SOURCES SOUGHT
D -- Mammography Reporting System Service
- Notice Date
- 8/10/2022 10:53:24 AM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26222Q1508
- Response Due
- 8/19/2022 9:00:00 AM
- Archive Date
- 10/18/2022
- Point of Contact
- elizabeth.ratcliff@va.gov, Elizabeth Ratcliff, Phone: 813-972-2000
- E-Mail Address
-
Elizabeth.Ratcliff@va.gov
(Elizabeth.Ratcliff@va.gov)
- Awardee
- null
- Description
- SOURCES SOUGHT NOTICE This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. 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 Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The Southern Arizona VA Health Care System (SAVAHCS) located at 3601 S. 6th Ave, Tucson, AZ 85723 is seeking a potential qualified contractor that can provide custom software for mammography reporting systems. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 541511 ($27.5 Million Dollars). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail to elizabeth.ratcliff@va.gov. All information submissions to be marked ATTN: Elizabeth Ratcliff and should be received no later than 12:00 PM EST on August 19, 2022. CONTRACT TITLE Mammography Reporting System (MRS) PLACE OF PERFORMANCES VA Loma Linda Healthcare System (HCS) Imaging Services Department 11201 Benton Street, Loma Linda, CA 92357 BACKGROUND The contractor shall provide a VA approved bidirectional Mammography Reporting System software package with enough licenses and concurrent license users for VA Loma Linda Healthcare System (HCS) which consist of the Medical Center, Women s Health, and Ambulatory Care Center (ACC). Have seamless integration with Radiology Information System (RIS), Picture Archiving Communication System (PACS), Voice Recognition system and workstations. Along with the purchase license, the contractor shall also provide annual support and maintenance of the supported licenses. The deliverables shall include: 1. A unique platform to each clinical service delivery department allowing for a department/service views of mammography studies information in real time for each worklist. 2. Customizable patient tracking and reporting capability. 3. Instant ""dashboard"" view of the status of orders for each worklist 4. A computer ""web based"" solution to eliminate paper forms (can generate patient letters). 5. A system with bidirectional and able to integrate with VISTA and CPRS. The software shall have communication interfaces with the HL7, VA VISTA system and Computer Patient Record System (CPRS) that is already approved by VA Office of Information Technology (development or ""new"" interfaces are not acceptable). 6. A system that displays and updates order information in real time. 7. Onsite or remote training for end-users, Radiologists, administrative and PACS support personnel. 8. Standard Support and Maintenance throughout the life of the contract. For routine requests: Interface through a toll-free assistance phone and online support email. Monday through Friday 8:00am 7:00pm PST. 24/7 emergency coverage on Nights, weekends and Holidays through the toll- free system choosing the Emergency option Emergency support service shall be available for catastrophic emergent issues (i.e., hosting platform issues, patient safety, or when a product is inaccessible to all VHA end-users). 9. The product shall be listed as authorized for use on VA computer and network systems as identified in the Technical Reference Model (TRM) Technology/Standard List - startup, new development and or products currently under review WILL NOT be considered. 10. The product shall: Have bidirectional interface with VA Vista System/CPRS to provide real-time data. Capable of multiple queries across a variety of medical departments (Imaging modalities), providing views and status of orders. Display orders and updates to orders in real time. SOFTWARE DESCRIPTION Veteran s Health Administration (VHA) requires additional software for real-time surveillance, alerting, documentation and reporting of mammography studies. Management and tracking of Orders, in addition to, performing all actions necessary to coordinate the care delivery is complex and time consuming. Our electronic, paper based, and non-integrated systems and solutions are not adequate to fill the need to coordinate management of orders activities efficiently and most importantly accurately. Delayed or misplaced orders can jeopardize your bottom line, timely discharges and overall quality of care. Sorting through stacks of paper records, running complicated database queries, and scrolling through screens slows everything down, taking precious time and attention away from patient care. Cutting through the clutter and working smarter together with the aid of a workflow tool is needed. Business as usual today often requires teams to perform double entry of data, work from many separate systems, and duplicative work efforts. Manual workflows are inefficient for providers and care coordinators and there is a potential risk for Veterans to wait longer than necessary to get responses from a care team, scheduled appointments for the services they are referred for both in-house and in the community. Time spent on the laborious tracking methods used today could be more time spent actively engaging with Veterans thus improving outcomes and Veteran satisfaction. A well-developed orders management software program should include the ability to see at a glance when the Order was created, the status, and view comments made by all involved staff on one screen without having to manipulate through several different programs. Doing so not only risks Veterans falling through the cracks due to complicated follow up but places an unnecessary burden on staff which impacts performance and employee satisfaction and morale. SALIENT CHARACTERISTICS Must integrate with Veterans Health Information Systems and Technology Architecture (VISTA) leveraging real-time data to provide clear oversight to each area of VistA. The applicant must comply with Food and Drug Administration (FDA), Mammography Quality Standard Act (MQSA) and American College of Radiology (ACR) requirements. The application must pull data from VISTA, CPRS Oncology, and Radiology. Providing one specific location for this information, to avoid delays in patient care and additional work for administrative and medical staffs. The applicant must integrate with HL7, RIS, PACS, Voice recognition system. The application must use a secure URL to accesses VistA or similar method that is compliant with all VA Privacy and Security regulations and guidance. The application must provide immediate access to real time data in diagnostic imaging results, radiology exams, pharmacy orders, and lab results. Must have customizable dashboard and worklists that can be filtered per facility, department, clinical location, modality, and date. Must enable users to drill down data for customized workflow reports and letters to patients. Must allow administrators to assign tasks to user roles, specific users, or clinic locations. Must track the progress of radiology orders from order creation to order completion. This software application shall show all actions required by a user`s role, and when a task is complete. Must automatically move through a queue and display on the next person`s task list as an open item. Must interface with VISTA and CPRS. Must allow for