Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2014 FBO #4680
SOLICITATION NOTICE

D -- Derived Content Licencing for Initial 32 Templates - N0025914T0359

Notice Date
9/15/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
 
ZIP Code
92134-5000
 
Solicitation Number
N0025914T0359
 
Archive Date
10/8/2014
 
Point of Contact
Merlinda M Labaco, Phone: (619) 532-8122
 
E-Mail Address
merlinda.labaco@med.navy.mil
(merlinda.labaco@med.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Derived Content Licensing for Initial 32 Templates The proposed contract action is for commercial items which the Naval Medical Center San Diego intends to solicit on a sole source basis under the authority of FAR 13.106-1 (b) (1) (i). This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source, Kwatros Corporation dba EvolveMed located at 175 W 200 S Ste 4004, Salt Lake City, UT 84101-1444. Evolvemed's documentation templates and materials are copyrighted and proprietary. All other offerors may submit a quote that will be reviewed by the Government. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, using Simplified Acquisitions Procedures for commercial items found at FAR 13, supplemented with additional information included in this notice. This announcement constitutes only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is N00259-14-T-0359. It is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. This is a 100% small business set aside action. The North American Industry Classification System (NAICS) Code for this acquisition is 511210. The size standard is $35.5M. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses and provisions may be accessed in full text at http://acquisition.gov/far and www.acq.osd.mil. The contractor shall provide technical services for derived content licensing templates in accordance with the Statement of Objectives (SOO): Performance period: 30 September 2014 - 29 September 2015. CLIN 0001: Derived Content Licensing for Initial 32 Templates (includes subsequent 1-yr consultation; Quantity: 1; Unit of Issue: Year; Price: _______________; Extended Price: _______________ Description: Ongoing enterprise level acquisition includes the right to use the derived content plus support and updates for the fiscal year ending 09/29/2015 in support of PeerCharts Online pilot for the NMCSD Emergency Department. Statement of Objectives (SOO) Emergency Medicine Complaint-Driven Templated Documentation Standardization & Optimization September 4, 2014 1.0 Background: The MHS licenses the use of Clinicomp International's (CCI) Essentris software as the MHSs Inpatient Electronic Health Record (EHR) solution. The Navy Emergency Medicine (EM) community in conjunction with its Air Force and Army colleagues have identified a key functional shortcoming in the lack of templated documentation tools available to assist in the capture of the clinical documentation associated with the encounter. This capability gap means that clinicians are forced to enter their documentation in more time consuming manual fashions and has introduced a large inefficiency when compared with paper templated documentation tools. 2.0 Discussion: This clinical documentation tools enhancement will be supporting Naval Medical Center San Diego which supports the Fleet and its patient care beneficiaries 24/7 as is the military's definitive treatment resource for routine and emergency care, disaster response and medevacs within its area of responsibility of Navy Medicine West. 3.0 Objectives: 3.1 Contractor is licensed to perform all the work required under this task. 3.2 The contractor will continue to support and sustain the enterprise license (originally acquired in September 2012) for use of its initial 23 complaint-specific, 4 procedure-specific, 4 ultrasound, and 1 neurological exam templates in addition to all relevant or dependent addendums for embedding within the Essentris EHR for use at any or all of the DOD's 58 military treatment facilities (MTFs) with Emergency Departments and Fast Tracks. In addition, the contractor will provide an option for purchasing the remaining additional complaint-specific templates (23 as yet unlicensed titles as of 28 August 28, 2013) for incorporation. 3.3. The contractor will support up to 0.25 FTE per month to work with the Essentris ED Content Advisory Group (CAG), (Navy Medicine's Essentris Standardization and Optimization PM) and CCI resources as indicated to facilitate the incorporation of the templates into the MHS's Essentris EHR solution. The contractor will not be responsible for the content once it has been incorporated as representational and visual changes resulting from the incorporation process may alter the complex interaction between the templates and their intended audience, i.e. the clinicians. 3.4 To the extent that the contractor uses an underlying data model, or underlying groupings of templates (for example, pain-related templates, abdominal-related template, etc), the contractor will share and educate the ED CAG upon this model to permit the government to better understand and integrate the templates into the Essentris EHR. 3.5 The contractor will supply paper and/or pdf copies of the templates discussed in bullet #2 to Navy Medicine's Essentris Standardization and Optimization PM and the Essentris ED CAG PM. 3.6 The contractor will be understood be maintaining the template content pursuant to advancements or changes in medical science, best practices, evidence-based medicine, etc. 3.7 The contractor will provide a mechanism for the government to submit discrepancy tickets in the case that: 3.7.1 Any templates are ascertained to have potential errors 3.7.2 In the case that advances in medical science obsolete some or all the content in a template 3.8 The contractor will respond to the discrepancy tickets within 168 hours. 