Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2019 FBO #6293
SOURCES SOUGHT

70 -- GI/Pulmonary Software Platform for Imaging and Workflow Management

Notice Date
2/13/2019
 
Notice Type
Synopsis
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Veterans Affairs;G.V. (Sonny) Montgomery VAMC;Network Contracting Office 16;715 South Pear Orchard Road;Ridgeland MS 39157
 
ZIP Code
39157
 
Solicitation Number
36C25619Q0428
 
Response Due
2/19/2019
 
Archive Date
3/6/2019
 
Point of Contact
601-206-6963
 
Small Business Set-Aside
N/A
 
Description
DEPARTMENT OF VETERANS AFFAIRS VETERANS INTEGRATED SERVICE NETWORK (VISN) 16 CENTRAL ARKANSAS VETERANS HEALTH CARE SYSTEM, LITTLE ROCK, AR 72205 REQUEST FOR INFORMATION 36C25619Q0428 Background: The Department of Veteran Affairs, Central Arkansas Veterans Healthcare System, John L. McClellan VA Medical Center (CAVHS), located at 4300 West 7th Street, Little Rock, AR, 72205, has a requirement to replace its existing GI and Pulmonary Electronic Medical Record System (GI/PULMEMRS). The current system utilized by the hospital is the Olympus Endoworks Platform. Requirements CAVHS currently leases the majority of its endoscopes and bronchoscopes which are all Olympus Brand Models 180 & 190 and recently procured the 190 towers. CAVHS currently does not intend to migrate away from this brand of endoscope and bronchoscope in which it had previously standardized upon as part of this objective nor replace its current tower infrastructure. The contractor shall be responsible for the replacement of the Olympus Endoworks Systems installed in the hospital, migration of the existing data, and to provide a new GI & Pulmonary Electronic Medical Record System Platform. The contractor shall provide technical information for a turnkey solution that includes all hardware, software, training, project management, travel, licenses, migration of existing data to new platform, a backup solution and a base plus four option year maintenance and service. Minimum System Performance Requirements General Characteristics: Automated pathology to simplify and expedite the pathology requisition and report retrieval process Generate specimen labels and daily logs Electronic access to diagnostic reports Capable of capsule endoscopy report generation Ability to record video Integrated module for nurse ability to record vitals Image management to capture, store, and instantly access patient data, clinical exam data and endoscopic video Advanced reporting to generate comprehensive reports and letters using a detailed clinical knowledge base for all procedure types using simple keyword selections Automated visual and text data exchange capability between different information systems using Health Level 7 (HL7) and Digital Imaging and Communications in Medicine (DICOM) interfaces Data migration from current Endoworks database to new GI/PULMEMRS solution. Data shall not be altered from Olympus s source code during migration Approved VA remote support via VA VPN Backup data solution International Classification of Disease (ICD-10) compatible Data analytics engine/searchable database to provide GI and Pulmonary reports within the GI/PULMEMRS software. I.e. procedures start time, room utilization, withdrawal rates, procedural complications, adenoma detection rates, etc. All interfaces, data storage, processing, etc. must be in high definition I.e. interface between video capture card and capture station Hardware: Server with a minimum of 5TB of storage space and an operating system that is still supported by manufacturer such as Windows Server 2012 Test server Image capturing workstations which include, at minimum, LED or LCD monitors, HD video capture cards and motherboard with Windows 7 operating system Review workstations which include, at minimum, LED or LCD monitors, HD video capture cards and motherboard with Windows 7 operating system Laptops and docking stations for use with nurse module All hardware required for HL7 or DICOM connection to hospital EMR Mobile cart with report dictation capability at the travel site All appropriate cables I.e. patch cables Software: Software is compatible with existing Government owned and leased Olympus equipment Reporting software licenses for image capture workstations during the time the equipment is operational at this facility. Reporting software licenses for (non-image capturing) documentation workstations during the time the equipment is operational at this facility. Functionality will include scheduling, registering, note taking and