Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 31, 2020 SAM #6758
SOURCES SOUGHT

70 -- VISN 8 Radiology Analytics System (VA-20-00058131)

Notice Date
5/29/2020 8:09:54 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER AUSTIN (36C10A) AUSTIN TX 78744 USA
 
ZIP Code
78744
 
Solicitation Number
36C10A20Q0148
 
Response Due
6/2/2020 8:59:00 PM
 
Archive Date
07/02/2020
 
Point of Contact
Terricia Lloyd, Contract Specialist, Phone: 512-981-4453
 
E-Mail Address
Terricia.Lloyd@va.gov
(Terricia.Lloyd@va.gov)
 
Awardee
null
 
Description
Request for Information Notice Page 3 of 28 The Department of Veterans Affairs is conducting market research for Radiology Analytics System or comparable solutions. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the VA to contract for any supply or service. Further, the VA is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this RFI notice. The VA will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is 541519 Other Computer related services VA is seeking information on Radiology Analytics System Software Licenses and Software Maintenance that meets the salient characteristics listed below. If interested and capable of providing for this effort, please see How to respond instructions below to submit proposals/ response or questions if Applicable. See Attachment A RFI Draft Product Description for additional information. VA Minimum Requirement/Salient Characteristics Description Quantity Radiology Analytics System Software 1 Required Functionality Capabilities: The Radiology Analytics System must able to assist with clinical study management and workflow analysis. The system must have capability and solution to be integrated/interfaced to VISN 8 Facilities patient care data content. VISN 8 Facilities patient care data content includes: Vista EMR Ability to ingest VA Fileman exports Ability and resources to execute VistA Interface in lieu of Fileman if granted permission by VA OI&T Vista Radiology Package Vista Appointment Management Philips IntelliSpace PACS Dictation System (PowerScribe 360) Compass DICOM Router from Laurel Bridge HL7 data sources Physician and Staff scheduling interface if available and granted permission. Provide radiology workflow, business intelligence and analytics capabilities to assist with workload tracking, capacity planning, performance management, quality assurance functions Provide legacy PACS and new PACS reconciliation for DICOM Study migration. Have web-based reporting with fully end-user customizable reports that can be created from scratch or modified based on an extensive preconfigured report set to be developed by the vendor. Provide data governance and security controls to ensure appropriate access levels based on need to know . Specify in detail if any end-user desktop applications are required Specify in detail if any data administrator or analytics-report configuration software is required Provide integration of disparate data sources into a common database to enable PACS analytics and reporting for both individual VISN 8 Sites operational use as well as consolidated VISN 8 operational use. Source data formats include: HL7 international standards, Digital Imaging and Communications in Medicine (DICOM), Electronic Data Interchange (EDI), Comma Separated Values (CSV) format, and Excel Binary File Format Structure (XLS). Software must be compatible with VA provided server running Windows 2016 or later, Microsoft Structured Query Language (SQL) 2016 or later with standard VA server policies, Microsoft updates and VA anti-virus standard. Provide unlimited user accounts with role-based user permissions (VISN 8 customer, VISN 8 Radiologist, Business Office, Administrator, Rad Tech and Rad AO) and a hierarchal access structure. The system design must be predicated on a flexible, easy-to-use and highly customizable user interface. Data must be exportable in an Excel format. Performance management module must track physician productivity based on study volume, relative value units (RVUs), and VISN 8 defined productivity measures when applicable. Reconciliation of cases from National Teleradiology Program data set with the VISN data should be available and stratification of cases read by each party shall be clear. Real-Time Capability System shall be capable of supporting near-real-time reconciliation of data from external data sources Constraints and delays will be specified, within 15 minutes and no more than 30 minutes of delay from the time data is made available to system to making it available to end-users. All data sources that provide data shall be eligible for near-real-time data reconciliation metric Infrastructure required for supporting near-real-time reconciliation of data shall be specified and specification updated regularly for the contracted study volumes. If you believe any of the minimum requirements are too restrictive, please provide an explanation with your response How to Respond: Responses should be as complete and informative as possible. Please provide a response to the following: Provide a brief summary of your technical capability to meet the requirements, to include specific product information. Please provide any questions/comments/recommendations on the salient characteristics or provide any information that may VA better define this requirement. Please provide any existing contract vehicles (GSA FSS, GWAC, etc) you currently hold for which this requirement would be within scope. Is your company the OEM of the product or a reseller? If an OEM, do you have resellers available? Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type (s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) under the corresponding NAICS code. RESPONSE SUBMISSION Please submit responses via email to Terricia.Lloyd@va.gov by 11:59pm EST, June 3, 2020. VA reserves the right not to respond to any or all emails or materials submitted. 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. VISN 8 Radiology Analytics System Page 1 of 22 Page 28 of 28 DRAFT PRODUCT DESCRIPTION DEPARTMENT OF VETERANS AFFAIRS Veterans Health Administration VISN 8 Radiology Analytics System Date: May 14, 2020 PWS Version Number: 1.0 Background The Department of Veterans Affairs, VA Sunshine Healthcare Network, Veterans Integrated Service Network 8 (VISN 8), employs approximately 144 full time Radiologists across 7 facilities and utilizes the Philips IntelliSpace Picture Archive and Communication System (PACS) for managing the electronic images and workflow to ensure all imaging exams are read, and have reports completed for them. The recent COVID-19 pandemic required Radiology Services across the VA to cancel/postpone all non-essential exams and procedures to reduce the risk of exposure and disease transmission for both patients and employees. As VISN 8 begins to return to normal operations again, it is essential we have a data analytics system capable of pulling in data from multiple systems including VistA for each facility, VISN 8 PACS system, dictation system, DICOM routers, HL7 messages sources, physician staffing, etc., to be able to optimize the human and technical resources to optimize appointment scheduling to recover these exams and ensure Veterans receive the healthcare they required in spite of and/or due to the COVID-19 pandemic. REQUIREMENTS The Department of Veterans Affairs, Veteran Healthcare Administration requires a Radiology Analytics System capable of supporting 1.4 million cases annually and shall have a study volume license up to a minimum of 1.1 million annual cases. Volume must be based on DICOM Study Instance Unique Identifier (SIUID) reported from the VISN 8 PACS system. System must be able to analyze imaging exam orders, scheduled exams, cancelled exams, exam capacity, and provide tracking mechanism to reconcile rescheduling efforts to ensure completion of ordered exams, specifically for recapturing workload deferred as a result of the COVID-19 pandemic to reduce infection rates. Contractor shall provide all software, service, support and custom configuration for the VISN 8 Radiology Analytics System and all associated modules. The system shall provide core analytics functionality for VISN 8 Radiology Services; Bay Pines, Gainesville, Orlando, Miami, Tampa, San Juan, and West Palm Beach VA operations. Additionally, the system shall provide the framework for the clinical, financial and operational analytics modules. Contractor must have remote Virtual Private Network (VPN) access to the existing systems to provide ongoing support, maintenance, management and upgrades for the system. Contractor shall comply with applicable VA security clauses and provide remote support and maintenance for the selected system via VA virtual private network (VPN). Contractor is required to provide E-mail and telephone support during the hours of 8 am to 6 pm Pacific Time. Emergency 24x7 pager response is also required; response time shall be within 2 hours following the receipt of the emergency call. Contract shall schedule support to include maintenance bug fixes, feature updates and upgrades to existing modules with 99.9% uptime. Base system must provide a fully integrated interface to other existing modules. Contractor shall provide ongoing interface and data extracts from the VISN 8 Picture Archive Communication System (PACS) system. Description Quantity Radiology Analytics System Software 1 Period of Performance The period of performance is 12-months, with four (4) option periods. The first period of performance will begin at award and will end 12-months after award. Subsequent option years will begin 12-month after the end of the current period of performance. SALIENT CHARACTERISTIC(S) The Radiology Analytics System must able to assist with clinical study management and workflow analysis. The system must have capability and solution to be integrated/interfaced to VISN 8 Facilities patient care data content. VISN 8 Facilities patient care data content includes: Vista EMR Ability to ingest VA Fileman exports Ability and resources to execute VistA Interface in lieu of Fileman if granted permission by VA OI&T Vista Radiology Package Vista Appointment Management Philips IntelliSpace PACS Dictation System (PowerScribe 360) Compass DICOM Router from Laurel Bridge HL7 data sources Physician and Staff scheduling interface if available and granted