SOLICITATION NOTICE
70 -- CVIS application server upgrade
- Notice Date
- 8/25/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 3801 Mirranda Avenue, Palo Alto, CA 94304
- ZIP Code
- 94304
- Solicitation Number
- VA-261-11-RQ-1070
- Response Due
- 8/30/2011
- Archive Date
- 2/26/2012
- Point of Contact
- Name: Carol Lam, Title: Contracting Officer, Phone: 6504935000, Fax: 650
- E-Mail Address
-
carol.lam@va.gov;
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is VA-261-11-RQ-1070 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 541511 with a small business size standard of $25.00M.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-08-30 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Palo Alto, CA 94304 The VHA VISN 21 - 640 - Palo Alto requires the following items, Brand Name or Equal, to the following: LI 001, P0004MRCVIS 4.1 TO 4.2 APPLI UPG The CVIS 4.1 to 4.2 Application Server Upgrade - software-only upgrade. Includes: Field Installation of software upgrade, 1, EA; LI 002, PO004MD CVIS INTERFACE SERVER HWThe CVIS Interface Server Hardware is to include the CVIS Application Server configuration supporting clinical integrations, report routing, and Hospital Information System communication as applicable. Manufacture warranty providing 3 Year, 24x7, 4 Hour Response. Provide CVIS virus management policies and HIPAA compliancy statements.Includes: Hardware - HP Proliant Series Server and specification sheets.Software - Microsoft(R) Windows(R) operating system Server Installation with CVIS Interface Server Software, 1, EA; LI 003, P0004MECVIS APPLICATION SRVR HWThe Centricity(R) CVIS Application server hardware is to be utilized with the CVIS Application Server Software. Manufacture warranty providing 3 Year, 24x7, 4 Hour Response. Provide CVIS virus management policies and HIPAA compliancy statements.Includes: Hardware - HP Proliant Series Server and specification sheets.Software - Microsoft(R) Windows(R) operating system Oracle database architecture Installation: Server Installation with Centricity CVIS Application Server Software, 1, EA; LI 004, P0004MGCVIS G3 ON-LINE DB BACKUP The CVIS On-line Database Backup (ODB) delivers a Unitrends? Disk to Disk Backup solution. The NAS Data Protection Unit (DPU) is a self ?contained, network device that can reside anywhere accessible to the network. Includes: Preconfigured image with backup jobs On-line driveRemovable Hot-swap drives for off-site storage:? One 500GB Audit disk? Five weekly disks, 1, EA; LI 005, P0004RJ CVIS HL7 ORDER IN INTEGR CVIS HL71nbound Order Integration provides remote professional integration services administered by the vendor?s ITPS Integration team to translate the hospital's order message to meet CVIS specifications., 1, EA; LI 006, POO04RKCVIS HL7 ORDER OUT INRG Vendor?s ITPS Integration team to translate the CVIS order filler message to meet the Hospital Order Receiving system specifications., 1, EA; LI 007, POO04RLCVIS HL7 RESULTS INTGRT CVIS HL7 Results Integration provides remote professional integration services administered by the Vendor?s ITPS Integration team to translate the CVIS results output to meet the Hospital Result Receiving System specification., 1, EA; LI 008, POO04RMCVIS HL7 CHRG MNGT INTGRT CVIS HL7 Charge Management Integration provides remote support services administered by the Vendor?s ITPS Integration team to translate the CVIS charging output to meet the Hospital Information System specification., 1, EA; LI 009, POO04WRCVIS SYSTEM ADMIN CLASS 3 Days System Administrator class at vendor?s facility - Travel and living expenses to be paid for by government., 1, EA; LI 010, POO02WWCVIS 2 Day Onsite Training CVIS 2 Days Onsite Training - Vendor?s travel and living costs are included. One (1) day of training equals 8 hours Monday-Friday 8:00 am to 5:00 pm., 1, EA; LI 011, P0004YMDMS 4.2 UPGRADE LIVE REM DMS 4.1 to 4.2 Upgrade Live Remote training - 2 hours - Topics covered during the session include: Review of all System Management and Structured Reporting enhancements, Demonstration of any set-up/configuration changes and introduction to all New Features within the DMS 4.2 application., 1, EA; LI 012, P0001SSCVIS Project Management Project Management provides successful implementation of the CVIS. Managers oversee the implementation process ranging from order review, equipment delivery coordination, installation, training, and final system acceptance. Project Manager to work with hospital clinical and IT staff to communicate project timelines and administrate project execution. Manager to provide workflow, system consultation, track and direct resolution of implementation issues., 1, EA; LI 013, P1006BNVISTA INTERFACE LICENSE The VISTA Interface license enables outbound distribution of the Mac-Lab/CardioLab Clinical Report from the acquisition device to VistA Imaging in a.PDF format. The PDF file will be made available for pickup by the VistA Imaging application from the CVIS Administration Server. An accompanying HL7 message will be provided to VistA CP with the intent to close the order for the exam and identify the UNC Path of the Clinical Report associated to the study data for pickup by the VistA Imaging application. Includes: DOC to PDF file conversion software HL7 Results interface and message mapping software, 1, EA; LI 014, P1006BP VISTA INTERFACE INT SVCS Vendor to provide VISTA Interface Integration Services provides remote professional integration services. These services include: -Create shared folder structure on CVIS Admin server to support PDF file retrieval by VistA Imaging. -Setup VISTA Interface engine on CVIS Admin server -Validation testing support, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, VHA VISN 21 - 640 - Palo Alto intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. VHA VISN 21 - 640 - Palo Alto is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. In addition to the standard VHA buy terms, the Seller (Bidder) has reviewed the attached solicitation (RFQ) document (type attachment name here), item details, and delivery (collectively ?requirements?), and agrees to all terms and conditions set forth in the solicitation document.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAPAHCS/VAPAHCS/VA-261-11-RQ-1070/listing.html)
- Place of Performance
- Address: Palo Alto, CA 94304
- Zip Code: 94304 -1290
- Zip Code: 94304 -1290
- Record
- SN02549461-W 20110827/110825235812-09b02d280d88cc6d66092dcdfcd5db1d (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 |