Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2024 SAM #8335
AWARD

D -- PowerScribe VISN 7 (VA-24-00085717)

Notice Date
9/20/2024 6:45:45 AM
 
Notice Type
Award Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
 
ZIP Code
07724
 
Solicitation Number
36C10B24Q06810002
 
Archive Date
11/19/2024
 
Point of Contact
Joshua McGarry, Contract Specialist, Phone: 848-377-5136
 
E-Mail Address
joshua.mcgarry@va.gov
(joshua.mcgarry@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Award Number
NNG15SD27B36C10B24F0375
 
Award Date
09/19/2024
 
Awardee
V3GATE, LLC COLORADO SPRINGS 80921-3798
 
Award Amount
934220.19
 
Description
PowerScribe PD Page 37 of 55 Page 1 of 74 Page 1 of 74 PRODUCT REQUIREMENTS VA Veterans Integrated Services Networks (VISN) 7 has a requirement to expand the existing Nuance PowerScribe Picture Archiving and Communication System (PACS) dictation system and acquire 4 term licenses for brand name Nuance PowerScribe with 1 term license for ModLink add-on, 130 Nuance PowerMic IV microphones, Pro-service installation for Nuance PowerScribe and ModLink at eight sites, On-site Professional Training Class at eight sites, and technical support to customize Nuance PowerScribe software interfaces. The existing VISN 7 Philips VuePACS uses Nuance PowerScribe infrastructure to accurately and efficiently dictate findings and observations from medical images. The VISN 7 team is working to expand existing Nuance PowerScribe infrastructure VISN-wide to be interoperable with existing VISN 7 VA owned VuePACS. The required expansion of Nuance PowerScribe dictation proprietary software and Nuance proprietary hardware including the microphones must be interoperable with the existing VISN 7 VuePACS, also including the warranty, professional services and training, to ensure a common interface that facilitates the care of patients referred within a VISN, to reduce time spent on manual data entry allowing radiologists to focus on interpreting images and making critical clinical decisions by automating report building and data entry, to reduce the cost of equipment and maintenance contracts, to share technical expertise within a VISN, and to ensure continuity of service in the event of a disaster. In addition, VA requires maintenance and technical support that includes software updates, bug fixes, general product consultation, and upgrade support during normal business hours to ensure the software continues to function as intended, and access to designated Nuance points of contact who possess expert knowledge of Nuance technologies as well as have access to Nuance s proprietary knowledge, development, and source code to create scripts that allow the Nuance PowerScribe to communicate with other custom applications at VA. Delivery is 30 days after receipt of Order. Performance is 12 months from date of Government acceptance, with two 12-month option periods. Description Part Number Quantity PowerScribe One, Core Reporting PSONE-TERM 1 PowerScribe One, Core Reporting (spare) PSONE-HSP-TERM 1 PowerScribe One Download Interface INTDN-PS1-DP-TERM 15 PowerScribe One Upload Interface INTUP-PS1-DP-TERM 15 ModLink Add-on for PowerScribe One MDL-ADO-HS-TERM 1 PowerMic IV Microphone RD-0POWM4N9 130 Pro-service for PowerScribe One PROFESSIONAL SERVICES 1 PS Reporting Project Management Services PSOPM-PM-040 1 PS Reporting Provider Training PSOPT-TR-010 41 PS Reporting Administrative Training Program - Melbourne, FL PSOAT-TR-020 16 PS Reporting Administrative Go Live Support PSOGL-TR-010 16 PS Reporting Comprehensive Optimization Consulting PSOCC-TR-040 1 Smart AutoText Creation & Implementation PSOST-TR-010 2 PS Reporting Multi-Site Support PSOMS-TR-010 7 PS Reporting Add-on Project Management Services - New Interface / Change Interface PSOAD-PM-030 15 PS Reporting Project Management Services - Additional Location PSOAD-PM-040 5 PSOne Medium Import Service Option - 500K to 2M Reports PSOIM-020 1 PSOne Hot Spare Installation PSONE-HSP-INST 1 PS Reporting Project Management Services New Hospital on Existing Platform PSOAD-PM-020 2 PS Reporting Standard Optimization Consulting (CV) PSOCV-TR-010 2 PSOne Small Import Service Option - up to 500K Reports PSOIM-010 2 Pro-service for ModLink PROFESSIONAL SERVICES 1 PS Data