permission. Provide radiology workflow, business intelligence and analytics capabilities to assist with workload tracking, capacity planning, performance management, quality assurance functions Provide legacy PACS and new PACS reconciliation for DICOM Study migration. Have web-based reporting with fully end-user customizable reports that can be created from scratch or modified based on an extensive preconfigured report set to be developed by the vendor. Provide data governance and security controls to ensure appropriate access levels based on need to know . Specify in detail if any end-user desktop applications are required Specify in detail if any data administrator or analytics-report configuration software is required Provide integration of disparate data sources into a common database to enable PACS analytics and reporting for both individual VISN 8 Sites operational use as well as consolidated VISN 8 operational use. Source data formats include: HL7 international standards, Digital Imaging and Communications in Medicine (DICOM), Electronic Data Interchange (EDI), Comma Separated Values (CSV) format, and Excel Binary File Format Structure (XLS). Software must be compatible with VA provided server running Windows 2016 or later, Microsoft Structured Query Language (SQL) 2016 or later with standard VA server policies, Microsoft updates and VA anti-virus standard. Provide unlimited user accounts with role-based user permissions (VISN 8 customer, VISN 8 Radiologist, Business Office, Administrator, Rad Tech and Rad AO) and a hierarchal access structure. The system design must be predicated on a flexible, easy-to-use and highly customizable user interface. Data must be exportable in an Excel format. Performance management module must track physician productivity based on study volume, relative value units (RVUs), and VISN 8 defined productivity measures when applicable. Reconciliation of cases from National Teleradiology Program data set with the VISN data should be available and stratification of cases read by each party shall be clear. Real-Time Capability System shall be capable of supporting near-real-time reconciliation of data from external data sources Constraints and delays will be specified, within 15 minutes and no more than 30 minutes of delay from the time data is made available to system to making it available to end-users. All data sources that provide data shall be eligible for near-real-time data reconciliation metric Infrastructure required for supporting near-real-time reconciliation of data shall be specified and specification updated regularly for the contracted study volumes. Contractor Support Contractor must provide remote support and after-hours software loading. Access will be through VA's approved remote access client and vendor personnel will be required to annually complete VA's security and privacy training. No VA data shall be exported off site and all data, reports, and analytics outputs remain property of VA. Data listed below is the baseline data that will be incorporated into the system and the system must provide the capability to add additional data inputs with pre-determined costs. PACS Data Imported: Server Received Time, Report Delivered Time, Exam Status, Originating Source, Order #., Accession N#, Modality, Study Time, Study Description, CPT Code, Body Part, Priority, Reason for Study, MRN (encrypted), # Images, Ref Phys, Reading Phys, Remarks, Follow Up Code, SIUID, Notes, Cost Basis configuration, RVU Peer Review & Callback Data Imported: Accession #, Date-Time Created, Contact Source, Contact Name, Time Zone, Server Time, Created By, Comments, Alert Code, Callback Time Elapsed Physician Scheduling Program Data Imported: Reading Phys, Day of Week, Tour of Duty. Resource availability data imported Staffing Capacity Management Module, Maintenance and Support Capacity planning module must provide clinical workload staffing projections. Based on pre-established study volume and RVU targets along with average productivity of VISN 8 Imaging staff per shift. System must provide an interactive tool that calculates staffing required to support volume increases based on number of studies, priority of studies, modality and time of acquisition. Performance Management Module, Maintenance and Support Management level reports must provide normalized productivity reports by physician. Individualized productivity reports must be provided for each provider that tracks their performance (volume, RVU and billable) against the mean, median and management set performance targets for the group. Quality Assurance (QA) reporting reports must be available. These reports must identify studies not meeting established turnaround time (TAT) targets and determine the TAT percentage of studies not meeting the established thresholds per variable time window. Peer review data input must have ability to be integrated into the report associating comments from the study to the accession number in the report. TAT for critical results reporting will be accomplished in a similar fashion. TAT analysis will provide a staffing overlay showing available FTEE on service compared to study volume and periods of TAT