Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 17, 2020 SAM #6897
SOURCES SOUGHT

D -- VISN 15 Speech Recognition Software

Notice Date
10/15/2020 10:01:02 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25521Q0013
 
Response Due
10/21/2020 9:00:00 AM
 
Archive Date
11/20/2020
 
Point of Contact
Emilio Ballentos, Contracting Officer, Phone: (913) 946-1981
 
E-Mail Address
emilio.ballentos@va.gov
(emilio.ballentos@va.gov)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT announcement only. It is neither a solicitation announcement nor a request for proposal or quote and does not obligate the Government to award a contract. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research, to make appropriate acquisition decisions, and to gain knowledge of potential qualified businesses capable of providing the following: ** Speech Recognition System See Statement of Work for Details **. The North American Industry Classification System (NAICS) Code for this Sources Sought is 541519 Other Computer Related Services, with a business size standard of $30 Million. The Product Service Code (PSC) for this Sources Sought is D399 - Other Computer Services. If this is within your capability, please respond with the information below: Company Name Address Point of Contact Phone, Fax, and Email DUNS number Due date for submission of response will be October 21, 2020, at 11:00 am Central Time. Sources Sought response shall be submitted via email referencing the Sources Sought 36C25521Q0013 in the subject line to emilio.ballentos@va.gov Prospective vendors are encouraged to address any concerns with the Statement of Work if responding to the Sources Sought. Vendor must be an AUTHORIZED distributor and provide the required certification as applicable to this requirement. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications to be considered for award. In addition, FAR 4.11 states that prospective contractors shall be registered in the System for Award Management (www.SAM.gov). All Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) shall be verified in VetBiz at www.vip.vetbiz.gov. Point of Contact for this Sources Sought is: Emilio.ballentos@va.gov (913) 946 - 1981 Department of Veterans Affairs Network Contracting Office -15 3450 S. 4th Street Trafficway Leavenworth, KS. 66048.  STATEMENT OF WORK Speech Recognition Software VISN 15 DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK SCOPE OF PROCUREMENT: VISN 15 intends to establish the base year of the agreement for the period of November 15, 2020 through October 14, 2025. This will be a single award, firm-fixed price with one base year and four (4), one (1) year options. Equipment shall be acquired for each of the clinical laboratories located at the VISN 15 facilities: Topeka, Leavenworth, Wichita, Kansas City, St. Louis, and Poplar Bluff VAMC. The contractor shall provide supplies, accessories, equipment, initial training, and other resources required to deliver the requirements stated herein. The system shall allow pathologists to use speech recognition technology to comply with the CAP s electronic Cancer Checklists (eCC). DEFINITIONS: Pathology: the study of disease and the diagnosis of disease mostly through the analysis of tissue, cell, and body fluid samples. In common medical practice, general pathology is mostly concerned with analyzing known clinical abnormalities that are markers or precursors for both infectious and non-infectious disease. Pathologist: a doctor who specializes in pathology: one who interprets and diagnoses the changes caused by disease in tissues and body fluids. Speech Recognition: the translation of spoken words into text. It is also known as ""automatic speech recognition"" (ASR), ""computer speech recognition"", or just ""speech to text"" (STT). GENERAL REQUIREMENTS: Vendor must supply the following documentation to VISN 15: MDS2 - Manufacturer Disclosure Statement for Medical Device Security VA Directive 6550 Appendix A- Pre-Procurement Assessment Business Associate Agreement (BAA) The technology must be approved by the Technical Reference Model (TRM). Contractor shall provide the facilities the necessary software for installation on their VA network. The contractor shall have a proven integration with VistA with multiple VA pathology customers. Vendor shall utilize VA s Dragons Medical and Dragon MEd 1 (for Cerner) site license for acquiring Dragon Licensing. Vendor shall utilize the VA s Network Management Server s (NMS). The contractor shall have a module for the CAP eCC for Cancer Protocol Templates. The contractor shall have the ability to tag discrete data for the CAP eCC Cancer Protocol Templates. The contractor shall update Cancer Protocol Templates within 90 days of release of CAP eCC Cancer protocols (twice per year). The contractor must have knowledge base of pathology templates. The contractor shall gather existing templates from users and transcriptionists. These templates will be converted into VoiceOver templates. The contractor shall provide sample set of templates which may be reviewed and modified to the department s standards, except as may otherwise be specified in this statement of work. Contractor shall build the new workflow to match the Medical Centers pathology department s reporting goals. The contractor shall present the new workflow to the client team leaders for approval before training and Go-Live date. The contractor shall test the new pathology department s workflow. The Contractor is required to provide alert/notification on all technical advisory/alerts to the designated individuals determined at contract award. The contractor shall adhere to all the security and privacy clauses listed in this statement of work. The contractor shall provide a technical assistance available by telephone and remote assistance with maximum call back response time of one (1) hour. The contractor shall have a proven integration with VistA with multiple VA pathology customers. Operational/Technical Features: The Speech Recognition System shall be integrated with the VistA Anatomic Pathology information system. Contractor shall provide the facilities the necessary software for installation on their VA network. The contractor shall provide supplies, accessories, equipment, initial training, and other resources required to deliver the requirements stated herein. The contractor shall provide structured document templates. The contractor shall assist staff in developing non-eCC template content. The software must provide free-text dictation or report information. The software must provide shared (departmental) templates in addition to personal templates per pathologist. The software must provide speech-based Macros for rapid entry of repetitive text. The software must provide hands-free command and control of VistA in the cutting room and at the microscope area. Contractor shall build the new workflow to match the Medical Centers pathology department s reporting goals. The Contractor is required to provide alert/notification on all technical advisory/alerts to the designated individuals determined at contract award. The system must provide networked speech profiles to allow physicians to use multiple machines and provide automatic backup of speech profiles The contractor shall test the new pathology department s workflow The contractor shall have access to a VA owned computer with the VistA test account only. Patient information is scrambled within the VistA test account. The contractor shall aid staff in developing non-eCC template content. The contractor shall gather existing templates from users and transcriptionists. These templates will be converted into VoiceOver templates. The contractor shall provide sample set of templates which may be reviewed and modified to the department s standards, except as may otherwise be specified in this statement of work. The instance of Voice Recognition Software must be compatible with Dragon MED 1 Hardware Features: Input devices hardware Workstations (microphone/foot pedal) Noise-canceling headsets and foot pedals for hands-free operation VISN 15 will: Provide the contractor with access to equipment and only appropriate network rights to install their software Allow a credentialed resource access to the VA network and VistA test account via the contractor s owned computer device for testing and implementation purposes Provide a network file share where VISN 15 users may store and access their speech profiles Provide the contractor with access to the central file share for support purposes only Provide dictation workstation with the following requirements: Recommended Requirements Processor: The latest dual-core processor or better (the faster the better) (IMPORTANT: SSE2 instruction set required) Operating System: Windows 7, Windows 8/8.1 or Windows 10, 64 bit recommended Memory: 16GB h Available Hard Drive Disk Space: 10GB (will vary based on the number of profiles loaded on each workstation) Network Speed: 1Gbps FULL DUPLEX tech Applications: Microsoft Office 2003/2007/2010/2013/2016 (32 or 64 bit) Miscellaneous: 2 free USB ports hard 16-bit audio sound card Each VoiceOver workstation should be setup with latest Windows updates Minimum Requirements Processor: Intel Pentium 1.6 GHz dual core processor (the faster the better) (IMPORTANT: SSE2 instruction set required) Processor Cache: 2 MB (faster processors will yield better performance) Operating System: Windows 7, 64 bit Memory: 8GB Available Hard Drive Disk Space: 10GB (will vary based on the number of