3.9 The contractor will identify the key project team personnel within 30 days of contract award. 3.9.1 Leadership 3.9.2 Account/Program Manager 3.9.3 Clinical Analyst(s) 3.10 The contractor will identify an account/program manager to coordinate communications between the Navy and Evolvemed. 3.11 The contractor will provide new and updated to templates to the government as they are developed. Updates are understood to incorporate advances in medical knowledge and adopting them as rapidly as possible it critical for providing the highest level of care for our beneficiaries. 3.12 The contractor will annually be given a copy of the Top 100 Chief Complaints and Diagnosis from a representative sampling of MHS EDs to assess for gaps in the library of templates relative to our patient population and return to the government any recommendations. 3.13 The contractor will provide the government with an annual renewal option and mechanism for the enterprise license in the event that the templates are successfully incorporated within the Essentris EHR. 3.14 In the event that the templates prove impossible to incorporable into Essentris, all Evolvemed content will be removed from the Essentris EHR content by the ED CAG. 3.15 The contractor will submit a final annual report summarizing their activities over the fiscal year. 4.0 Deliverables and Milestones Proposed Quarterly and Annual Timeline & Milestones Emergency Medicine Complaint-Driven Templated Documentation Standardization & Optimization 4.1 Q1 Milestone (90%): 4.1.1 Delivery of Key Project Team Roster within 30 days of contract award 4.2 Q4 Milestone (10%): 4.2.1 Annual Project Report 4.2.1.1. Project History/Timeline 4.2.1.1.1. Summary of Project Achievements 4.2.1.1.2. Summary of Noteworthy Personnel Contributions 4.2.1.1.3. Summary of all discrepancy tickets submitted and their responses 4.2.1.1.4. Best Practices Identified 4.2.1.1.4.1. Recommendation(s) To Create Persistence 4.2.1.1.5. Challenges Identified 4.2.1.1.5.1. Recommendation(s) For Mitigations NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) (a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP). (b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: http://www.cnic.navy.mil/regions/cnrsw/installations/navbase_san_diego/om/force_protection/rapid_gate.html and popular links. For more information or to enroll in the NCACS Program call: 1.877.727.4342. For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 (c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-76. This acquisition incorporates the following FAR clauses: 52.204-7 System for Award Management (JUL 2013) 52.204-13 System for Award Management Maintenance (JUL 2013) 52.212-1 Instruction to Offerors-Commercial Item (JUL 2013) 52.212-2 Evaluation - Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certification--Commercial Items (JUL 2013) 52.212-4 Contract Terms and Conditions--Commercial Items (JUL 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2013) 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g) 52.233-3 Protest after Award (AUG 1996) (31 U.S.C. 3553) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub.L. 108-77, 108-78) 52.204-10 Reporting Executive Compensation and First -Tier Subcontract Awards (JULY 2010) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) (31 U.S.C., 6101 note) 52.219-6 Notice of Total Small Business Set Aside (NOV 2011) 52.219-28 Post Award Small Business Program Representation (APR 2012) 52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -Cooperation with Authorities and Remedies (MAR 2012) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action For Workers With Disabilities (OCT 2010) 52.223-18 encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 252.225-7001 Buy American and Balance of Payments Program (JUN 2012) 252.225-7002 Qualifying Country Sources As Subcontractors (DEC 2012) 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) Quotations will be evaluated based on technical capability, past performance (provide references within three years of past performances related to licensing template documentation), and price. Technical capability and past performance when combined are more important than price. The Government will only consider firm fixed price quotations. Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications - Commercial Items (JUL 2013). The provision can also be submitted at https://www.sam.gov. Contractor must be registered to the System for Award Management (SAM) prior to award. A nine digit Data Universal Numbering Systems (DUNS) number provided by Dun and Bradstreet is required to register. The website address for SAM registration is https://sam.gov Electronic submission of Quotes: Quotations shall be submitted electronically by email to merlinda.labaco@med.navy.mil. Email submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due before close of business on 23 September 2014, 9:00am Pacific Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025914T0359/listing.html)
 
Place of Performance
Address: Naval Medical Center San Diego, Emergency Department, 34800 Bob Wilson Drive, San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN03512045-W 20140917/140916000300-b36112886b2f4b677d48dc159f0724a6 (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.