failure. Analytics Module, Maintenance and Support Workload tracking must provide real-time study volume tracking for VISN 8 Imaging with the ability to segregate workload by site, time of day, modality and originating facility. Target thresholds will be set for expected volume. Workload tracking and real-time study volume tracking must have the capability of displaying (overlay) the 'modeled FTE' required to handle the volume and the 'actual FTE' scheduled for that volume. The 'modeled FTE' capacity is provided as a VISN 8 configurable variable of number of studies by modality that a typical VISN 8 radiologist could interpret in a given time period. Radiology Order Protocol Protocoling Provide web-based mechanism for Radiology Order Protocoling for up to appropriate volume of orders corresponding to the contracted volume of Studies per year for 5 Vista Radiology Imaging types. System should the capability to accommodate more Imaging Type if necessary. System should allow protocoling customization at implementation to accommodate the unique process needs of each protocoling Imaging Type (aka modality). For instance, some imaging departments may require screening of all orders prior to scheduling or registering such orders. System should allow for mechanism to flag orders that are deemed inappropriately entered by radiology staff at screening, protocoling or scheduling steps. System must prevent simultaneous access to Protocol Form or other order management tools as may exist. Any activity associated with an order must be restricted to one user at a time After implementation, each Imaging Type may make one alteration to workflow per contract year System should provide detailed activity logs to include custom or free text comments from user. The system must have the capability to process real time order information should it become available by means of VistA integration mechanism. Radiology Protocol Automation The system should be capable of learning the protocoled data as it become available. Using the automated learning of the data, the system shall predict which protocol should be applied to an order. The prediction shall be a suggestion, and the end-user shall be required to approve the suggestion or change the suggestion (override). The system shall: Learn the consistent overrides and incorporate into it learning model. Provide metrics on overrides, accepted as suggested and other approvals made by end-user. specify other constraints for such automated learning process in the document and update this documentation routinely as appropriate. Implementation and Customization or Custom Engineering Implementation, Customization or Custom Engineering includes the following: On-going application and API integrations. Custom coding and application extensions for VISN specific functions Implementation shall be specific to each site specified in the VISN and shall include training. Constraints and customer dependency shall be specified by vendor. Additional Data Connectors Contractor shall specify the inclusion of the following data connectors into package or as a separately listed line item for each of the below. Contractors shall provide or custom build and provide the connectors when VA VISN 8 make the following data sources available optionally. Corporate Data Warehouse data extract Veteran Health Care VSSC data extract VA Time and Attendance System data extract Support and Maintenance Support Maintenance for the above includes the following: Maintenance, bug fixes and feature updates Upgrades to deployed functions/modules Email and 8AM to 6PM Pacific Time phone support Scheduled web-based Administrator training Emergency 24x7 pager notification for support Option for additional increments Option for additional increments above 1.1 million studies per year includes: System capability to expand designated studies per year up to 1.5 million studies per year Increments may be added as options in 50,000 study tiers or other metrics as specified and negotiated with vendor Study volume addition may be achieved in base year or option years. Training Contractor will provide two (2) days of classroom training for each site for a total of fourteen (14) days of training, as well as remote training as necessary. GRAY MARKET GOODS The Contractor must provide only new equipment and new parts for the required products described herein; no used, refurbished, or remanufactured equipment or parts shall be provided under any circumstances. Absolutely no Gray Market Goods or Counterfeit Electronic Parts shall be provided. Gray Market Goods are defined as genuine branded goods intentionally or unintentionally sold outside of an authorized sales-territory or by non-authorized dealers in an authorized territory. All equipment shall be accompanied by the Original Equipment Manufacturers (OEM s) warranty. Counterfeit Electronic Parts are defined as unlawful or unauthorized reproduction, substitution, or alteration that has been knowingly mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified electronic part from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitution includes used electronic parts represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. NOTICE