Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2004 FBO #0922
SOURCES SOUGHT

70 -- Medical Intelligence Application Software

Notice Date
6/3/2004
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, MD, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
SS0101
 
Response Due
6/25/2004
 
Archive Date
9/30/2004
 
Point of Contact
Julius Tidwell, Contracting Officer, Phone 301-496-0101, Fax 301-594-5920,
 
E-Mail Address
julius_tidwell@nih.gov
 
Description
This is a Market Survey conducted by the Department of Health and Human Services, National Institutes of Health, Clinical Center. The NIH Clinical Center has interest in seeking sources capable of providing a Medical Intelligence Application with the capability of integrating all required data of a Health Care Institution into one HIPAA compliant format. The Government system requirements are specified herein. FUNCTIONAL CHARACTERISTICS: The application must be able to combine data from multiple source databases such that users need not be aware of the system of origin of the data, and the system must contain explicit rules to combine records from multiple sources transparently into one “virtual record.” The application must be able to accept source data in coded formats, including but not limited to Rich Text Format (RTF), Portable Document Format (PDF), and Extensible Markup Language (XML). The application must be able to aggregate data based on criteria including but not limited to subject, clinical research protocol, institute or owner of that protocol, and coded diagnosis. The application must contain data visualization tools to allow the characterization of aggregate data by arbitrary variable including but not limited to age, sex, location of subject residence, prior diagnosis, and race/ethnicity. The application must be able to present data in multiple formats, including but not limited to scatter graphs, bar charts, and tables or lists. The application must provide the ability to “drill down” from aggregate displays such as graphs to individual records by both sequential graphical selection and refinement of query criteria. The application must use a security model than can limit access based on user, user role, user institutional affiliation, subject, subject clinical research protocol, and subject institutional affiliation. The security model must be able to limit access at the individual data field level. The application must support mapping of data to standard vocabularies/ontologies/coding sets specified by the Federal Consolidated Health Informatics initiative, including but not limited to LOINC, SNOMED CT, and RxNorm. The application must provide support for both predesigned and “ad hoc” queries, and must include at least a query tool that allows construction, storage, and resubmission of queries without knowledge of Structured Query Language (SQL), a tool that allows the submission of well formed SQL queries directly, and a tool that checks queries for predicted performance impact on the application. In addition to standard SQL queries, the application must support queries based on the representation of time, e.g. return all subjects with test result X within 6 months of diagnosis Y. The application must provide management tools to assign and manage access permissions at the levels described above. The application must support storage, display, and analysis of multiple data types, including but not limited to continuous variables (laboratory test results, age), discrete variables (sex, race/ethnicity), grouped variables (age range), relationships (pedigrees), and pointers (to images). The application must be extensible to accommodate new data types as standards for representation of these data types become available. Such data types may include genomic sequence data, gene expression data, protein activity data, and profiles of single nucleotide polymorphisms. The application must allow creation of matched aggregate data sets for statistical comparison, including on-the-fly construction of control groups based on user-defined variables, and the application must provide basic statistical tools for comparison across groups. The application must provide tools for natural language processing, including but not limited to ability to search text documents by word or regular expression, and the ability to qualify searches based on negation or proximity of terms. The application must be fully compliant with relevant security privacy regulations, including the Health Insurance Portability and Accountability Act (HIPAA) and the privacy act. Such compliance must include at least full audit trails for record access, both in aggregate and as individual records, and the ability to mask identifiers in retrieved records to the extent required by regulation. The application must explicitly support both unmasked retrievals for queries approved by a Privacy Board, Institutional Review Board (IRB) or equivalent, or masked queries for preliminary hypothesis generation/data exploration. TECHNICAL (ARCHITECTURAL) CHARACTERISTICS: The application must be designed using a three-tiered architecture that separates the data store, the business logic, and the presentation layer. The application must support operation of the presentation layer on the following client platforms: Windows, including releases from 98 to XP, MacOS X versions 10.1 through 10.3, and Linux. Such support may be provided either natively or through a third-party product such as Citrix. If support is provided through a third-party product, the application must still meet all performance requirements and the respondent is responsible for providing a reasonable configuration to meet such requirements. If the data store is hosted on a Relational Database Management System (RDBMS), it must be an RDMS already in use at the NIH Clinical Center, such as Microsoft SQL Server, Sybase, or Oracle. The data store and middleware must run on an operating system already in use at the NIH Clinical Center, such as Microsoft Windows 2000 or XP, MacOS X Server, Solaris, or AIX. The application must provide an Application Programming Interface (API) or other standard and well-defined interface to be used by other systems to access data within the “virtual record.” All data passed between the application tiers must be encrypted. PERFORMANCE CHARACTERISTICS: The application must have a well defined average query-to-response time under normal load. Application performance must be scalable, and performance degradation with increasing data store size must be correctable with reasonable augmentation of hardware. The application must not require scheduled periods of unavailability (down time) of more than 2 hours per week, and must not require unscheduled down time of more than 2 hours per month. BUSINESS CHARACTERISTICS: The respondent must demonstrate existing or past use of the application in a health care setting in the United States or abroad, and must demonstrate existing or past use of the application to support clinical research. This is a SOURCES SOUGHT announcement only, and your response is not an offer. All information submitted in response to this announcement is voluntary. The Government will not pay for the information requested nor will it compensate any respondent for any cost incurred in the preparation or submission of industry responses. Solicitations are not available at this time, and as such any requests for solicitations will not receive a response. Interested parties that believe they have the performance capability required should send supporting information that documents that belief. The Government would like to review descriptive literature and pricing as part of this market research to determine interest and capability of potential sources for this requirement. The information provided need not be excessive in length, but should be sufficiently detailed to demonstrate that your company understands the nature of work involved, and has the expertise and resources to successfully perform. The NAIC and small business size thresholds for this requirement are respectively, 541512 and 21.0 million dollars in annual receipts of a concern which has been in business for three or more fiscal years. Responding companies should indicate whether they consider themselves a large or small business for the purpose of this requirement. Those Contractors which hold GSA schedule contracts are requested to submit a copy of the applicable GSA contract as part of their response. Responses are requested by June 25, 2004. Please address responses to Julius Y. Tidwell, Contracting Officer, National Institutes of Health, Office of Purchasing and Contracts, 6707 Democracy Boulevard, Suite 106M, Mail Stop Code 5480, Bethesda, Maryland 20892-5480 or via e-mail to jtidwell@cc.nih.gov. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/HHS/NIH/CCOPC/SS0101/listing.html)
 
Place of Performance
Address: National Institutes of Health Clinical Center, Building 10 9000 Rockville Pike Bethesda, Maryland
Zip Code: 20892
Country: USA
 
Record
SN00596998-F 20040605/040603213136 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.