DOCUMENT
D -- National Interactive Patient Care System (IPCS) Acquisition - Attachment
- Notice Date
- 2/5/2016
- Notice Type
- Attachment
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
- ZIP Code
- 07724
- Solicitation Number
- VA11816R0994
- Response Due
- 2/26/2016
- Archive Date
- 5/26/2016
- Point of Contact
- Matthew Truex
- E-Mail Address
-
0-9650<br
- Small Business Set-Aside
- N/A
- Description
- Introduction This Request for Information (RFI) is issued for market research and planning purposes only and 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. The purpose of this RFI is to identify qualified contractors who are able to meet the Department of Veterans Affairs (VA) requirements, determine if commercial items are available or, could be modified to meet VA's requirements, determine the appropriate contract type i.e., firm fixed-price or cost-reimbursement or time and material, understand commercial pricing practices and other market information readily available. Background The VA is the second largest Federal agency in the United States (US) and delivers health care, benefits, and services to the nation's Veterans. As one of three administrations within VA, the Veterans Health Administration (VHA) is the largest US integrated health care system consisting of 153 hospitals, nearly 1,400 community-based outpatient clinics, community living centers, Vet Centers and Domiciliary rehabilitation centers. As an organization, VA has made a strong commitment to advancing the quality of care as well as improving the Veteran experience. In support of VHA's number one strategic goal, "to provide personalized, proactive, patient driven healthcare," a number of facilities have adopted an innovative approach to delivery of care within inpatient units using Interactive Patient Care Systems (IPCS). This approach is based on the premise that the more engaged, empowered, and stimulated Veterans are in their own healthcare, the better their experience and outcomes. The Office of Patient Centered Care and Cultural Transformation (OPCC&CT) in support of its core strategy to improve the patient experience, meet VHA goals, and "hardwire" cultural change, began supporting the planning and implementation of inpatient bedside IPCS technology at the Birmingham VA Medical Center (VAMC) in fiscal year 2011. Subsequently, approximately 32 VA facilities that have either deployed or are in the process of deploying IPCS products within the VHA's electronic health care record, which is a system of systems that has 100+ medical and business applications, e.g., laboratory, nutrition, surgery, accounting, purchasing. The system is entitled Veterans Health Information Systems and Technology Architecture (VistA), http://www.ehealth.va.gov/VistA_Monograph.aspIt. Requirements The VA requires virtualized IPCS solutions to improve the Veteran's experience, meet VHA goals, and "hardwire" cultural change that provides a product that can engage, empower and educate Veterans. This includes the following: a)Places Veterans at the center of their care with tools that proactively engage them and their families. b)Provides ready access to education and targeted skill-building resources to better manage patients' health. c)Fosters continuing communication and intervention between patients and staff. d)Personalizes the health management experience according to Veteran preferences, needs and goals. e)Enhances the healthcare team experience with resources and tools that: i.Improves Veteran's access to care; ii.Enhances health care delivery and provider-to-Veteran coordination; iii.Ensures continuity of care to provide advanced healthcare outcomes for Veterans. f)Collects Veteran feedback on health status, satisfaction with experience, and perceptions of quality. g)Promotes linkage with My HealtheVet (MHV) and other Connected Health tools (mobile applications both provider and Veteran facing). h)Promotes broadcast opportunities with IP Cameras (such as those used in IP video security) that can be used in various locations. (e.g., chapel and/or auditorium - the service can be broadcast as "virtual channel" while simultaneously recording for later access via the patient interface). The IPCS products offered shall be considered medical devices suitable for a medical environment, e.g., electrical/shock safety standards and clean ability (special coatings that contain antibacterial coating and may be easily cleanable and disinfected), tablets, servers, hardware and peripherals, to include mounting hardware and touch screen monitors, networking appliances, software, cable, etc. VA may purchase a single feature such as basic entertainment (live television, on-demand movies, and relaxation), patient education specific to the Veteran's diagnosis or education need, or complete VistA interfaced IPCS solutions. All features and technical functionality shall be available for purchase by any VA facility or a combination of VA facilities. No leasing is contemplated. As VHA's patient centered care program continues to evolve, changes and/or updates to the IPCS products offered may be necessary to ensure compliance with VA's Enterprise Architecture approved initiatives. These changes and updates will be incorporated into the IPCS National Contract through Technology Refresh and/or Technology Insertion. ? Submittal Information This is a RFI only. It is requested that all companies interested in participating in this effort note their interest and provide indication of their respective capabilities to perform the effort described in the attached Performance Work Statement (PWS), entitled National Interactive Patient Care System. Marketing material will not be accepted as an indication of capability. Companies must provide description of actual work performed that is relevant to the task areas in the attached PWS. It is also requested that the vendor respond to the following questions: 1. Capabilities/Qualifications (22 pages) - Description of the capabilities/qualifications/skills your company possesses to perform the work, to include but not limited to the following: Please respond to the following questions. a)Does your company provide IPCS offerings? If so, can your IPCS support a HL7 bidirectional interface for VA's VistA system to include VA web services and MHV? b)Please describe your company's capability(s) in providing IPCS solutions to a health care system. Please include all functionality, features, attributes, etc., and