SOURCES SOUGHT
70 -- Powerscribe Radiology Dictation
- Notice Date
- 6/30/2023 9:51:29 AM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25623Q1344
- Response Due
- 7/7/2023 12:00:00 PM
- Archive Date
- 09/05/2023
- Point of Contact
- REGGIE CLARK, Contracting Officer, Phone: 601-206-7054
- E-Mail Address
-
reginald.clark@va.gov
(reginald.clark@va.gov)
- Awardee
- null
- Description
- Department of Veterans Affairs Network Contracting Office (NCO) 16 Request For Information (RFI) DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this Request for Information (RFI) is preliminary as well as subject to amendment and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it will be synopsized in the Federal Contract Opportunities website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI. 1. Title: Powerscribe 360 radiology voice recognition and structured reporting system 2. Purpose: The purpose of this RFI is to identify potential sources which will aid in defining the procurement strategy (e.g., set-aside, sole source, unrestricted) for a solicitation the VA intends on issuing shortly for the following: Objective: To secure the Powerscribe 360 radiology voice recognition and structured reporting system for use with the existing commercial PACS at all VISN 16 diagnostic imaging reading locations. Background: VISN 16 uses the Philips Vue PACS version 12.x to support Imaging Services at all of its VA Medical Centers as well as the Joint Ambulatory Care Center (JACC) and the VISN 16 Teleradiology Reading Center (TRC). Since being implemented in 2018, the Vue PACS itself has performed acceptably, however the dictation and reporting system that was installed with it has led to significant dissatisfaction among clinical, administrative, and technical personnel. Specifically, as identified through the monthly VISN 16 Imaging Chiefs calls, radiologists across VISN 16 are nearly universal in stating that it is difficult to use, limited in functionality, and lacking in important key features that they have come to expect as a result of using other systems outside VISN 16. More significantly, the currently reporting system has been identified as a primary factor in numerous reports failing to cross back into VistA as well as other issues that not only negatively impact VISN 16 PACS Administrators workload, but elevate the risk to patients and increase the frustration of referring physicians outside of imaging services. Collectively, these issues have resulted in unacceptable disruptions to workflow and significant additional workload for radiologists and PACS Administrators across all of VISN 16. More importantly, these issues have increased the risk to patients, especially when reports for afterhours emergency ( stat ) cases read by the TRC fail to cross back over to the sending facility in a timely manner. VISN 16 requires a widely accepted, state of the art radiology dictation reporting system, that integrates with our existing PACS, is intuitive to use & easily customizable, and promises to eliminate or greatly reduce the issues that VISN 16 experiences with its current reporting system. Diagnostic imaging interpretation requires both significant inherent Radiologist knowledge and the ability to quickly review appropriate diagnostic assistance guidance as needed. While VISN 16 radiologists have access to STATdx through the VHA Library and other internet-based resources, they interpret images on medical devices workstations on secure VLANs, without open access to the internet, as required per HTM & OIT network security rules. Accessing diagnostic imaging assistance currently requires an interruption to workflow and use of a separate workstation. VISN 16 requires real-time interactive diagnostic imaging assistance information that is accessible from within the dictation and reporting system, thereby reducing diagnostic time and minimizing the need for callbacks & report addenda. Physician OPPE/FPPE guidelines require peer review of a certain number of cases. For VISN 16 Imaging Services, this is currently managed through a variety of manual processes and SQL scripts. This is not the most efficient method; however, it works for a relatively simple peer review program. Recent National VHA OPPE/FPPE changes mandate a significantly more complex peer review program that provides specific requirements for the number, type, and complexity of peer review cases and limits who can peer review cases for whom. The current patchwork method of managing peer review across VISN 16 does not support these more complex peer review requirements and will result in increased workload, workforce frustration, and errors in trying to manage peer review, which in turn will increase the risk of non-compliance. VISN 16 requires a customized peer review system that supports the new OPPE guidelines and that is fully integrated with our PACS and reporting system. To meet all the requirements identified above, VISN 16 identified Nuance Powerscribe 360 with the Clinical Guidance and Peer Campaigns modules as only source that could meet them in a single offering. Powerscribe 360 is the primary system used throughout VHA in the radiology workflows; seamlessly integrating with different PACS. It is highly favored among radiologists, to include those in VISN 16, when compared to other radiology reporting systems due to its intuitive design and several unique key features. The Contractor shall provide all labor, personnel, equipment, tools, materials, software licensing, and other