Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2007 FBO #2049
SOLICITATION NOTICE

R -- ChartFact/ChartLocator

Notice Date
7/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFQ92701
 
Response Due
7/19/2007
 
Archive Date
8/3/2007
 
Description
THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 under Simplified Acquisition procedures in Subpart 13.5 as supplemental with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is RFQ92701 and is being issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-17. This acquisition will be processed under Simplified Acquisition Procedures. The associated North American Industry Classification System (NAICS) Code is 511210. The National Institutes of Health, Clinical Center, Medical Record Department, NIH, CC, MRD, has traditionally coded patients?? diagnoses and procedures utilizing the ICD coding methodology in a very limited fashion focusing predominantly on the need to retrieve historical reference data for research purposes. These codes are currently determined and assigned based primarily on information included in discharge summary and operation reports dictated by the medical staff rather than additional information/details/specificity that may be available or abstracted from information documented in the medical record. The MRD currently has a need to raise the CC coding and abstracting practices to industry standard. Such improvements involve expanding the current processes beyond the review and coding of ambulatory surgery, inpatient admissions, and initial outpatient encounters to encompass a broader range of services including the incorporation of updated ICD-9-CM and CPT coding assignments. The Medical Record Department currently utilizes nearly the full suite of SoftMed??s (3M??s) health information management products and seamless integration with those products is critical. In addition, these products also send and receive information through well-established interfaces to and from the hospital information system, the Clinical Center??s Clinical Research Information System, CRIS, to support patient care and research activities. Interfaces between these applications/systems have been established for nearly ten years and allow patient demographics, Admission/Discharge/Transfer Information, medical orders, and medical reports to flow between the SoftMed Systems applications and the CRIS to support the specific functions of incomplete medical record management, medical record tracking, transcription of medical reports, and clinician editing and finalizing of medical reports. In addition, the CC/MRD has the responsibility for maintaining a permanent medical record for each Clinical Center patient for patient care, biomedical research and medico-legal purposes. These medical records have traditionally been microfilmed for preservation in perpetuity after a five year period of inactivity or patient expiration. Additionally, active medical records with multiple volumes may have been filmed to conserve storage requirements for hardcopy records. These microfilmed and inactive medical records have been converted to digital image with storage of these images residing in Softmed??s ChartView application. The purpose of this order is to provide the NIH, CC, MRD with applications and services necessary to support the improvement of coding and abstracting processes described in Section A. above. Additional outcomes from this initiative include the following benefits/enhancements beyond the current MRD processes: ?X Code diagnoses, comorbidities and procedures to a much higher degree of specificity. ?X Provide the ability to understand and abstract coexisting conditions (complications or comorbidities) that affect the patient??s treatment during a particular visit. ?X Provide a valuable research data set by capturing a complete list of diagnoses, procedures and comorbidities that could be also be pulled into a problem list within CRIS. ?X Identify and code a primary diagnosis (protocol related diagnosis), admitting diagnosis, and other pertinent diagnoses. ?X Capture the protocol relative to the patient??s visit/inpatient admission and audit/compare this information to protocols/health issues identified in CRIS. ?X Provide the capability to understand/analyze coexisting conditions including complications or comorbidities that affect the patient??s treatment for each visit. ?X Provide a valuable (more complete and accurate reflection of patients?? primary diagnoses/comorbidities and procedures relative to protocol assignment) research data set for historical retrieval and resource allocation/projections. ?X Enhancement of the current installed ChartView, ESA, and ChartScript applications in the CC/MRD health information management systems to provide web accessibility. The vendor shall provide the NIH, CC, MRD with the following to meet the objectives identified in Section B., above. ?X required system software ?X encoder reference software ?X software implementation services including project management, onsite training, and technical services ?X reporting modules ?X user licenses ?X 24 hours/day, 365 days/year enhancement and support services with access to a support hotline, remote diagnostic support, and all enhancements to installed systems ?X HP rack-mountable test server as necessary Section 508 Compliance Section 508 requires that Federal Agencies?? electronic and information technology is accessible to people with disabilities. The Federal Acquisition Regulations (FAR) Final Rule for Section 508 (Accessibility) can be found at: http://www.section508.gov . Unless it is an ??undue burden?? or compliant products or services do not exist, the proposal must comply with Section 508. The contractor should state that they would comply with the requirements of Section 508 or cite a justifiable reason for an exception. If any additional costs for compliance are anticipated, these costs should be identified. For existing systems, the contractor may not be able to identify all costs for compliance if the contractor did not develop that system, but should state that any development performed during the course of this task order will be compliant. Within 30 days of this task award, the contractor should provide a plan for compliance for the system as a whole, including any costs associated with compliance. Security When providing services as a contractor for the Medical Record Department one may have has access to a great deal of sensitive and confidential patient information that is protected by regulations established by the Privacy Act of 1974. While providing these services, each employee of contractor, must recognize and agree that all of the information, documentation, and other privacy protected and sensitive materials to which you will be exposed are confidential in nature and that disclosure to any other party of that information and materials could have serious financial and legal consequences. Because of the sensitive nature of this information and materials, each employee of the contractor must agree to hold such matters in strict confidence during and after the work relating to this material. Specifically, each must agree not to disclose to or discuss with any unauthorized person or persons any of the following: the content of any of the documents not in the public domain which you have occasion to see, the scope of work covered by the project, or the content of any documents which employees of the Company create or help to create in connection with the work on this project. Government Furnished Equipment (GFE) There are no government furnished equipment requirements for this order. Inspection and Acceptance Criteria The installation of the items listed in the scope of this document must be completed and in full working order to be accepted as final by the CC. Evaluation Criteria The items offered by the vendor must satisfy the technical requirements listed in the scope of this document. The award will be made to the lowest-price technically acceptable offer. The following provisions and clauses apply: Provision 52.52.213-4 Terms and Conditions ?V Simplified Acquisitions (Other Than Commercial Items); Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions 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. (End of Provision) Provisions52.212-1-Instructions to Offerors/Commercial; 52.212-2-Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and conditions; 52.222-26 (EO 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.223-6 Drug Free Workplace, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.222-41. The Full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc) but must include the following information: 1) company??s complete mailing and remittance addresses 2) discounts for prompt payment if applicable; 3) Dun & Bradstreet number; 4) Taxpayer ID number; 5) Catalog or Published Price Listing applicable to the service; 6) Offerors must meet specifications as noted in the synopsis. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The Government intends to make an award based on the lowest price technical accepted offeror to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government. The Government reserves the right to make an award to that offeror whose quotation provides the best overall value to the Government. Place of Performance The primary place of performance will be: National Institutes of Health 9000 Rockville Pike Bldg 10 Bethesda, MD 20892 Interested offerors may submit proposals electronically only within 15 days from the posting of this notice no later than 7/19/07 Eastern Standard Time 5:00 p.m. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The Government intends to make a single award based on best value to the Government, technical and price factors considered. The anticipated award date for this requirement shall be on or before 7/26/07. Requests for information concerning this requirement are to be addressed to Ms. Andrea McGee via email only to amcgee@cc.nih.gov no later than, 7/12/07. Collect calls will not be accepted. No Phone Calls Please.
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, MD
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01335035-W 20070707/070705220451 (fbodaily.com)
 
Source
FedBizOpps 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.