report generation Approved on the VISTA Imaging Approved DICOM Imaging Modality Interface list Validated HL7 interface with CPRS I.e. Ability of putting a note directly into CPRS notes section Interface with DICOM modality worklist and storage GI physician module GI nurse module Pulmonary/bronchoscopy module Capsule endoscopy module Inclusion of any and all additional supporting licenses I.e. medical software, databases, operating systems, etc. Although not required, the following clinical features on the software will be preferred: Appointment list Tasks list Ability to cut and paste in free text space Compatibility with voice recognition software Report templates based on medical conditions which includes: Patient instructions Patient condition Pain level Customization of reports for each physician Customization of reports for each nurse Ability to comment on estimated blood loss in a separate field CPT/ICD code display after documentation Auto-detection of Olympus scope numbers Ability to auto-fill demographics from VistA Ability to auto-label images by clicking on a segment of a large intestine diagram Ability to email report to referring physician with cover letter Service The base plus four option year contractor service and maintenance quote to be implemented after the warranty shall include: Onsite service provided between the hours of Monday-Friday between the hours of 8:00 am 5:00 pm (excluding federal holidays). Should the contractor need to come on site after normal business hours, an additional OT rate for service is acceptable. 24x7 technical phone support with a minimum call back time not to exceed 20 minutes All-inclusive service coverage: parts, labor, preventive maintenance, software maintenance/upgrades, travel and repairs Minimum on site arrival time not to exceed 48 hours Remote support via VA VPN Preventative maintenance coverage per the manufactures guidelines Training The contractor shall provide the following training at a minimum: Technical and clinical training amount is appropriate for workstations. GI training will accommodate at least 10 clinical staff and 3 Biomed staff at a minimum. Pulmonary training will accommodate at least 5 clinical staff. If technical training for biomed staff is off site, travel and lodging is provided. A minimum of three separate identical training sessions with documentation for the clinical staff. Train sessions shall be provided for each shift of clinical staff. Biomed staff training shall be equal to the training provided by the manufacturer for their service personnel and will train the designated staff on the calibration, maintenance and repair of the entire system purchased. Trainers must come on-site at the Little Rock VA hospital to train users on the user interface (buttons), application and features. The training should provide the end users the capability of being self-sufficient in operating the system during gastrointestinal or pulmonary procedures by the end of the training session. Training shall consist of one (1) full calendar week of onsite support and app s support for configuration. Contractor shall provide at a minimum two hard and one electronic copy of all training materials (handouts, visual aids, user assessment, etc.). Follow up visit to occur within the first 6 months of go live. This will include clinical and biomed meetings. Maintenance Requirements Licensing Software Upgrades: The Contractor shall provide at no charge for the duration of the warranty period (minimum of two years) all computer software, access keys or codes, or external devices required for the operation, calibration, or repair of the equipment purchased. Any such items not listed on the price quote and required for maintenance of the system, shall be taken as included with the purchase of the system. Any minor upgrades or changes to the maintenance software, hardware, or access keys or codes shall be provided at no charge to the medical center during the time the equipment is operational at this facility. Warranty: The Contractor shall provide a minimum warranty of no less than two year starting after full installation for parts and labor. All equipment sent for replacement must be returned or replaced with a working replacement within 24 hours of receipt to the Little Rock VA Medical Center. User and Service Manuals: The Contractor shall provide, at no charge, two complete and unabridged printed copies and one electronic version (CD) of operator manuals, service manuals, electronic schematics, troubleshooting guides and parts lists