Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2010 FBO #2983
SOURCES SOUGHT

70 -- Bar-Code Medication Administration System

Notice Date
1/22/2010
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
PRTS169863
 
Point of Contact
Ann G Argaman, Phone: (301) 594-5919, Julius Y Tidwell, Phone: 301-496-0101
 
E-Mail Address
ann.argaman@nih.gov, jtidwell@cc.nih.gov
(ann.argaman@nih.gov, jtidwell@cc.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Institutes of Health, Clinical Center (NIH CC) Pharmacy Department in Bethesda Maryland is conducting a market survey/sources sought to help determine the availability and technical capability of qualified small businesses, veteran-owned small businesses, service disabled veteran-owned small businesses and/or HUBZONE small business capable of serving the needs mentioned below. This market survey/sources sought announcement is not a request for proposals and the Government is not committed to award a contract pursuant to this announcement. The information from this market research is for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research and the Government will not entertain questions concerning this market research. The Government will not pay for any costs incurred in the preparation of information for responding to this market survey. The NIH CC Pharmacy Department is seeking a Medication Barcode Enabled Automated Point of Care Technology (MBEAPOCT) System that will automate error-resistant patient care processes to improve efficiency, effectiveness and patient safety for Medication administration. The proposed system must integrate with the existing Barcode Initiative which includes admission/registration, specimen collection, and blood administration, Laboratory Specimen Collection. This project will be implemented on all inpatient units, day hospitals and outpatient clinics only for administrations of medications, as well as clinical procedure and diagnostic service areas in the NIH Clinical Center complex. These include: • 13 inpatient units • 17 outpatient clinics • 3 day-hospitals • 11 clinical treatment and diagnostic areas, including OR/PACU, Cardiac Catheterization, Special Procedures, Nuclear Medicine, Outpatient Phlebotomy, Occupational Medicine Service, Blood Bank, Apheresis Clinic, Bronchoscopy, Endoscopy and Critical Care STAT Lab. The barcode-enabled, automated point of care technology (MBEAPOCT) solution is intended to address hospital-wide processes for medication administrations and to be integrated with the existing barcode initiatives for Positive Patient Identification. The system shall provide the ability to support the medication administration process, including verification of the right patient, right drug, right dose, right strength, right time and right route of administration and clinical reason as appropriate. Bar Code Aided Medication Administration (BCMA) involves the commitment of prescriber, pharmacist, nurse and patient to a safer and more efficient process surrounding the medication function. A significant portion of medications provided for patient at point of care do not have a vendor supplied bar code. These products may be subunits of vendor supplied items (unit dose tabs or caps, or compounded half tablets or suspensions prepared from oral tablets or capsules); or parenteral products compounded in the pharmacy. At the Clinical Center, a significant number of these items are not even supplied by a commercial vendor, but as experimental products compounded in house or supplied as blinded materials by outside vendors. It will be the task of the bar code solution vendor to identify a way to integrate these disparate products while honoring (or improving) the work flows which produce these items. The environments for medication administration in the Clinical Center include unit-based care, procedure rooms, operating suites, post-op care units, outpatient clinics and outpatient pharmacy. Unique also in this environment is the use of the medical record number rather than visit number to differentiate patients, so that orders for inpatient visits and outpatient treatments or prescriptions are available at any location Inpatients: The Clinical Center consists of 13 inpatient units including an Intensive Care Unit totaling 234 beds maximum capacity (140-160 filled on average), 3 day hospitals, and 2400 inpatient doses filled by the Central Pharmacy per week day. The Pharmacy supplies medications currently through limited floor stock, automated dispensing machines (Omnicell), central 24 hour cart fill, and with interim doses sent to the nurse or the cart via pneumatic tube or courier delivery. Outpatients: Administration of medications is performed in the day hospitals, some outpatient locations and in the special procedure areas. Capture devices should be described for bedside use, procedure room use, day hospital use, outpatient clinics and operating room use. The proposed MBEAPOCT system must: • Integrate with the CareFusion Transfusion Verification and Specimen Collection Verification Systems to allow NIH Staff transparently perform transfusion verification, specimen collection and medication administration. • Utilize existing Flo Healthcare 1760 Mobile Workstation which are planned for each patient room, outpatient care unit and procedure area with bar-code reader and Zebra QL Plus Series Label Printers. • Utilize existing MC70 Enterprise Digital Assistants Zebra QL Plus Series Label Printers planned for selected areas. • Utilize existing patient wallet card and wristbands. The contractor(s) providing the services must have the requisite experience in furnishing, installing and maintaining bar-code medication administration systems in a hospital environment. They should have installed these systems in at least five hospital facilities. The contractor(s) must have experience developing and supporting interfaces as described above to their information system. The contractor must also be able to provide system support on a 24/7 basis. The vendor responses must demonstrate their expertise in ALL of the following items. Please note that failure to specifically demonstrate capability to provide the required services in your response to this market survey may affect the Government's review of industry's ability to perform these services. The vendor's response shall be in sufficient detail to allow the Government to assess the capability of your firm. The vendor response must specifically address each of the following areas: 1) Experience: The capability statement shall show that the vendor has sufficient relevant experience to do the work. The contractor(s) will list the institutions where their system is installed, how long it has been installed, and the number of prescriptions filled per day at that institution. At least one of these institutions must have an interface from a prescriber order entry system to their system and at least one must regularly fill prescriptions for investigational drugs. 2) References: The capability statement shall present a listing of at least five present clients. The name, address, contact telephone number and the contact person must be stated for the five required references. 3) Training: The capability statement should clearly demonstrate that the firm has qualified personnel who have installed bar-code medication administration systems. The vendor(s) shall provide a list of the principal people who will be involved in the project including their training and experience related to information technology. The vendor response shall also include any other specific and relevant information related to the requirements of this project that will enable the Government to determine the capabilities of the company to perform the specialized requirements described in this synopsis. Interested organizations must demonstrate and document in any response submitted, to this market survey extensive experience with and the ability to perform all of the specialized requirements elsewhere described. This notice is a market survey and is for information and planning purposes only and does not commit the Government to any contractual agreement. THIS IS NOT A REQUEST FOR PROPOSALS. The Government will not award a Purchase Order or Contract based upon Vendor responses to this announcement. The Government shall not assume any costs for preparing or submitting any information in response to the market survey or the Government's use of the information. Any proprietary information should be clearly identified as "proprietary information". Vendors must send written capability responses by February 5, 2010 to the Contract Specialist at the following e-mail address [Ann Argaman aargaman@cc.nih.gov. The written responses must also indicate the size of your firm- small businesses, veteran-owned small businesses, service disabled veteran-owned small businesses and/or HUBZONE small business For any questions, please contact the contract specialist, Ms. Ann Argaman at (301) 594-5919.].
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/PRTS169863/listing.html)
 
Place of Performance
Address: Clinical Center, National Institutes of Health, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02047944-W 20100124/100122235730-8357be1f9efb63342de8b7d7a47d6792 (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.