OF THE FEDERAL ACCESSIBILITY LAW AFFECTING ALL INFORMATION AND COMMUNICATION TECHNOLOGY (ICT) PROCUREMENTS (SECTION 508) On January 18, 2017, the Architectural and Transportation Barriers Compliance Board (Access Board) revised and updated, in a single rulemaking, standards for electronic and information technology developed, procured, maintained, or used by Federal agencies covered by Section 508 of the Rehabilitation Act of 1973, as well as our guidelines for telecommunications equipment and customer premises equipment covered by Section 255 of the Communications Act of 1934. The revisions and updates to the Section 508-based standards and Section 255-based guidelines are intended to ensure that information and communication technology (ICT) covered by the respective statutes is accessible to and usable by individuals with disabilities. SECTION 508 INFORMATION AND COMMUNICATION TECHNOLOGY (ICT) STANDARDS The Section 508 standards established by the Access Board are incorporated into, and made part of all VA orders, solicitations and purchase orders developed to procure ICT. These standards are found in their entirety at: https://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-ict-refresh/final-rule/text-of-the-standards-and-guidelines. A printed copy of the standards will be supplied upon request.  Federal agencies must comply with the updated Section 508 Standards beginning on January 18, 2018. The Final Rule as published in the Federal Register is available from the Access Board: https://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-ict-refresh/final-rule. The Contractor shall comply with 508 Chapter 2: Scoping Requirements for all electronic ICT and content delivered under this contract. Specifically, as appropriate for the technology and its functionality, the Contractor shall comply with the technical standards marked here: E205 Electronic Content (Accessibility Standard -WCAG 2.0 Level A and AA Guidelines) E204 Functional Performance Criteria E206 Hardware Requirements E207 Software Requirements E208 Support Documentation and Services Requirements COMPATABILITY WITH ASSISTIVE TECHNOLOGY The standards do not require installation of specific accessibility-related software or attachment of an assistive technology device. Section 508 requires that ICT be compatible with such software and devices so that ICT can be accessible to and usable by individuals using assistive technology, including but not limited to screen readers, screen magnifiers, and speech recognition software. ACCEPTANCE AND ACCEPTANCE TESTING Deliverables resulting from this solicitation will be accepted based in part on satisfaction of the Section 508 Chapter 2: Scoping Requirements standards identified above. The Government reserves the right to test for Section 508 Compliance before delivery. The Contractor shall be able to demonstrate Section 508 Compliance upon Deliverables resulting from this solicitation will be accepted based in part on satisfaction of the Section 508 Chapter 2: Scoping Requirements standards identified above. The Government reserves the right to test for Section 508 Compliance before delivery. The Contractor shall be able to demonstrate Section 508 Compliance upon delivery. INFORMATION TECHNOLOGY USING ENERGY-EFFICIENT PRODUCTS The Contractor shall comply with Sections 524 and Sections 525 of the Energy Independence and Security Act of 2007; Section 104 of the Energy Policy Act of 2005; Executive Order 13834, Efficient Federal Operations , dated May 17, 2018; Executive Order 13221, Energy-Efficient Standby Power Devices, dated August 2, 2001; and the Federal Acquisition Regulation (FAR) to provide ENERGY STAR®, Federal Energy Management Program (FEMP) designated, low standby power, and Electronic Product Environmental Assessment Tool (EPEAT) registered products in providing information technology products and/or services. The Contractor shall ensure that information technology products are procured and/or services are performed with products that meet and/or exceed ENERGY STAR, FEMP designated, low standby power, and EPEAT guidelines. The Contractor shall provide/use products that earn the ENERGY STAR label and meet the ENERGY STAR specifications for energy efficiency. Specifically, the Contractor shall: Provide/use ENERGY STAR products, as specified at www.energystar.gov/products (contains complete product specifications and updated lists of qualifying products). Provide/use the purchasing specifications listed for FEMP designated products at https://www4.eere.energy.gov/femp/requirements/laws_and_requirements/energy_star_and_femp_designated_products_procurement_requirements . The Contractor shall use the low standby power products specified at http://energy.gov/eere/femp/low-standby-power-products. Provide/use EPEAT registered products as specified at www.epeat.net. At a minimum, the Contractor shall acquire EPEAT® Bronze registered products. EPEAT registered products are required to meet the technical specifications of ENERGY STAR but are not automatically on the ENERGY STAR qualified product lists. The Contractor shall ensure that applicable products are on both