Specialist, Phone: 848-377-5117
 
E-Mail Address
james.cummiskey@va.gov
(james.cummiskey@va.gov)
 
Awardee
null
 
Description
Request for Information 36C10B22Q0182 Clinical Information System/Anesthesia Record Keeping System (CIS/ARK) Analytics/Decision Support Solution This is a Request for Information (RFI) only. Do not submit a Proposal. It is requested that all companies interested in participating in this effort please note their interest and state their ability to perform the effort described in the attached DRAFT Performance Work Statement (PWS). This RFI is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the VA in developing its acquisition strategy and final PWS. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. Responses: Please submit the below requested information by 12:00PM EST on March 11, 2022 via email to James Cummiskey, Contract Specialist at James.Cummiskey@va.gov. VA reserves the right to not respond to any, all, or select responses or materials submitted. All VA current requirements identified herein are subject to change at any time. If you experience any problems or have any questions concerning this announcement, please contact James Cummiskey at james.cummiskey@va.gov, 848-377-5117 or Heather Utt at heather.utt@va.gov, 848-377-5047. E-mail is the preferred method. VA appreciates your time and anticipated response. As part of your RFI response, please provide the following information: General Include the following identification information Company Name CAGE/DUNS Number under which the company is registered in SAM/VetBiz.gov Company Address Point of contact name Telephone number Email address VA anticipates that this effort would fall within North American Industry Classification System (NAICS) Code 541519, Other Computer Related Services, which has a size standard of $30.0M. Are you a small or large business under NAICS 541519 ($30.0M)? If you believe there is a more appropriate NAICS code, please provide that to the Government with your rationale. Identify existing contract vehicles (GSA, T4NG, etc.) in which you are a contract holder that can be utilized to procure these services. With respect to the subject effort, would you be the prime contractor? As the Prime Contractor, what tasks under the DRAFT PWS would your company perform? If a small business, what type of small business are you? Are you able to comply with FAR 52.219-6 and 52.219-14 in execution of this effort? Are you able to comply with VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside and with subcontracting limitations in 13 CFR 125.6 in execution of this effort? Has the draft PWS provided sufficient detail to describe the technical requirements that encompass the testing services to be performed under this effort. ______ YES _______ NO (if No, answer question 7) If NO , please provide your technical comments/recommendations on elements of the draft PWS that may contribute to a more accurate proposal submission and efficient, cost effective effort. Capability Statement Please submit a capability statement describing your company s ability to meet the requirements in the attached draft PWS. The capability statement shall be limited to 15 pages and address the questions below. Describe your expertise and experience with integration/interface testing of VA Health Information Technology Systems such as Veterans Health Information Systems and Technology Architecture (VistA) to import real time VistA data, the VA Corporate Data Warehouse (CDW), Vista Imaging (Consolidated VistA Imaging Exchange (CVIX)), and BCMA (Bar Code Medication Administration). Describe your expertise and experience with integration/interface testing with data from the Picis Clinical Solutions software platform including real time data. Describe your expertise and experience with integration/interface testing with other agencies including Centers for Disease Control (CDC) and National Healthcare Safety Network (NHSN) to allow reporting to those entities. Describe your expertise and experience with integration/interface testing with Department of Veterans Affairs (VA) to allow internal reporting. Describe how your platform intakes, processes, maps, and presents the analytics and clinical surveillance data. Describe your expertise and experience with large scale data validation and data integrity validation. Describe how users can create customized reports within your platform. Describe your expertise and experience in critical care patient environments, antimicrobials/antimicrobial stewardship, epidemiology, microbiology, infectious disease, infection prevention and control, and reporting and workflows. Describe your work related to Operating Room quality or efficiency, anesthesia quality improvement measures, and the Intensive Care Unit (ICU). How did the organization benefit? Describe your work identifying ventilated patients from the critical care patient data set. Discuss any logic needed to exclude non-invasive modalities. Describe the infrastructure needed to support your platform. Can your infrastructure be virtualized? Can it operate in the VA-approved Cloud space? Does it have FEDRAMP (Federal Risk and Authorization Management Program) approval? Does it have Technical Review Manual (TRM) approval? Is the application Personal Identity Verification (PIV) compatible? Do you have an existing Memorandum of Understanding and Interconnection Security Agreement (MOU/ISA) and a Business Associate Agreement (BAA) with the VA? Does your platform have an Authority To Operate (ATO) with the VA? As a prime contractor, have you or are you currently providing analytics and clinical surveillance and decision support software and services at the level of complexity and size and scale of a VISN with seven healthcare systems; and if so, for each reference, provide the contract number, dollar value, contract vehicle, and a description of the work conducted by your firm? Provide a Rough Order of Magnitude estimate for a 12-month base and four 12-month option periods inclusive of any data licensing fees with firm-fixed-price optional tasks that will cover product development activities.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/693a78387d8144d3995bc2ca4e28df38/view)
 
Record
SN06251678-F 20220227/220225230114 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.