Integration Project and Training PS360TRA-DATA-0200 1 PS Data Integration Project and Training PSODT-TR-010 2 Remote Project Management Services - Remote Hourly PSORH-PM-010 70 Option Year Renewals for PowerScribe One Year 1 PSO 1 Option Year Renewals for ModLink Year 1 MDL 1 Option Year Renewals for PowerScribe One Year 2 PSO 1 Option Year Renewals for ModLink Year 2 MDL 1 1.1 EQUIPMENT SPECIFICATIONS The Contractor shall deliver the following PowerMic IV microphones to the six facilities and in the quantities listed: Facility Name Facility Address Quantity Central Alabama VA Medical Center 215 Perry Hill Road Montgomery, AL 36109-3725 10 Birmingham VA Medical Center 700 South 19th Street Birmingham, AL 35233-1927 45 Ralph H. Johnson Department of Veterans Affairs Medical Center 109 Bee Street Charleston, SC 29401-5799 45 Wm. Jennings Bryan Dorn Department of Veterans Affairs Medical Center 6439 Garners Ferry Road Columbia, SC 29209-1638 20 Carl Vinson Veterans' Administration Medical Center 1826 Veterans Boulevard Dublin, GA 31021-3620 8 Tuscaloosa VA Medical Center 3701 Loop Road East Tuscaloosa, AL 35404-5099 2 1.2 PROFESSIONAL SUPPORT INSTALLATION AND ASSEMBLY Vendor shall be responsible for assembly and installation of systems after delivery. The eight sites for assembly and installation are as follows: Facility Name Facility Address Joseph Maxwell Cleland Atlanta VA Medical Center 1670 Clairmont Road Decatur, GA 30033-4004 Charlie Norwood Department of Veterans Affairs Medical Center 950 15th Street Augusta, GA 30904-2608 Birmingham VA Medical Center 700 South 19th Street Birmingham, AL 35233-1927 Ralph H. Johnson Department of Veterans Affairs Medical Center 109 Bee Street Charleston, SC 29401-5799 Wm. Jennings Bryan Dorn Department of Veterans Affairs Medical Center 6439 Garners Ferry Road Columbia, SC 29209-1638 Carl Vinson Veterans' Administration Medical Center 1826 Veterans Boulevard Dublin, GA 31021-3620 Central Alabama VA Medical Center 215 Perry Hill Road Montgomery, AL 36109-3725 Tuscaloosa VA Medical Center 3701 Loop Road East Tuscaloosa, AL 35404-5099 Installation shall include implementation and testing of all purchased interfaces to VA electronic systems in coordination with Clinical Staff, Healthcare Technology Management (HTM) staff, O&IT staff, and others identified as needed. Vendor shall provide all necessary accessories, cables, adaptors, etc. to deliver a fully functional clinical device. 1.3 SOFTWARE Vendor shall ensure all software operating on the device provided is supported by the OEM at time of delivery. Workstation software must be compatible with Windows 11. Server software must be compatible with SQL Server 2019 or Windows 2022. VA will be providing virtual servers per vendor s specifications (e.g. hard drive space and RAM). Vendor shall install their software applications on these virtual servers. Proprietary software systems are acceptable so long as vendor supports the version provided to VISN 7 and it is the newest version at time of delivery. Access to all software shall be provided to VISN 7 in situations where re-installation is necessary. Software shall be provided to VISN 7 with user licensing for the supported life of the device. In cases where vendor insists on utilizing a licensing fee model, this shall be clearly noted in the quote provided for Government consideration. Licenses shall allow a minimum of 637,000 reports per year across VISN 7. 1.4 REQUIREMENTS The Contractor shall provide all software and implementation services necessary to operate on the latest version of Nuance s PowerScribe One. The Contractor shall configure all necessary operating systems, software licenses, and databases necessary to operate these instances. The Contractor shall provide 130 PowerMic IV microphones for VISN 7 usage with the PowerScribe product. The Contractor shall ensure that all existing data is operational with the newly installed systems and conduct data migration and validation as part of go-live activities. The Contractor shall coordinate with VISN 7 POC to minimize any necessary downtime per conversations. 