the EPEAT Registry and ENERGY STAR Qualified Product Lists. The Contractor shall use these products to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered to the end user. The following is a list of information technology products for which ENERGY STAR, FEMP designated, low standby power, and EPEAT registered products are available: Computer Desktops, Laptops, Notebooks, Displays, Monitors, Integrated Desktop Computers, Workstation Desktops, Thin Clients, Disk Drives Imaging Equipment (Printers, Copiers, Multi-Function Devices, Scanners, Fax Machines, Digital Duplicators, Mailing Machines) Televisions, Multimedia Projectors This list is continually evolving, and as a result is not all-inclusive. SYSTEM ACCEPTANCE (PRE-PRODUCTION) TESTING It is the Government s desire that all End User Devices be delivered to the Government without an Operating System (OS) installed thereon.  Contractors will be required to provide each End User Device (including docking stations and monitors) for Pre-Production testing.  The Pre-Production test units shall be provided at no additional cost to the Government.  Following successful Pre-Production Testing, the Contractor will not be required to install the Government Baseline; instead, the Government Baseline will be installed by the Government at the field sites. The Government Pre-Production Test Facilities will test the end user device to ensure that it functions correctly within the current Government infrastructure; regression testing must take place involving Government application software to ensure that the Government-specific Baseline is functioning correctly.  The Government will complete product testing as soon as practicable, however, this regression testing requires a minimum of thirty (30) calendar days for completion.  Upon successful regression testing, Government will notify the Contractor that the end user device has passed testing.  If the proposed equipment fails to pass the Pre-Production testing, Government will return the failed devices to the Contractor or designated original equipment manufacturer (OEM) point of contact (at the Contractor s cost), and the Contractor shall provide new devices to the government-designated Pre-Production Test Facility.  If the test unit passes, the accepted test unit will not be returned to the Contractor. Deliverable: Pre-Production Test Unit SHIPMENT OF HARDWARE OR EQUIPMENT Inspection: Destination Acceptance: Destination Free on Board (FOB): Destination Ship to and Mark For: Primary Name: Thomas (Tom) Stewart Address: 140 Fountain Parkway Suite 600 Saint Petersburg, Florida 33716 Voice: 727-4210-5196 Email: Thomas.Stewart3@va.gov SPECIAL SHIPPING INSTRUCTIONS Prior to shipping, Contractor shall notify Site POCs, by phone followed by email, of all incoming deliveries including line-by-line details for review of requirements.  The Contractor shall not make any changes to the delivery schedule at the request of Site POC. Contractors shall coordinate deliveries with Site POCs before shipment of TBD to ensure sites have adequate storage space. All shipments, either single or multiple container deliveries, shall bear the VA IFCAP Purchase Order number on external shipping labels and associated manifests or packing lists.  In the case of multiple container deliveries, a statement readable near the VA IFCAP PO number shall indicate total number of containers for the complete shipment (e.g. Package 1 of 2 ), clearly readable on manifests and external shipping labels. Packing Slips/Labels and Lists shall also include the following: The IFCAP PO number is located in block #20 of the SF 1449 Project Description: Radiology Analytics System Total number of Containers:  Package ___ of ___.  (e.g., Package 1 of 3) Shipment/Delivery Kick-off Meeting Contractor shall not commence performance on the tasks in this Product Description until after the kickoff meeting or has been advised by the Contracting Officer that a kickoff meeting is waived. The Contractor shall conduct a Shipment/Delivery Kick-off Meeting with the VA Program Manager (PM), COR, Delivery Date Coordinator, Implementation Manager, and Facility CIOs (or designee) to discuss delivery schedule requirements and facilitate delivery of equipment.  This meeting may be held in conjunction with the post award conference or identified technical kickoff meeting, if applicable. The Contractor shall also present the Shipment/Delivery Weekly Progress Report format for review and approval by the Government.  This meeting, if held independently, shall be conducted telephonically within ten days after award and shall incorporate any delivery schedule changes to the draft Delivery Schedule identified by the Government. Shipment/Delivery Weekly Progress Report The Contractor shall provide a Shipment/Delivery Weekly Progress Report which shall identify the items shipped, the serial number associated with each piece of equipment; the date of each shipment; the ...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0c55425fea154046a2c90b93cb374601/view)
 
Place of Performance
Address: See attachment
 
Record
SN05675122-F 20200531/200529230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.