Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2014 FBO #4711
SOURCES SOUGHT

99 -- RFI/SS

Notice Date
10/16/2014
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
CLG-15-22272
 
Response Due
10/28/2014
 
Archive Date
12/15/2014
 
Point of Contact
Courtney Greene, 301-619-2431
 
E-Mail Address
US Army Medical Research Acquisition Activity
(courtney.greene@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1.0Purpose of this RFI/SS THIS IS A REQUEST FOR INFORMATION (RFI)/Sources Sought (SS) ONLY. This RFI/SS is issued solely for information and planning purposes - it does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI/SS will be solely at the interested vendor's expense. Not responding to this RFI/SS does not preclude participation in any future RFP, if any is issued. This RFI/SS is to gauge interest in the upcoming requirement for a new Anatomic Pathology Laboratory Information System (APLIS) software solution (Brand Name or Equal), hardware, implementation, and training support services. The Government is seeking sources, capability statements, and industry feedback for this requirement for a new Anatomic Pathology Laboratory Information System (APLIS) software solution (Brand Name or Equal), hardware, implementation, and training support services in accordance with the requirements set forth in the attached Statement of Need (SON) and Performance Work Statement (PWS). When submitting a capability statement to this draft PWS, please submit a capability statement that describes relevant past performance based upon the size and scope of the outlined requirement. Additionally, please do not regurgitate the draft PWS tasks, rather contractors shall outline company specific capabilities that match the work outlined in the draft PWS in order for the Government to make a fair capabilities determination. In addition, the Government requests you respond to the specific questions listed below in order to satisfy this RFI/SS. In addition, any industry feedback regarding the SON and PWS is welcome. Please list any feedback accordingly (marked as vendor feedback) following your capability statement and responses to the listed Government questions. 2.0 Attachments The attachments to the RFI/SS are: Performance Work Statement (PWS) - Outlines Background, Objectives, and Statement of Work Statement of Need - Outlines Software (Brand Name or Equal - CoPath Plus) and Hardware Salient Characteristics 3.0APLIS Objectives The Government is replacing the current Defense Health Clinical Systems (DHCS) Anatomic Pathology Laboratory Information System (APLIS) solution/software (with the below stated brand name or equal) at DoD MTFs from end-of-life (EOL) Hewlett Packard hardware running Open Virtual Memory System (OpenVMS) 7.3-2 Operating System (OS), and Digital Standard MUMPS (DSM) 7.3 database application, to a virtualized Microsoft Windows platform using a regional design leveraging existing DoD network infrastructure. This requirement includes: Purchase of new software (Brand Name or Equal - CoPath Plus in accordance with the salient characteristics outlined in the attached Statement of Need (SON), and licensing for specified sites supporting the current APLIS solution Purchase of new hardware (IAW the salient characteristics outlined in the Statement of Need (SON) for specified sites supporting the current APLIS solution Purchase of associated licensing for specified sites supporting the current APLIS solution Deployment of the product across the designated sites (PWS Exhibit 2) Standard configuration and optional configurations (PWS Exhibit 3) On-site engineering support to perform the application and system migrations and installations Training support for the AP user community Continued upgrades and/or updates to the licensed software products 4.0 How to Respond a)Please provide a capabilities statement of no more than 15 single sided pages that addresses the questions posed in Appendix A. The formal closing date for this RFI/SS and for the submission of responses is NLT 28 October 2014 at 1400 ET. All responses should be submitted electronically using PDF, HTML, MS Word or PowerPoint formats to the POC, Ms. Courtney Greene at the following e-mail addresses: courtney.l.greene3.civ@mail.mil. *Total e-mail file limit size is restricted to 5MB. Files exceeding this threshold shall be submitted over multiple messages, and be identified as quote mark Message #x of #x quote mark. Appendix A - 1) Please describe your software and how it compares to the requested quote mark brand name or equal quote mark salient characteristics as outlined in the attached SON. 2) Please describe your organization's customer base and years of experience in Anatomic Pathology Laboratory Information System (APLIS) Technology, Implementation and Training Support. 3) Please describe your relevant past performance for projects of similar size and scope for this requirement (i.e. your organization's experience with interfacing software with other critical DoD medical systems such as Composite Health Care System (CHCS) or of those with similar size and scope of the outlined requirement. Please include two to three examples, including the type of challenges working with DoD or similar size and scope customers. 4) Please describe two to three challenging database migration projects your organization has successfully completed within the past three years. Please include the specific challenges and obstacles encountered, your approach for addressing the challenges, and lessons learned. 5) Please describe your organization's experience with delivering a technical solution for moving a distributed architecture and resources to a robust and scalable regional or domain approach. 6) Please list your organization's experience and expertise with migrating data from MUMPS database to a MS SQL or other database software migration projects. 7) Please list your organization's experience and expertise with specialized migration tools in database migration projects, including any relevant information regarding how the tools were selected for specific projects. 8) Please list the hardware components your organization has used in database migration projects, including virtual systems used. 9) Please describe your organization's experience in system performance tuning post migration, including operating system performance tuning and database performance tuning. 10)Please describe your organization's experience and expertise with DIACAP and product accreditation as it adheres to DoD. 11)Please describe your organization's experience and expertise with developing data dictionaries in a clinical environment. 12)Please describe your pricing methodology. Is your solution available via Government contract vehicle(s) (i.e. GSA Schedule or GWAC) or is it only available through Commercial (Open Market)? Do you provide preferred Government pricing/discounts off commercial pricing if you do not provide pricing through a Government contract vehicle? 13)General Questions/Considerations: General Design: a. Please provide any additional architectural details that you feel will help us understand the design and functionality of your product. b. What type of database(s) does your product use? c. Tell us how you measure reliability, provide your historical reliability metrics, etc. Licensing: a. What is your licensing structure? b. Are there limits to the number of facilities/users that are accessing the system at any given time, before seeing degrades in performance? c. Does the product have standard, documented interfaces and support for interfaces? d. Does your product have an ability to interface with an external clinical record service that serves as the authoritative source of patient laboratory information? e. Does your product have an ability to interface with an external patient demographics service that serves as the authoritative source of patient demographic information? f. Does your product have an ability to interface with an external materiel management system that serves as the authoritative source for ordering and receipt of the pharmaceutical commodity? g. Is the database(s) configured as distributed or centralized? h. Does your system support report generation at local and enterprise levels? Appendix B - Vendor Feedback 5.0 Summary THIS IS A REQUEST FOR INFORMATION ONLY to identify sources that can provide Anatomic Pathology Laboratory Information System (APLIS) Technology Implementation and Training Support. The information provided in the RFI/SS is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the items discussed, and release of this RFI/SS should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/CLG-15-22272/listing.html)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
 
Record
SN03552004-W 20141018/141016234840-4349aef32265d76eca9a883e1b693635 (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.