for each piece of equipment purchased to the Contracting Officer s Representative (COR) with delivery of equipment. Additionally, any upgrades or revisions to these documents shall be provided by the Contractor free of charge. These manuals will include all components and subassemblies, including those not manufactured by the Contractor. These manuals and documentation shall be identical to the ones supplied to the manufacturer s service representatives and shall contain the diagnostic codes, commands, and passwords utilized in maintenance, repair and calibration of the equipment. Biomedical testing equipment: The Contractor shall include all necessary biomedical testing and preventative maintenance equipment necessary for the system. Hardware Upgrades All equipment and related peripherals contracted for shall be state-of-the-art technology. "State-of-the-art" is defined as the most recently designed components that are announced for marketing purposes, available, maintained and supported in accordance with mandatory requirements specified in the solicitation. Components and products with a manufacturer's planned obsolescence within the first year of contract award are not acceptable. If hardware upgrades become available after award of this contract but prior to installation of the equipment, the contractor is requested to offer them to the Contracting Officer for consideration. Item Number Product # Description Qty. Unit 0001 SWGI ProVation MD for Gastroenterology licensed software 1 EA 0002 swpulm ProVation MD for Pulmonology licensed software 1 EA 0003 swmc ProVation for multicaregiver licensed software 1 EA 0004 swiforu HL7 ORU/PDF Interface 1 EA 0005 swiforumc HL7 ORU/PDF Export Interface for multicaregiver licensed software 1 EA 0006 swiform HL7 Orders Interface 1 EA 0007 mtgi Maintenance Base year Provation MD for GI Maintenance 1 EA 0008 mtpulm Maintenance base year: Provation MD for Pulm 1 EA 0009 mtmc Maintenance base year: Provation multicaregiver 1 EA 0010 mtoru Maintenance base year: HL7 ORU/PDF Export interface 1 EA 0011 mtorumc Maintenance base year: HL7 ORU/PDF Export interface for multicaregiver 1 EA 0012 mtorm Maintenance base year: HL7 orders interface 1 EA 0013 mdimpprem ProVation deployments service packages: Premium 1 EA 0014 mcgimpprem ProVation deployments service packages: MCG Premium 1 EA 0015 Power User Training - On Site Surcharge 1 EA 0016 sviforu Interface services, standard: MD ORU 1 EA 0017 sviforumc Interface services, standard: MCG ORU 1 EA 0018 sviform Interface services, standard: Orders 1 EA 0019 svolydm Olympus Endoworks data/image migration services 1 EA 0020 raimp SecureLink VPN implementation 1 EA 0021 ORACLEVBP-PVMD Virtual server oracle licensing 1 EA 0022 ORACLESUPPORT Annual Oracle Support 1 EA 0023 SYMPHONIA Symphonia (Interface Enabling Software) 1 EA 0024 DS-Tower-Std Database Server - Physical or Virtual deployment 1 EA 0025 AS-Rack-Std Application server - Physical or virtual deployment 1 EA 0026 TS-rack Test server - physical or virtual deployment 1 EA 0027 MD-Stream PVMD video capture workstation (HD) 7 EA 0028 10042-001 INOGENI 3GSDI to USB 3.0 Image Capture Hardware 7 EA 0029 99018 Black Box USB to Serial Converter 7 EA 0030 99021 MCG Staff Documentation Workstation 7 EA 0031 labelprinter PVMC Label Printers (Includes USB Cables and Labels) 7 EA 0032 HWVENDINSTALL Contractor Hardware Install 1 EA REQUESTED RESPONSES: The intent of this Request for Information is to establish sources in order to define the procurement strategy. Interested contractors are requested to respond in accordance with the following Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e., small/large), socioeconomic status, and DUNS Number. Please respond to this RFI if you are capable of providing the brand name or EQUIVALENT products listed in the table above. Please provide details on proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description. What is the average turn-around time for delivery and installation? CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to tammie.chaney@va.gov. Please respond to this RFI no later than 4:00 pm Central Time on Tuesday, February 19, 2019. DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/JaVAMC/VAMCCO80220/36C25619Q0428/listing.html)
 
Place of Performance
Address: Department of Veteran Affairs;Central Arkansas Veterans Healthcare System;4300 West 7th Street;Little Rock, AR
Zip Code: 72205
Country: USA
 
Record
SN05220886-F 20190215/190213230018 (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.