SPECIAL NOTICE
D -- HI-IQ Subscription Renewal
- Notice Date
- 3/3/2025 9:42:07 AM
- Notice Type
- Special Notice
- NAICS
- 513210
—
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24425Q0419
- Response Due
- 3/10/2025 3:00:00 AM
- Archive Date
- 03/25/2025
- Point of Contact
- Jefferson Mann, Contract Specialist, Phone: 717-202-5456
- E-Mail Address
-
jefferson.mann@va.gov
(jefferson.mann@va.gov)
- Awardee
- null
- Description
- NOTICE OF INTENT TO SOLE SOURCE: IAW FAR 5.101 this notice is to advise the public that The Department of Veterans Affairs, Regional Procurement Office East (RPOE), Network Contracting Office 4, intends to award a sole source, Firm-Fixed-Price contract pursuant to FAR 13.106-1(b)(2) to Conexsys LLC located at 6 Blackstone Valley Pl Ste 402, Lincoln, RI, 02865, for a base year with four (4) option years, exercisable at the Government s discretion. The Philadelphia VA Medical Center (VAMC) requires ongoing software subscription and support for the Medical Center s HI-IQ IRIS software to maintain patient care, inventory management, quality assurance, and quality monitoring within the Interventional Radiology Department. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS or QUOTATIONS. Responsible sources that believe they can meet the requirements may give written notification by submitting capability information that clearly demonstrates the capability to perform the required work and applicable certifications/licenses for the Hardware/Software. Capability information is required prior to the response due date and time, to establish the ability of the source to meet this requirement. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to perform the requirements and must include relevant corporate experience along with the applicable contract number, total contract dollar amount, contract period of performance, details of the relevant services and customer point of contact with corresponding telephone number and email address. Responses must include following information: 1. Company Name 2. SAM number 3. Company s address 4. Point of Contact information (title, phone number and email address) 5. Business size. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government will not be responsible for any costs associated with the preparation of responses to this notification. Responses are due by 6:00 am ET, Monday, March 10, 2025. No submissions will be accepted after this date and time. Responses shall be submitted via email to jefferson.mann@va.gov. Telephone inquiries will not be accepted. The NAICS code for this acquisition is 513210 and the size standard is $47 Million. STATEMENT OF WORK (SOW) STATEMENT OF WORK HI-IQ IRIS Subscription Renewal Philadelphia VA Medical Center Corporal Michael J. Crescenz VA Medical Center Background The Philadelphia Veterans Affairs Medical Center (VAMC), Corporal Michael J. Crescenz VA Medical Center (CMCVAMC), Philadelphia, PA has a requirement for continued licensing and support of HI-IQ IRIS software for use in the Interventional Radiology (IR) Department. This program has proven to be a great asset to CMCVAMC. HI-IQ IRIS is a cloud-based software system created specifically for use in IR departments. No other software program currently marketed provides the capabilities to track complications and mortality rates needed for Quality Assurance (QA)/ Quality Monitoring (QM) reporting at CMCVAMC. The VA and Hospital University of Pennsylvania physicians, working in CMCVAMC, utilize this program for reporting at Philadelphia VAMC. Place of Performance Philadelphia VA Medical Center Corporal Michael J. Crescenz VA Medical Center 3900 Woodland Avenue Philadelphia, PA 19104 Period of Performance A one-year base period with four one-year option periods, exercisable at the Government s discretion. Scope Contractor will provide the HI-IQ software and support. The activation must include technical and administrative support when needed. The software system shall provide quality assurance by analyzing procedure volumes, monitor radiation dosage, evaluate sedation plan efficacy, track adverse events and outcomes, manage follow-up appointments audit encounter activity. The software provided shall provide tracking and communication by tracking patient and procedure progress, efficiently schedule patient procedures, evaluate turnaround time for improvement, communicate patient status in real time, interpret procedure and delay times and determine room utilization. The software shall also provide inventory management by tracking lot numbers and expiration dates, know on-hand inventory values, establish par levels for re-ordering, ensure billing for all products, scan product barcode labels, communicate with procurement. Also, the software program must be able to provide standard reports, customizable reports, insight, trend analysis, schedule reports and enhanced report services. The Contractor must be able to provide web-based training, on-site implementation, knowledge base of information, and original equipment manufacturer (OEM) updates. General Requirements Software License for 4 Interventional Radiology rooms Software updates and changes per latest OEM specifications Technical support will be available during normal business hours (8 am-4:30pm ET), Monday-Friday, excluding Federal Holidays. Technical Support will provide assistance with VAMC Information Technology (IT) staff to resolve any issues not correctable. Technical Support will coordinate with VAMC IT staff for any updates needed. Contractor will provide virtual/remote training to Philadelphia VAMC, as needed, for updates and software changes, when requested by the Program Point of Contact (POC). Training will be coordinated with the Supervisor of Interventional Radiology. Security The following language from VA Handbook 6500.6 is required in this contract: Appendix C: Paragraphs 1, 2, 3, 6, 7, and 9 Contractor employee(s) requiring computer access must sign and comply with Appendix D Contractor Rules of Behavior. (attached) Contractor must complete VA Privacy and Information Security Awareness and Rules of Behavior training prior to the performance of the contract and annually thereafter. Training must be completed in VA s TMS system (https://www.tms.va.gov/). Contractors must use the TMS Managed Self Enrollment method to complete the training in TMS. The POC must ensure that all contractors are validated in the PIH domain. Proof of training completion must be verified and tracked by the POC.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d1184230bbe74f87b82e7df5950a86b8/view)
- Record
- SN07358677-F 20250305/250303230037 (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 |