a service view of orders, as opposed to patient-by-patient. Having both options is acceptable, but service view must be an option. Must display and update orders information in real time. Must create workflow efficiency by eliminating paper or duplicative systems. Must ensures every team member and user group has up to date work list for orders management needed to process. Must provide tools to help ensure timely ability to generate patient letters and track patient care. The Contractor shall assign an Account Manager who will serve as the point of contact throughout the duration of contract performance. The contractor shall also designate an alternate Account Manager (local) who will serve as the POC when the Account Manager is not available (illness, vacation, training, etc.). Customizable patient tracking and reporting. Worklist patient record and personal statistical reports. Must be able to generate letters to patients per FDA/MQSA requirements. One-touch buttons to submit findings, assessment, conclusions, and final reports. Risk calculations using multiple models. Capable to produce statistical reports to meet FDA/MQSA requirements. At least ten (10) administrative and or with multiple concurrent users. Provide at least remote or onsite end-user, administrator, Radiologist and PACS support training. Seamless or capable of integration to PowerScribe 360 voice recognition system. Capable at least three concurrent users. Integrates and supports multiple digital workstations. Provide the technical and product customer within 1-6 business days or 4 24 hours depending on severity of software issue. Provides most current Software upgrades. SECURITY AND HIPAA COMPLIANCE CONSIDERATIONS In reference to VHA Handbook 6500.6 Appendix A, block 6 and 7 the equipment requested in this contract does involve connection of non- VA application to a VA network and patient sensitive information is accessed. The equipment involves storing, generating, transmitting or exchanging VA sensitive information. Therefore, C&A, SAP, & the following from App C apply: During contract performance, contractor may require access to VA facility, equipment, information systems, or sensitive data; to provide services, install, train, maintain or repair equipment. During software install, warranty repair, or maintenance, the contractor may have physical or administrative access to equipment included in this contract that captures, stores and processes e-Protected Health Information. If warranty repair is done on or off-site, all hard drives or other storage devices will be removed or purged of data, prior to release to contractor. VA Course No. VA10176 is privacy training required for VA contractors requiring access to VA facilities for more than 2 consecutive days or any access to VA information systems. If contracted staff have access to protected health information PHI or access to VA systems (e.g. CPRS, JLV, CAPRI, VHIE or VistAWeb) they are also required to take Privacy and HIPAA Focused training VA Course No. VA 10203.Training will be completed prior to being granted access to facilities, equipment, or to the data therein. Training is available on VA TMS website at: http://www.tms.va.gov/SecureAuth35/. Contract will provide evidence of training to the COR, if requested. The Contractor, their personnel and their subcontractors shall be subject to the Federal laws, regulations, standards and VA directives and Handbooks regarding information protection, patient privacy and information system security as delineated in this contract. Note: Incorporate the security clause from Appendix B and the appropriate security/privacy language from Appendix C respectively into the solicitation and contract. Contracting Officials need to work with the COR and the ISO to: i. Include the appropriate risk designation of the contractors based on the PDAT determination. ii. Incorporate the security clause (Appendix B) into the contract involved and the appropriate security/privacy language outlined in Appendix C into the solicitation. iii. Determine if protected health information is disclosed or accessed and if a BAA is required. The C&A requirements do not apply, and that a Security Accreditation Package is not required. Incorporate the clause from Appendix B and the appropriate security/privacy language from Appendix C respectively into the solicitation and contract and initiate planning for the certification and accreditation of the contractor system(s). Contracting Officials need to work with the COTR and ISO to: Determine the security impact of the IT system as High, Moderate, or Low per 6500 Handbook, Information Security Program. Ensure Contractor understanding of the IT security requirements for certification and accreditation (authorization) (C&A) of the contractor system. See VA Handbook 6500.3, Certification and Accreditation. Ensure that the proper VA Management Official is appointed by the Certification Program Office to formally authorize operation of the system in accordance with VA Handbook 6500 and 6500.3. Enforce contractor performance (timely submission of deliverables, compliance with personnel screening requirements, maintenance of secure system configurations and participation in annual IT Federal Information Security Management Act (FISMA) assessments to ensure compliance with FISMA requirements). Ensure yearly FISMA assessments are completed and uploaded into SMART. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Task One: Software License Deliverable One: A software license that will be provided to VA Loma Linda Medical Center and VA Loma Linda Ambulatory Care Center on an annual basis for use by any employee through a web-based program. Task Two: Technical Installation Deliverable Two: The software program will be installed for use by MRS staff. Servers will be provided by the facility. Task Three: Training Training for requisite staff located at VA Loma Linda Ambulatory Care Center (ACC) for end users and additional training for administrative personnel. PERIOD OF PERFORMANCE The contract will be awarded annually 09/30/2022 09/29/2023. DELIVERY SCHEDULE VHA Supplemental Contract Requirements for Combatting COVID-19 Contractor employees who work in or travel to VHA locations must comply with the following: Documentation requirements: If fully vaccinated, contractors shall show proof of vaccination. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination. If unvaccinated, contractors shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test that includes an affiliated telehealth service. Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the COVID-19 Screening Tool. Check regularly for updates. Contractor employees who work away from VA locations, but who will have direct contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. For indefinite delivery contracts: Contractor agrees to comply with VHA Supplemental Contract Requirements for any task or delivery orders issued prior to this modification when performance has already commenced.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fb61b706774d4477961d3c09568d1988/view)
- Place of Performance
- Address: Department of Veterans Affairs VA San Diego Healthcare System (VASDHS) 3350 La Jolla Village Dr., San Diego, CA 92161
- Record
- SN06422223-F 20220812/220810230125 (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 |