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