Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2008 FBO #2571
SOLICITATION NOTICE

R -- Ancillary and Business Replacement of CHCS

Notice Date
12/8/2008
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-09-RFI-12603
 
Response Due
12/15/2008
 
Archive Date
2/13/2009
 
Point of Contact
Barry Sayer, 301-619-1163<br />
 
Small Business Set-Aside
N/A
 
Description
The following are answers to questions submitted by interested parties. 1.Are we to respond to the Minimum Requirements section, items 1 through 28, or are those for informational purposes only? Vendors responses should include all elements address under Minimum Requirement, items 1 through 28. Vendors are not required to list and answer each item. 2.With regards to page limits; is the RFI Executive Summary (2 pages) included in the 30 page maximum page limit? Or are all documents required to be 30 pages or less? The Executive Summary is limited to 2 pages and is not included in the 30-page count. Vendors responses should not exceed 30 pages plus the 2 page Executive Summary. 3.The following is excerpted from the initial paragraph of the RFI posting: &as well as the ability to accommodate inpatient documentation and external function as a stand alone note writing system for clinical use. Please clarify whether the proposed solution is to include the inpatient documentation and note writing capabilities or whether it is to accommodate interfaces to other systems for those purposes. This RFI was seeking to get information on application. The ability of the proposed solution to handle both inpatient and outpatient care documentation will be considered. The system could have inpatient and outpatient documentation as intrinsic capability or the solution should indicate what inpatient and/or outpatient EMR systems the solution already has interfaced with. 4.Requirement 4 There are many standards drive the design and implementation of these ancillary solutions. However, it is unclear the national standards inspection for laboratory, radiology or pharmacy that the government expects to be applied. FDA regulates some, but not all of these ancillary systems as medical devices. CAP inspects clinical laboratory operations as a whole, with many IT-related standards, however such inspections are conducted at our client sites and we do not have visibility to these events and processes. Please clarify the type of ancillary standard inspections for which the government requests our representations in this response. The type of inspections referenced were CAP, the Commission (formally JCAHO), and pharmacy specific reviews are done. While it is understood that vendors may not have awareness inspections, knowledge of such inspections and awareness of the need to support such activities tends to indicate greater awareness of client needs. 5.Requirement 5 System must have been in use by an inpatient facility that has passed JCAHO inspection with 90 score or better having ICU, ED and Surgery departments. (a) Does this mean the proposed solution should also have capabilities designed specifically for ICU (such as high acuity flowsheets and monitoring device integration), Surgery (such as scheduling, preference card maintenance, perioperative documentation), and Emergency Department (such as triage and tracking or specialized orders management and other workflow support)? (b) JCAHO inspects virtually all of our thousands of clients, but we do not have visibility to specific outcomes of these inspections. Will the DoD evaluate compliance with this requirement as a part of the reference checks in the future RFP for this procurement? Please clarify the representations that USAMRAA expects in this response. Answers: (a): Yes. Systems with native ICU, ED and Surgery capabilities will likely more favorably meet the DoD needs. It should also be noted that items such as flow sheets, monitoring devices integration, tracking, and specialized order sets are not uniquely limited to a need for a single location. (b): Vendors should list clients using their solution whom they believe have undergone a JCAHO inspection with their system in use. The DoD will reference these sites for information about system suitability to meet this requirement. 6.Requirement 6 a. A full description of data fields that could be included in HL7 messaging related to these clinical areas is extensive. We could provide our basic interface specification (which is the basis of any system interfaces in/out of our architecture), however this material is hundreds of pages. If supplied, would this be exempted from the 30-page limit? Vendors should try to find way to summarize their data so that their responses do not exceed the 30 page limit but still convey their information. There will be no exceptions granted. 7.Requirement 7 This item calls for a list of all equipment and systems that have interfaced to the proposed system. In our case, the list would be hundreds of devices and third party software systems and require many pages to list. Will this list count against the 30-page limitation of this response? Vendors should try to find way to summarize their data so that their responses do not exceed the 30 page limit but still convey their information. There will be no exceptions granted. 8.Requirement 10 Please clarify this item. Does this refer to a capability to receive outpatient encounter documents sent as faxes or image files sent from community-based providers? The items refers to the system having a native outpatient encounter documentation capability and not just the ability to allow the use of the current AHLTA medical outpatient and dental capability. For clarity, the system should have the ability to receive encounter documentations from outside sources for inclusion into the patients medical record. 9.Requirement 20 Please clarify the type of Case Management required. Does this refer to surgical case management? This refers to case management for surgical, disease and other condition specific needs. 10.Technical Solution Item 1 g. Asks how the solution will provide flexibility for emergency operations. Does this question refer to support for the Emergency Department? If not, please clarify what is meant by emergency operations. In this item, emergency operation encompasses MASCAL situations, low power/low bandwidth situations, and potential emergencies such as national disaster scenarios where mobility is essential. 11.With regards to Items Considered in Evaluation, items 1-11, are we to respond to these items, or are they for informational purposes only? Items 1-11 are things the Government will look for in vendors responses. Vendors should briefly state their ability to comply with these items, but an indept answer is not needed at this time. 12. Items Considered in Evaluation - Does the DoD intend to evaluate responses to this RFI against these criteria? If yes, then we need to provide much more information than can be provided in a 30-page response. Further, responses to this RFI will reflect wide-ranging interpretations of the general requirements in this posting. Would the government be planning to conduct oral presentations and site visits as a part of this RFI response evaluation? This is an RFI, not a Request for Proposals. The Government is using this RFI to solicit information from industry on current systems and to obtain information on potential solutions that meet the Governments needs. The 30 page limit should be adequate for vendors to provide the Government a flavor of what is available. There are no plans for oral presentations and site visits related to this RFI. 13.Several items in the list of Evaluation Items are not mentioned earlier in the requirements section of this RFI. Please confirm that each of the following is a requirement for the proposed solution: "Billing System (complete system for billing/collections or outbound billing transaction interface?) "Personnel Scheduling System "Personnel Accounting System "PACS storage All items mentioned will be considered when reviewing final proposals for best value, best fit for DoD needs. Respondents should address these items at least in brief. 14.The list of Evaluation Items references national user satisfaction surveys. Does the Government require a response to this item or will the Government contact national survey organizations directly for this information? The Government will not be contacting national survey organizations. Vendor should include any summary information related to this item in their response if they wish it to be considered. 15.Minimum Requirements section, question 9 The proposed system should allow the use of outpatient note writer and the DoD Dental documentation system in AHLTA. Are you referring to textual notes only or textual notes plus dental images? The DoD dental note writing system captures dental notes in pictorial format and structured documentation. The requirement does not include dental radiology images. 16.Are we required to provide detailed responses to the 28 Minimum requirements ? Vendors responses should include all elements address under Minimum Requirement, items 1 through 28. Vendors are not required to list and answer each item. 17.Are we required to submit a hardcopy of our response, or just an email copy? If a hardcopy is required, where should it be sent? E-mail responses are preferred. 18.Does the 30 page limit include our cover page, etc...? The 30-Page limit includes the cover page and any appendices excluding the Executive Summary which is limited to 2 pages.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e798c5708c9c63f1cb96dcfdb1e0b871&tab=core&_cview=1)
 
Place of Performance
Address: TRICARE Management Activity ATTN: Stacy Lear, 5111 Leesburg Pike, Suite 810 Falls Church VA<br />
Zip Code: 22041<br />
 
Record
SN01715567-W 20081210/081208220753-e798c5708c9c63f1cb96dcfdb1e0b871 (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.