Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2012 FBO #3823
DOCUMENT

70 -- Anesthesia Record Keeper (ARK) Software for VISN 12 (6 VAMC Facilities) - Attachment

Notice Date
5/11/2012
 
Notice Type
Attachment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
VA69D12I0715
 
Archive Date
6/10/2012
 
Point of Contact
Trong V Nguyen
 
E-Mail Address
4-4842<br
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This is not a solicitation for proposals, proposal abstracts, bids, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Responses to the information requested will assist the Government in determining the appropriate acquisition method. The Great Lakes Acquisition Center (VISN 12), Department of Veterans Affairs is seeking sources to provide ARK (Anesthesia Record Keeper) for their 6 VA medical centers located in Michigan, Wisconsin, and Illinois. The purpose of this notice is to solicit for a vendor to be able to employ advanced technological methods in the integration of healthcare data to improve patient quality of care, reduction of medical errors, and increase in cost savings as part of their solution. A critical component of this project is the substantial interface requirement between the Clinical Information System (CIS) and the VHA hospital information system, VistA. An essential requirement is the establishment, implementation and continuity of a unified data solution throughout the VISN. In these terms, data definitions, data comparisons, clinical usage is expected to be seamlessly consistent across all VISN sites. The Anesthesia Record Keeper (ARK) shall allow for future expansion due to the anticipated and changing needs in VISN 12. The system shall allow for the addition of future CISs such as the Intensive Care Unit (ICU) CIS, enabling them to seamlessly pass data to one another to create contiguous electronic perioperative-critical care information system. Under any resulting contract, the Contractor shall be responsible to upgrade/update the ARK on an on-going basis to remain compatible with all applications used throughout the VISN as they are also upgraded and improved. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (service disabled veteran owned small business, veteran owned small business, hubzone, 8(a), small disadvantage business, small business, or large business) relative to NACIS 541511 (size standard of $25.5 million). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. Interested parties shall provide a brief overview of their firm's capabilities and past experience with projects similar in scope to this project. All information shall be submitted in Word or PDF format, not to exceed 10 pages, including all attachments. Each submittal shall also include the following business information: a. DUNS number b. Organization Name c. Organization Address d. Point of Contact (including name, title, addresses, telephone number, fax number and Email address) e. Business size f. Socio-economic status ( IF SDVOSB or VOSB - provide SDVOSB or VOSB CVE verification) g. Is it on GSA/FSS Schedule ? Firms shall identify whether or not they are a small business or other than small business in accordance with the size standard for NAICS code 541611. If another NAICS code may be applicable, please identify the NAICS in your capability statement. Responses to this notice shall be e-mailed to trong.nguyen@va.gov. Telephone inquires will not be accepted. Responses must be received in writing no later than May 21, 2012 2:00pm CST. This notice is to assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued, it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources sought synopsis are not considered adequate responses to any future solicitation announcements. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of future solicitations. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Interested parties may register at http://www.fedbizopps.gov to receive notification when the solicitation and any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, we recommend that you monitor the FedBizOpps site for all information relevant to desired acquisitions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D12I0715/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-12-I-0715 VA69D-12-I-0715.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=339551&FileName=VA69D-12-I-0715-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=339551&FileName=VA69D-12-I-0715-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02745782-W 20120513/120511235006-214300b197c6e51138086648328ee147 (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.