whether the IPCS solution is bed-side or other and whether it is used in hospital and/or ambulatory settings. c)Please explain your IPCS solution's ability to support hospital health care information technology systems clinical and administrative workflows and the hospital's business and policy rules. d)Please identify operating systems for your IPCS and whether your IPCS operating system is open source. e)What type of information must be provided to your company in order for VA to acquire IPCS offerings? What information do you need to prepare an offering that is not included in the attached PWS? Please include this information with your response. f)What is the average turn-around time for an IPCS that requires a HL7 bidirectional Interface for VA's VistA? What is the average turn-around for securing a VA-approved Authority to Operate? Can your company provide turn-key installation? g)Can an individual Medical Center purchase two or three functions initially, e.g., Internet, automated messages, and Patient Education, and later purchase more advanced functions, i.e., VistA interface with a workflow engine that is capable of engaging the patient within VA VistA's existing clinical workflows? h)Please describe your experience in providing previous IPCS solutions to a large health care system. Please indicate whether your IPCS solution(s) and services were provided for commercial, public, and state or municipality organizations. Please list all that apply. If none, please state. i)Describe your Federal health care experience, IPCS, and turn-key installations expertise for health care information technology systems, networks, security, hospital, clinics, home-based, or private physicians. Please provide names of related projects and their contract value over the last three years including subcontractors/teaming partners that your company partnered with (if applicable). j)Do you currently, or have in the past three years, provided support services, to include turn-key installation for your IPCS solution(s)? If so, please describe the frequency and duration of your support services, whether support is performed at customer site or at your facilities, or both. k)Please explain if your IPCS solution(s) is/are compatible with other manufacturers of IPCS systems/solutions. If compatible, please identify other manufacturers and their products. l)How is the customer billed for a turn-key IPCS solution? 2. Teaming Arrangements (1 page) - Provide a description of Teaming Partners, Joint Ventures that your company would consider to perform the work. 3. Commercial Availability (1 pages) - Describe the commercial availability, to include duration, of your product/solution. If modifications are necessary, what is the commercial price and availability impact; and describe the magnitude of the modification. Describe how your company updates IPCS based on new or emerging technology and how often. 4. Socio-Economic Status (1 page) - Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, Woman-Owned Small Business, Disadvantaged Small Business, and Hub Zone. If Service-Disabled or Veteran Owned Small Business, is your company and or partners registered in VA's VetBiz repository? 5. Price Information (3 pages) - Please provide your pricing practices to include your company's discount practices for the IPCS solution(s) described above. Provide your commercial price history (including products, peripherals, services, labor, and all other items) for the same or similar products/solutions. 6. Schedule Contracts (1 page) - Does your company maintain any Schedule Contracts (GSA, VETS GWAC, T4, etc.) where the required solution/services are offered? If so, please provide contract information to include Source, Contract Number, Period of Performance, Government point of contact (as applicable), and any other pertinent information. 7. Other Market Information (1 pages) - Provide any other relevant information; however this information must be included within the 30 page limitation. It is requested that interested contractors submit a response (electronic submission) of no more than 30 pages in length, single spaced, 12 point font minimum that addresses the above information. In response to the RFI, interested contractors shall submit the above information by 12:00PM ET on February 26, 2016, via email to Contract Specialist, Matthew Truex, at matthew.truex@va.gov, with Subject Heading "IPCS RFI Response_(Company Name)". Due to VA Firewall restrictions, messages must be limited to no more than 5MB, if necessary please submit your response over multiple emails, indicating 'Message X of X' in the subject line. Questions and Answers shall be submitted by close of business February 12, 2016, via email to matthew.truex@va.gov. This RFI is for planning purposes only and shall not be considered an Invitation for Bids, Request for Task Execution Plan, Request for Quotations or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by VA in developing its acquisition strategy and Performance Work Statement. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. RFI responses may be subject to review by Contractor personnel from GMG Management, Inc. Points of Contact: Brett Schwerin, Contracting Officer, VA Technology Acquisition Center, Phone (732) 440-9757, Email brett.schwerin@va.gov and Matthew Truex, Contract Specialist, VA Technology Acquisition Center, Phone (732) 440-9650, Email matthew.truex@va.gov. Attachment: Draft National Interactive Patient Care System Performance Work Statement
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ab12efd2e28ae8e3e4a89de08f79182d)
- Document(s)
- Attachment
- File Name: VA118-16-R-0994 VA118-16-R-0994.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2546028&FileName=VA118-16-R-0994-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2546028&FileName=VA118-16-R-0994-000.docx
- File Name: VA118-16-R-0994 Draft National Interactive Patient Care System Performance Work Statement.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2546029&FileName=VA118-16-R-0994-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2546029&FileName=VA118-16-R-0994-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA118-16-R-0994 VA118-16-R-0994.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2546028&FileName=VA118-16-R-0994-000.docx)
- Record
- SN04011862-W 20160207/160205234309-ab12efd2e28ae8e3e4a89de08f79182d (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 |