Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2018 FBO #6071
DOCUMENT

66 -- 36C24218Q9607 | VISN 2 Upstate RALS Glucose - Attachment

Notice Date
7/6/2018
 
Notice Type
Attachment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;Bath VA Medical Center;76 Veterans Avenue;Bath NY 14810
 
ZIP Code
14810
 
Solicitation Number
36C24218Q9607
 
Response Due
7/13/2018
 
Archive Date
10/11/2018
 
Point of Contact
Brian C. Curtis
 
Small Business Set-Aside
N/A
 
Description
Please note that this is NOT a request for quotes or proposals, the Government is seeking information for market research purposes only. The Department of Veterans Affairs, Bath VA Medical Center is currently conducting a market survey for qualified firms capable of providing middleware software solution for point of care (POC) testing connectivity used to post patient test results into the hospital s laboratory information system/VISTA. The middleware must specifically interface with the current facilities POC interface devices. This middleware program will allow the end user to monitor tests done via POC and help the laboratory meet numerous accreditation requirements for POC testing performed. This will allow P&LMS to accomplish its mission objective of backing up and storing essential data from POC equipment into patient records in CPRS. This supports the mission of the VA to provide timely, accurate and appropriate laboratory services in support of patient care by allowing data transmission from instrumentation directly into the patient laboratory information database. This is essential for reduction of clerical errors and delayed test result availability to clinicians that could endanger patient safety. This software should be specific for instrumentation used for laboratory POC testing. The middleware software will be used to post patient results to the permanent record. The software ensures a continuity of services and will be acquired for a five (5) year period (base year plus 4 option years) as well as all service and maintenance services. Virtual servers are preferred and must be capable of using Windows Server 2012 R2 and be capable of handling security updates. General Requirements are as Follows: Interface the following POC devices:   Albany Bath Batavia Buffalo Canandaigua Syracuse Totals Inform II 49 18 6 46 14 51 184 CoaguChek       22 3   25 i-STAT   6   13     19 Ability to interface and accommodate other POC devices in the event that POC testing increases or a change is made with POC instruments for the duration of the contract. The middleware uses direct device connectivity. The instruments should connect directly to the middleware which will connect directly to the laboratory information system (LIS). Additional data managers may be used at no additional cost to the facility and as long as there is only one point of contact for users. If an upgrade to a data manger is required for improved test system management, the middleware connectivity should be able to accommodate these upgrades at no extra charge to the facility. Single program point of contact for point of care administrators. The point of care administrator will be able to manage the instruments connected as well as all of the point of care users from one system. The middleware system should be able to produce standard laboratory reports; which may include statistics. Standard training, instruction, and consultation for the customer is required. The middleware system must be compliant with all Office of Information and Technology regulations. Additional testing locations and number of instruments utilized, removed, or changed with the interface shall be at no additional cost if initial purchase for the location includes one interface. Can capture non-instrument test results and manage quality control and operator information. Supports active Directory Integration. Supports i-STAT Advance quality control features. Must be capable of both HL7 and scripted interface. Must support solicited and unsolicited interface for the i-STAT. Must be able to provide historical quality control data without loss of lot specific information. Middleware must be able to display in Levey-Jennings chart all results of quality control immediately on use. Facility Addresses: Albany Stratton VA Medical Center 113 Holland Avenue Albany, New York 12208 Batavia VA Medical Center 222 Richmond Avenue Batavia, New York 14020 Bath VA Medical Center 76 Veterans Avenue Bath, New York 14810 Buffalo VA Medical Center 3495 Bailey Avenue Buffalo, New York 14215 Canandaigua VA Medical Center 400 Fort Hill Avenue Canandaigua, New York 14424 Syracuse VA Medical Center 800 Irving Avenue Syracuse, New York 13210 The Contractor gaining award shall be required to deliver and install the middleware and any additional hardware required. A warranty shall be provided and in effect for the entire duration of the contract. Contractor shall provide 24 hour a day, 7 days a week technical support by calling a toll free number. The Contractor shall provide any and all free upgrades at no cost to the Medical Center. The Contractor must provide documentation of all services performed. In addition to standard service and support, the Contractor shall provide Emergency Repair/Support Service as follows: 24-hour Technical Support is available Monday through Friday, 7:00 A.M. to 4:30 P.M., MST. After business hours including weekends and holidays, an answering service is available with a 30 minute call back. The North American Industry Classification Systems (NAICS) is 541511. Responses to this notice must be submitted in writing via email to brian.curtis2@va.gov and must be received not later than July 13, 2018 4:00 pm EST. No telephone inquiries will be accepted. Interested firms should also add their information to the interested vendors list for this announcement at www.fbo.gov. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/ socioeconomic status (service-disabled veteran owned small business, veteran owned small business, HUB Zone, 8(a), small business or large business), relative to NAICS 541511. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Responses to this notice should include company/individual name, a service capability statement, examples of similar facilities for which you have provided services to, DUNS number, address, point of contact and social-economic category (ex: SBVOSB, VOSB, 8(a), HUBZone, WOSB, EDWOSB, Small Business). If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). Contractor must be registered in System for Award Management (SAM), formerly CCR (see internet site: http://www.sam.gov). Responses to this notice must be submitted in writing via email at brian.curtis2@va.gov and received not later than July 13, 2018 4:00 pm EST. All interested parties must respond to any related solicitation announcement separately from the responses to this announcement. Email: brian.curtis2@va.gov No telephone inquiries will be accepted. Interested firms should also add their information to the interested vendors list for this announcement at www.fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BaVAMC/VAMCCO80220/36C24218Q9607/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218Q9607 36C24218Q9607.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4462948&FileName=36C24218Q9607-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4462948&FileName=36C24218Q9607-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04981920-W 20180708/180706230554-ad6622c11243d75416494c60ea7b7fc6 (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.