Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 30, 2014 FBO #4570
DOCUMENT

65 -- Patient Dose Management VA246-14-AP-3432 - Attachment

Notice Date
5/28/2014
 
Notice Type
Attachment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;201 Hay Street, Suite 304;Fayetteville NC 28301
 
ZIP Code
28301
 
Solicitation Number
VA24614I0384
 
Response Due
6/3/2014
 
Archive Date
9/1/2014
 
Point of Contact
Olin D Newsome
 
E-Mail Address
2-5023<br
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT: The Department of Veterans Affairs (VA) Mid-Atlantic Care Network (VISN-6), Durham, North Carolina is seeking potential sources to delivery, install, and commission a radiation dose recording system, with all of the associated hardware, software, maintenance, and training that will support 8 VA Medical Centers (VAMC) throughout VISN-6. This is a brand name or equal procurement that shall possess the salient characteristics equal as described in the capabilities description below: Specifications for "radiation dose recording" services for Veterans Integrated Service Network 6 (VISN 6) are provided herein. 1.System shall be self-contained. Data from machines will go to a system dedicated server. (The system may or may not be interfaced with facility's server system or patient records.) If the system is proposed to interface with the VA patient records program, describe in detail how this interface will occur. No data will be transferred or transmitted to any location outside the VISN 6 facility network. 2.System Cannot interfere with the operation of the machine in the event that the system becomes non-operational or incapable of transmitting radiation dose to server properly. 3.System shall be capable of adding additional machines easily and without interfering with machines already hooked up into system. 4.System shall be able to comply with VHA Information Technology security requirements. 5.System shall successfully complete the VHA DICOM Validation procedure. 6.The vendor shall be responsible for the maintenance and repair of the entire dose recording system, includes both hardware and software. 7.System shall be capable of being repaired or upgraded by supplying local VA Biomedical staff the necessary software necessary or by the vendor coming onsite at no additional cost to perform such functions. 8.System version that is installed shall be the most current version available. 9.System shall be able to "extract" the radiation exposure data from multiple vendors and multiple types of DICOM structure x-ray producing machines. (Fluoroscopy, CT and diagnostic radiographs) 10.System shall be able to "extract" the radiation exposure data from multiple vendors with non-DICOM structures. 11.System shall be able to send radiation dose information from VISN 6 satellite locations (CBOCs: Community Based Outpatient Clinics and HCC's: Health Care Centers) to the main data center located at the Durham VA Medical Center (DVAMC) facility. 12.System will have a manual text input column for comments from individuals such as RSO, Dermatology, Biomed etc. 13.System will have manual data input capability for older non-DICOM machines or for entering preexisting radiation dose history. 14.System shall be able to calculate peak skin dose by multiplying the Air Kerma times 1.4 15.System shall be able to produce a rolling 12 month, color coded radiation dose indicator for each patient. (For example, accumulated skin dose of 5 Gy or less is green, 5 - 10 Gy is yellow, and greater than 10 Gy is red). (A comparable scale for CT to be determined) 16.System will be capable of producing a color indicator for female patients when pelvic skin exposure reaches 0.1 Gy (10 rads). 17.The system shall be capable of sending warning notices when specified thresholds have been exceeded. (For example, when trigger levels for a single procedure, month, quarter, year etc. have been exceeded for any individual) 18.System shall be able to be able to generate a variety of user generated reports. 19.System will have a wide range of search and filter capability. Should be able to filter according to room location, machine, user, patient, dose matrix, date range etc. 20.The vendor shall be able to demonstrate fluoroscopy dose recording capability. This can be accomplished by providing adequate screen shots of fluoroscopy dose records or various types of report printouts of fluoroscopy dose data. 21.System shall be HIPPA compliant. 22.System shall have its own login feature. 23.System shall be web based and be available on any VISN 6 facility computer work station. 24.System shall be able to have multiple users logged on at the same time. (Example: 100 users at a time capable) 25.The vendor shall have a well-established and demonstratively successful means of providing the goods and services described in these specifications in a VA Medical Center environment. 26.System shall be installed and operational in more than one VA Medical Center facility within the US. 27.The vendor shall be able to provide locations and contact information where their systems are currently located and operational. 28.Additional Information: Please provide information on how your system operates. Please include general overview and technical information for VISN 6 and DVAMC Information Technology staff. Please provide base cost for the entire system (hardware, software, licensing fees etc.) Please provide individual estimated cost for the hook up of each individual machine. It is possible that only part of the listed machines will be hooked up initially with other machines being brought into the system at a later date. Therefore; depending upon cost, some machines may be optioned to be hooked up to system at a later time as money becomes available or not at all. Indicate the cost of annual maintenance and upgrade contract. The vendor will be responsible for the upkeep of the entire dose recording system, including all of the associated hardware. The vendor will be responsible for notifying the VISN 6 COR for Imaging (or delegate) of the timeline to renew annual maintenance and upgrade contracts to avoid a lapse in coverage and incur any subsequent cost to the Government in the form of penalties or fees. A set cost per machine or entire system is preferred instead of a variable cost based upon volume usage. Please provide estimated time between the awarding of this project and the ability to start using the system, as well as the estimated completion of the project. Please provide capabilities your system has that are not requested above. Please indicate what capabilities requested above, that your system is not capable of performing. Please notify the individual listed on this announcement of your interest business size, and capabilities by or before June 3, 2014, 4pm, Eastern Standard Time. No solicitation is currently published, pending, or available. This is a Sources Sought notice only. Point of Contact: Olin D. Newsome Jr. electronically, olin.newsome@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/FaVAMC565/FaVAMC565/VA24614I0384/listing.html)
 
Document(s)
Attachment
 
File Name: VA246-14-I-0384 VA246-14-I-0384.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1389937&FileName=VA246-14-I-0384-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1389937&FileName=VA246-14-I-0384-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03377456-W 20140530/140528234620-77464ee1d9b7abed07f3c862d8dc9127 (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.