Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 8,1999 PSA#2427

Department of Veteran Affairs, Network Business Office, VISN10, Contract Service Center, Bldg 408, 4100 West Third Street, Dayton OH 45428

70 -- TELEPHONE TRIAGE PROTOCOLS SOL RFP-250-19-99 DUE 092399 POC Bruce Johnson 937-267-3942 E-MAIL: MS Exchange, bruce.johnson@med.va.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation. Proposals are being requested and a written package will be faxed upon request. This solicitation No RFP-250-19-99 is issued as a Request For proposals for a TELEPHONE TRIAGE SYSTEM. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12 and VAAR 96-28. The Standard Industrial Code (SIC) is 4813 and the small business size is 1,500 employees. The contract will be a firm fixed price contract, to provide and deliver telephone triage protocol's software and training listed in the schedule which consists of the following criteria, for the VA Medical Center, 4100 West Third Street. Dayton, OH 45428 in strict accordance with all specifications, provisions, terms and conditions of this solicitation and any resulting contract. Delivery is to be FOB Destination to the Dayton VA Medical Center. Criteria for telephone triage protocols It is our intention of procuring a software telephone triage system that meets the following criteria: General System  System runs in Windows NT environment  Built-in system back-up function  System has multi-levels of system security  Is capable of providing aggregated data from multiple workstations Basic call handling  User able to process more than one call at a time within the same desktop application  System can be set-up to prompt agent for required steps in the call (e.g. if referral made, prompt agent to send a letter before closing out call)  System performance supports real-time call management (e.g. less than 2 second delay from one screen to another)  All calls can be tracked in system Clinical requirements  Protocols will be available for adults, children and infants that cover medical symptoms, injuries, and environmental exposures.  Age-specific triage protocols available  Protocols can be customized/modified  Database available for general health information  Database available for medication information (both prescription and OTC)  System has the ability to document recommendations given to caller by nurse  Protocols include home care measure to support the recommended plan of action  System utilizes standard word processing features such as cut/paste, word wrapping etc. in documentation/notes sections  Will contain specific protocols for chronic disease management  System accommodates searching for health care facilities (hospitals, urgent care centers, etc.)  System can initiate a text or digital page directly from software Software Support  Vendor has multi-year development plan for software upgrades and enhancements, including training and maintenance of same.  Vendor provides 24 x 7 software support  Vendor provides on-site installation support if requested  Vendor provides dial-in technical support Reporting and Data management  System provides mechanism for outcome studies and customer satisfaction data collection  System supports both manual entry and electronic data downloads/updates of eligible caller demographics  System has online query options for simple counts (e.g. how many referral calls during time period xx/xx/xx to yy/yy/yy)  Ability to document multiple categories for type of call for single caller presenting multiple requests/concerns  System has survey creation capability (survey questions and responses stored in system) The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instruction to Offers Commercial Items; FAR 52.212-2, Evaluation of Commercial Items; FAR 52.212-3 Representations and Certifications Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders Commercial Items, apply to this request. The Government intends to make award to the offeror that is most advantageous to the Government's criteria. Award will be based on (1) Technical acceptability as determined by the information submitted which demonstrates understanding of the protocols criteria. (2) Management capabilities and Approach: Describe management methods used to assure the provision of prompt and quality service, including a description of a quality assurance and customer service plan tailored towards a unique client base of the Department of Veterans Affairs. (3) Price. Identify all Federal, State and Local government contracts and private contracts of similar type, scope, size and complexity that are ongoing, or have been completed within the past 3 years. Provide a list of references pertaining to those contracts. In addition, information must be provided that evidences customer satisfaction with an offeror's products and services, and demonstrates an offeror's compliance with the fulfillment of the requirements of previous contracts. The technical criteria and Management capabilities when combined are more important than price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following clauses and or provisions are added by addendum: VAAR 852-270-4 Commercial Advertising; VAAR 852.219-70 Veteran-owned business; 852.219-70 protest content; 852-236-76 Correspondence; 852-237-70 contractor responsibilities; 852.270-1 Representatives ofcontracting officers; and 852-233-71 alternate protest procedure. Proposals shall include all information required in 52.212-1, schedule of prices offered, a copy of published price list for the protocol system proposed, a completed copy of provision 52-212-3, must be submitted to the attention of Bruce Johnson at the VA Medical Center, Contract Service Center,B-408BJ, 4100 West Third Street, Dayton, OH 45428. All offers must be received not later than close of business (4:00PM EST) on September 23, 1999. Original proposals shall be submitted on company letterhead or on Contracting Officer's preferred form (SF-1449) to the address above. Late offers will not be accepted. Discussion will be held only if necessary. TELEPHONE REQUESTS NOT ACCEPTED. 52.252-2 Clauses Incorporated by Reference. (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://www.arnet.gov/far (FAR) http://www.va.govoa&;mm/vaar/ (VAAR) Posted 09/03/99 (W-SN376179). (0246)

Loren Data Corp. http://www.ld.com (SYN# 0300 19990908\70-0010.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page