DOCUMENT
D -- Clinical Information Systems (CIS) and/or Anesthesia Record Keeping (ARK) - Attachment
- Notice Date
- 12/8/2016
- Notice Type
- Attachment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- U.S. Department of Veterans Affairs;Strategic Acquisition Center;10300 Spotsylvania Ave;Fredericksburg VA 22408
- ZIP Code
- 22408
- Solicitation Number
- VA11917N0097
- Response Due
- 12/15/2016
- Archive Date
- 2/13/2017
- Point of Contact
- Contract Specialists
- E-Mail Address
-
Hernandez
- Small Business Set-Aside
- N/A
- Description
- 2 NOTICE OF ACTION: This is a Request for Information (RFI) only. The Department of Veterans Affairs (VA), Office of Acquisition Operations, Strategic Acquisition Center (SAC) is seeking potential Service-Disabled Veteran-Owned Small Business (SDVOSB) and Veteran-Owned Small Business (VOSB) vendors capable of providing Clinical Information Systems (CIS) and/or Anesthesia Record Keeping Systems (ARK). These are highly complex systems requiring integration with numerous medical devices, interfacing bi-directional DataBridge software with Veterans Health Information Systems and Technology Architecture (VistA), and incorporating analytics system for system verification, training, data collection, review, analysis, and report generation. VA manages the largest medical system in the United States, providing care to over 8 million veterans, employing 180,000 medical personnel and operating 163 hospitals, over 800 clinics, and 135 nursing homes throughout the continental U.S., Alaska, Caribbean and Hawaii on a single electronic healthcare information network: (VistA). This project will include the acquisition of software and hardware necessary for the CIS and/or ARK application/system, software enhancements and firmware. The type of licenses required for the CIS and/or ARK shall include an unlimited, non-exclusive, non-transferable perpetual enterprise license for each facility in the VISN. The contractor shall provide all labor, materials, tools, equipment, technical support, travel, project management, and supervision required to provide: Interfaces software licenses; Software installation and implementation services; Software maintenance and enhancements; Training; Hardware; and Database management services. INFORMATION REQUESTED: Interested parties should submit a Capability Statement no more than five pages that provides the following information: Type of Business of Prime Contractor: Check all applicable boxes { } Large { } Small (also check type of Small Business below) { } Small Disadvantaged Business (SBA Certified) { } Women-Owned Small Business { } HUB Zone Small Business (SBA Certified) { } Veteran Owned Small Business* { } Service Disabled Veteran Owned Small Business* { }8(a) Small Business (SBA Certified) *if SDVOSB or VOSB, indicate if your company is certified in VA s VetBiz (www.vip.vetbiz.gov) repository. Does your company maintain any Schedule Contracts (GSA, GWAC etc.) where the required services are offered? (please provide the contract number and expiration date, Government point of contract,) Any current or historical contracts related to this requirement: Contract number Type of contract Total Contract Value Period of Performance Brief Project Requirement Description Prime or subcontractor? Does your COTS product have the ability to interface with VistA? RESPONSES: Responses are due via email to katharine.lindner@va.gov, hector.hernandez2@va.gov, and leshanna.calahan@va.gov by 2:00PM EST, December 15, 2016. NOTE: Responses to previous RFIs VA119-14-N-0262, VA119-5-N-0051, and VA119-15-N-0199 are still under consideration and vendors do NOT need re-submit responses to this RFI, the purpose of this RFI is to encourage responses from VOSB/SDVOSB. DISCLAIMER: This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. 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. Responders are solely responsible for all expenses associated with responding to this RFI. Therefore, the Government recommends vendors submit electronic version of, or web-links to previously prepared presentations, documentation, white papers, and other relevant information. The Government is not obligated to provide comments to vendor submissions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/54b3b8af05aa1bf55f40e3e817aaef82)
- Document(s)
- Attachment
- File Name: VA119-17-N-0097 VA119-17-N-0097.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3151415&FileName=VA119-17-N-0097-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3151415&FileName=VA119-17-N-0097-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA119-17-N-0097 VA119-17-N-0097.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3151415&FileName=VA119-17-N-0097-000.docx)
- Record
- SN04346566-W 20161210/161208234028-54b3b8af05aa1bf55f40e3e817aaef82 (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 |