Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2012 FBO #3744
DOCUMENT

T -- Enterprise-Wide Speech Recognition - Attachment

Notice Date
2/22/2012
 
Notice Type
Attachment
 
NAICS
334611 — Software Reproducing
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70112I0135
 
Response Due
3/9/2012
 
Archive Date
6/7/2012
 
Point of Contact
Shon Johnson
 
E-Mail Address
m
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice VA-701-12-I- 0135 Enterprise-Wide Speech Recognition System ENTERPRISE-WIDE SPEECH RECOGNITION SYSTEM I.Introduction: This Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). VA is currently conducting market research to locate qualified, experienced, and interested potential sources. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this Sources Sought Notice. The Veterans Health Administration (VHA) is seeking interested sources (contractors) for a near-future solicitation and procurement for an Enterprise-wide Speech Recognition System. At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. A central goal of VA is to ensure the highest level of patient care to our nation's Veterans. A keystone to quality patient care is accurate, timely, and complete medical documentation. The majority of clinical documentation for VHA resides in the Computerized Patient Record System (CPRS), VA's highly regarded electronic health record (EHR). There are a variety of methods for medical documentation entry including manual entry, third-party transcription, and limited usage of speech recognition software. Currently, the primary speech recognition software used by non-radiologists is Nuance's Dragon Medical. To ensure continuation of quality patient care, VHA seeks to purchase a medical-specific Enterprise-wide Speech Recognition System for non-radiology applications. VHA holds approximately 7,000 Nuance licenses that encompass a range of versions (i.e., Versions 6.10.x - 10.1.x,). In establishing an enterprise-wide speech recognition system, VHA seeks to standardize speech recognition software as well as maintain the most current version across VHA facilities. Optimizing an enterprise-wide system improves productivity and user satisfaction of clinicians, reduces cost of transcription, improves accuracy and quality of medical documentation, and ultimately enhances patient-centered care. This system will help with sharing best practices, achieving operational efficiencies, and leveraging economies of scale. II.Requirements: A high-level description of the processes and outputs for each of the three (3) functional support areas required to support the desired Enterprise-Wide Speech Recognition System include: Speech Recognition System: VHA requires medical-specific speech recognition software. Specific hardware/peripheral requirements should also be detailed in your response. The software shall be customized by medical specialty. This system shall work in a centralized, virtual environment behind the VA firewall. Additionally, this software shall have the capability to: a)Interface with the Commercial Off-the-Shelf (COTS) products deployed within the VHA and CPRS (or the current interface for VHA electronic health records); b)Replicate medical-specific speech recognition functionality of the software on a mobile device; c)Interface with a variety of input devices (e.g., microphones,) to accommodate user needs; and d)Accommodate varying accents of spoken English. Implementation Support and Ongoing Maintenance: VHA requires strategies to transition from the current state of speech recognition technology to a centralized and unified state. This includes: a)Migration of existing environment; b)Implementation plan; c)Site-installation plans; d)Customer service support; e)Ongoing maintenance (including a Continuity of Operations Plan); and f)Software updates. Training: Historically, VA has a subset of users who underutilize speech recognition technology. Accordingly, VHA requires cost-effective and efficient training strategies to optimize user proficiency. III.Submittal Information: Contractors having the skills and capabilities necessary to perform the stated requirements should submit a single spaced, 12 point font minimum, response to the information identified in the Sources Sought Notice. Please also submit a cover page which includes, at a minimum, the company's name, address, Dunn & Bradstreet (DUNS) number, General Service Administration (GSA) contract number (if applicable), point-of-contact name, phone number, and e-mail address. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill the requirements outlined in this Sources Sought Notice. Qualifications: Capabilities - A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill the above requirements. Description of the capabilities/qualifications/skills your company possesses to perform services described in the Sources Sought Notice. In addition, specifically address the following: a)Ability to utilize natural language processing and computer-assisted coding; b)Software usage management; and c)Provide recommended turnaround time for telephone and remote software support. Company business size and status - (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, Women-Owned Small Business, etc.) The number of years in business, affiliate information: parent company, joint venture partners, potential teaming partners, and VA Mentor Protégé Program membership status. Contract Information - If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Number and relevant Special Item Numbers (SINs) applicable to this requirement. Additionally, list any applicable North American Industry Classification System (NAICS) codes, and DUNS number. Experience: Provide the following information on a maximum of three (3) similar projects completed within the last three (3) years for which the responder was a prime or subcontractor: a)Name and location of each project; b)Prime contract number (if applicable), contract value and type ( e.g., Firm Fixed-Price, Time and Material,); c)Name, telephone and address of the customer for each project; d)A brief description of each project and why it is relevant to this requirement, including difficulties and successes; and e)Company's role and services provided for each project. Feedback a)Submit suggested labor categories and descriptions that would be appropriate in fulfilling the requirements for the functional support areas; and b)Sample Quality Assurance Plan (QAP) for meeting the requirements identified in the Sources Sought Notice. It is requested that the above information be provided no later than Friday, March 9, 2012 4:00PM EST. Responses should be emailed to Shon Johnson at Shon.Johnson@va.gov. All Email Correspondence for this project must reference the Sources Sought Number, Project Identifier and Project Title in the subject line of the email. Example: RFI 701-12-I-0135, Enterprise-Wide Speech Recognition System. No phone calls will be accepted. DISCLAIMER: This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Sources Sought that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought Notice. Primary Point of Contact: Shon Johnson, Contract Specialist E-Mail: Shon.Johnson@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70112I0135/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-12-I-0135 VA701-12-I-0135.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=299405&FileName=VA701-12-I-0135-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=299405&FileName=VA701-12-I-0135-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02680510-W 20120224/120222235002-edc5febd864eb1d10059b97c84dc2514 (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.