profiles loaded on each workstation) * Network Speed: 100Mbps FULL DUPLEX Applications: Microsoft Office 2003/2007/2010/2013/2016 (32 or 64 bit) Miscellaneous: 2 free USB ports 16-bit audio sound card Each VoiceOver workstation should be setup with latest Windows updates Synchronization Server Requirements (Minimum Requirements, may be Virtual) VoiceOver File Share Environment: Production Function: Storage for master profiles and audio files Location: NMS server, Speech Node server, SAN, NAS, or Windows File Server. May be VM or physical server Space Required hardware: 20GB for VoiceOver Files Capacity required for profiles: 5GB x [#] users Capacity required for audio files: [Avg. # of cases per week] x [# of retention weeks] x 10MB Total capacity required = [Capacity required for profiles] + [Capacity required for audio files] MISC. DFS not supported Server: Main VoiceOver Server Environment: Production Function: Primary VoiceOver Server Specs: Hardware Type of server: Physical or Virtual Operating system: Microsoft Windows 2008, 2008 R2*, 2012, 2012 R2 or 2016 Processor: Dual-Core 2.8GHz Memory: 8GB Available Hard Drive Disk Space: 60GB for OS, 40GB for VoiceOver Applications Network Connectivity (FULL DUPLEX REQUIRED) Minimum: 100Mbps Recommended: 1Gbps Other: AES 265-bit SSL certificate from certified authority Net Framework 4.0 Client or Full version SQL Server 2012, 2014 or 2016 Microsoft IIS 6.0, 7.0 or 7.5 PowerShell (All versions are supported) Ports: 433 and 7333 must be open for proper communication between servers. Support Features Training. The Contractor shall provide an instrument training program that is coordinated with and timely to the equipment installation, sufficient to the size and scope of the facility s services. This shall include training on the operation of the system, data manipulation, and basic troubleshooting and repair. Equipment Preventative Maintenance/Repair Service. Annual Software/Hardware Maintenance and User Support from Monday to Friday: 7am -7pm, Saturday and Sunday: 9am - 5pm CST, except for Federal Holidays. Upgrades - The Contractor shall provide upgrades to both the software in order to maintain the integrity of the system and the state-of the art technology, at no additional charge to the Government. These shall be provided as they become commercially available and at the same time as they are being provided to commercial customers. This requirement only applies to system upgrades that enhance the model of equipment being offered, i.e. new version of software, correction of hardware defect, upgrade offered to commercial customers at no additional charge, upgrade to replace model of equipment no longer Contractor supported, etc. Commercial offerings - The Contractor shall provide any additional support material that is routinely provided to equivalent commercial customers and assists in regulatory compliance, e.g. Computer disc containing their procedure manual in CLSI format or an on-line procedure manual in the instrument software. Implementation/transition timeframe - The implementation of the services/requirements described in this solicitation shall be completed no later than 60 days after the award. This timeline is based on a reasonable attempt of the Contractor to complete all of the necessary implementation requirements within the stated timeframe. Contractor shall not be penalized for implementation timelines that extend beyond the 60-day timeframe, if the extension is through no fault of the Contractor and is a result of delays due to the Government. Upon award, the transition period for the awarded agreement to have all equipment and peripherals installed and operational shall be from date of award through 60 days. During this same period all initial training of VA personnel in the operation and maintenance of said award shall also be completed. Contractor shall provide with its quotation an implementation plan for installation of new equipment. Contractor s submitted plan shall not exceed 60 days for the transition of all services under the agreement including installation and training of personnel. Failure of the Contractor to conform to the transition period shall be considered as sufficient cause to terminate agreement for cause under the Termination for Cause clause of the agreement. At the end of 60 days from award of the agreement, the awarded Contractor shall have full and sole responsibility for services under the awarded agreement. ** End of Statement of work **
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/145c24cd02ca452889dc832e886eef19/view)
 
Place of Performance
Address: VISN 15 Kansas and Missouri VA Facilities, USA
Country: USA
 
Record
SN05829083-F 20201017/201015230141 (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.