1.5 SYSTEM FUNCTIONALITY System functionality shall include but not be limited to, Advanced Data Integration, and Clinical Guidance Reporting modules/licenses. System shall include functionality to automatically import structured report measurements from all imaging modalities. System shall interface with all existing systems in VISN 7 s PowerScribe deployment including, but not limited to Philips VuePACS, Veterans Health Information Systems and Technology Architecture/Computerized Patient Record System. 1.6 PROFESSIONAL SUPPORT - SERVICE AND WARRANTY Service and Operator Manuals The contractor shall provide the following documentation for the proposed system: Electronic copy of operator's instruction manuals. Electronic copy of complete technical service manuals including detailed troubleshooting guides, necessary diagnostic software, service keys, schematic diagrams, parts lists, and any other resources available to the manufacturer s service technicians. Electronic copy of a system manager s manual outlining back-up procedures, managing privilege group limits, routine tasks, etc. Warranty The Contractor shall provide the OEM warranty covering the system, all accessories, and all software, and shall include all new parts and labor for a minimum of one year from the date of Government acceptance. A manufacturer s factory-trained Field Service Engineer shall perform installation and maintenance during the warranty period. The warranty shall include all manufacturer recommended Preventive Maintenance procedures for its duration. All available software updates and security patches shall be made available to VISN 7 during the warranty period. The Contractor shall provide response to applications and technical calls within 8 hours. The Contractor shall ship replacement parts within 48 hours of notification from the Government. 1.7 PROFESSIONAL SUPPORT TRAINING SERVICES The Contractor shall provide on-site clinical/applications training for 10 clinical staff for two (2) days at each of the following VA facilities: Facility Name Facility Address Joseph Maxwell Cleland Atlanta VA Medical Center 1670 Clairmont Road Decatur, GA 30033-4004 Charlie Norwood Department of Veterans Affairs Medical Center 950 15th Street Augusta, GA 30904-2608 Birmingham VA Medical Center 700 South 19th Street Birmingham, AL 35233-1927 Ralph H. Johnson Department of Veterans Affairs Medical Center 109 Bee Street Charleston, SC 29401-5799 Wm. Jennings Bryan Dorn Department of Veterans Affairs Medical Center 6439 Garners Ferry Road Columbia, SC 29209-1638 Carl Vinson Veterans' Administration Medical Center 1826 Veterans Boulevard Dublin, GA 31021-3620 Central Alabama VA Medical Center 215 Perry Hill Road Montgomery, AL 36109-3725 Tuscaloosa VA Medical Center 3701 Loop Road East Tuscaloosa, AL 35404-5099 The Contractor shall provide introductory system/technical/maintenance training for two (2) Healthcare Technology Management (AKA Biomedical Engineering) staff during installation. The Contractor shall include all travel cost associated with providing this training in its quote. The Contractor shall coordinate all installation and training dates with the VISN 7 project manager who will communicate internally with clinical staff. 1.8 NETWORK SECURITY The Contractor is required to complete VA Security Forms Attachment 1 - 6550 (Appendix A) (FY23) and Attachment 2 - MDS2-Worksheet. If these forms are not completed and submitted with the Respondent s quote, shall be unacceptable and thus, ineligible for award. In addition, if the Contractor currently possesses a VA authorized Enterprise Risk Assessment (ERA) and/or Memorandum of Understanding - Interconnection Security Agreement (MOU/ISA) these documents shall be provided with the quote for review. If the Contractor does not currently possess a VA authorized ERA and/or MOU/ISA they shall complete Attachment 3 - MD ERA Network Topological Diagram Template, Attachment 4 - MD ERA Inventory Template, Attachment 5 - MD ERA PortsProtocolsServices Template, and Attachment 6 - VA MOU ISA Template within 30 days of award and provided to the points of contact listed in Section 4 herein. Dictation software shall be compliant with VA Technical Reference Model (TRM).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/87fd8bd256264b7b96d7fe652b258723/view)
 
Record
SN07218710-F 20240922/240920230110 (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.