items and services as necessary to implement, configure, integrate, test, train, and support Nuance Powerscribe 360 radiology speech recognition, reporting, and data information system, the Clinical Guidance Module, and the Peer Campaigns Module, at all VISN 16 facilities. For network security the Contractor shall identify all communication ports, protocol, and other related requested information as needed. The Contractor shall be responsible for software installation on VA provided virtual servers and is also responsible for configuration of all servers and software solutions. The Contractor shall provide professional services for project management, all requested system customization services, installation services, and technical support and troubleshooting for the implementation of the system. The Contractor shall also provide all requested system documentation regarding the networking and set up of the system, to include administrative passwords. The Contractor is not guaranteed remote access to perform any of these services and may need to come onsite to the Medical Center as necessary to complete the project. The uses of Nuance s existing VPN site-to-site tunnel with the VA is allowed but not guaranteed in the performance of this contract. Period of Performance: The Period of Performance shall be for one 12-month period base year, with two additional option years, as follows: Base Year: September 1, 2023 to August 31, 2024 Option Year 1: September 1, 2024 to August 31, 2025 Option Year 2: September 1, 2025 to August 31, 2026 Scope The Contractor shall provide overall project management, installation, configuration, and training for the software. The Contractor shall maintain PowerScribe 360 with relevant updates and shall maintain the same version across all VISN 16 facilities listed in Table 1. The anticipated Small Business Administration (SBA) size standard for the North American Industry Classification System (NAICS) code _541519__________ is _34M___________ (employees or dollars). 3. Responses Requested: The following questions must be answered in response to this RFI. Answers that are not provided shall be considered non-responsive to the RFI: a. Where are the requested items/equipment manufactured? Vendor must attach documentation of this information to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice b. Are the requested items/equipment manufactured by a Small or Large business? Is the potential vendor in compliance with the Non-Manufacturer Rule (NMR)? Vendor must attach documentation of this to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice c. Is the Vendor an authorized distributor with access to Original Equipment Manufacturer (OEM) parts which may be required in performance of this requirement? The VA does not accept grey market items and therefore the Vendor must attach evidence of this access (Authorized Distributor letter) to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice. d. Name of potential Contractor that possess the capability to fulfill this requirement. Contractors shall also provide the following: Point(s) of contact name: _______________________________________________ Address: ___________________________________________________ Telephone number: ___________________________________________ Email address: _______________________________________________ Company's business size: ________________________________________________ Data Universal Numbering System (DUNS) #: _______________________________ e. Is your company considered a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern, with the requisite __________________ NAICS code? Please provide proof of qualifications. f. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration (GSA) Schedule, Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please identify the contract number for the Government to review as part of this Market Research. 4. Opportunity/Market Pricing: The MEDVAMC is seeking information from potential vendors on their ability to provide the required items/equipment. THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the MEDVAMC in determining potential levels of competition and general market pricing available in the industry. Therefore, vendors are requested to submit estimated market research pricing along with their responses to the above. The estimated pricing will be considered when determining the procurement strategy for the forthcoming solicitation. 5. Instructions and Response Guidelines: Questions regarding this RFI shall be submitted no later than 14:00 (CST), July 5, 2023 via email to reginald.clark@va.gov RFI responses are due by 12:00pm (CST), Friday, July 7, 2023; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to reginald.clark@va.gov The subject line shall read: Clear Chart. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 3(a) - 3(f). Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by CAVS as Market Research and will not be released outside of the MEDVAMC Purchasing and Contract Team. 7. Contact Information: Reggie Clark Reginald.clark@va.gov Your response to this notice is greatly appreciated!
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/16836d1157f54d9f92f26136f6238a6c/view)
- Place of Performance
- Address: Department of Veterans Affairs Central Arkansas Veterans Healthcare System 4300 W 7th Street, Little Rock 72205, USA
- Zip Code: 72205
- Country: USA
- Zip Code: 72205
- Record
- SN06734807-F 20230702/230630230049 (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 |