SOURCES SOUGHT
70 -- HDI 10-51 - WEB BASED POINT OF CARE REHAB MED PRODUCT EST: 530,000.00 Procurement Method:
- Notice Date
- 8/22/2010
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Veterans Affairs;VHA Service Center (VSC);Building 3, Second Floor;10000 Brecksville Road;Brecksville OH 44141
- ZIP Code
- 44141
- Solicitation Number
- VA70110RI0254
- Response Due
- 8/26/2010
- Archive Date
- 9/15/2010
- Point of Contact
- Katrina Winters
- Small Business Set-Aside
- N/A
- Description
- STATEMENT OF WORK POINT OF CARE REHABILITATION MEDICINE PRODUCT A.General Information 1.0Introduction: The Department of Veterans Affairs (VA) Veterans Health Administration (VHA) requires an existing commercial off the shelf web based, Point of Care Rehabilitation Medicine Product that will be made available throughout the VHA healthcare system. For the purpose of this solicitation, these products may also be referred to as bedside information tools because they have been designed to provide information at the patient's bedside or point of care. They tend to provide information that will directly affect patient care. They can be a good source for background information. What distinguishes these products from sources such as electronic textbooks or bibliographic citations databases that may link to full text is this emphasis on point-of-care, patient-oriented information. These products are distinctly different from text-based, point-of-care sources such as printed guidelines: these electronic resources are updated much more frequently than print resources and provide tools for easily searching and sharing information. Currently most VA Medical Centers and/or VISNs (Veterans Integrated Services Networks) license at least one Point of Care Rehabilitation Medicine Product, but there is no one product available to all VHA staff on an enterprise basis. VHA's goal is to insure uniform availability of a high quality, clinical, knowledge based resource across the VHA system to improve clinical decision making at the point of care. Performance Period: One year award plus 4 (1 year) option years. 1.1Objectives The desired goals of the nationwide provision of a commercial Point of Care Rehabilitation Medicine Products are as follows: 1.1.1Providing access nationwide to standard knowledge based clinical information resources available at the point of care, will build on the enterprise wide availability of the web based version Psychiatry Online, Lexi-Comp Online for Dentistry, and ACP PIER Plus. 1.1.2Initiating a nationwide, centralized purchase to capitalize on the economies of scale offered by vendors. 1.1.3Negotiating one license/contract to decrease the current contracting and reviewing efforts that are required at the facility and/or VISN level and thereby avoid the costs and workload associated with multiple procurements. 1.1.4Making this Point of Care Rehabilitation Medicine Product available through CPRS (Computerized Patient Record System), the VA's Electronic Health Record, nationwide to insure consistent access at the bedside for all VHA health professionals and staff. 1.1.5This SOW is not intended for a general medicine point of care product but one instead specifically in the Rehabilitation Medicine discipline. 2.0Scope of Work: 2.0.1The vendor will provide all sites on the VHA network with access to a single online, web-based product. Authentication will be through IP address validation on an enterprise basis, eliminating the need for users to enter identification, username and/or password. 2.0.2An unrestricted number of simultaneous users are to have immediate access from any web-enabled computer within VHA. It is required that all authorized remote users with VPN access have access to the product. 2.1Information Scope The product should include: 2.1.1Consult-level summaries and topics covering rehabilitation medicine, occupational therapy, and physical therapy in a format suitable for use by students, house staff, occupational therapists, physical therapists and other point of care health providers. 2.1.2Topics that reflect current practice issues and support clinical decision support. 2.1.3Drug information 2.1.4Comprehensive information in a single product available for stand-alone purchase or license, independent of complementary or companion products offered by the vendor. 2.1.5Related patient education material. 2.2Information Quality 2.2.1Information is accurate, authoritative, and relevant 2.2.2Authors and sources are well recognized subject experts in their fields. 2.2.3Topics are presented succinctly, but with adequate detail to be useful to clinicians. 2.2.4"Best practice" or evidence-based information is included in recommendations for diagnosis or therapy. 2.2.5Policies for determining validity and standards for inclusion of material are well described. 2.2.6Guidelines and summaries include references or sources. 2.2.7When necessary to the topic, images, tables and diagrams are available and clearly shown. 2.3Usability 2.3.1Navigation within the system is logical and is easy to use. There is fast access to topics and subtopics. Topic linking or indexing retrieves material of high relevance quickly. 2.3.2The product has "user friendly" help and direction aids. 2.3.3Athens authentication access compatible. 2.4Currency 2.4.1Content areas are updated on a continuous, incremental cycle rather than on a single anniversary date for the entire product. 2.4.2The date a topic was last reviewed for content is stated and easily found. 2.5 Access, content, support 2.5.1Product is 508 compliant. (http://www.section508.gov/) 2.5.1.1If product is not 508 compliant, vendor must describe measures being taken to bring product into compliance and date, within 12 months of contract award, that product will be 508 compliant. OR 2.5.1.2. If product is not 508 compliant and vendor must describe why no work is being done to make it 508 compliant. 2.5.2Access to be granted through IP address validation on an enterprise basis, eliminating the need for users to enter identification, username and/or password. 2.5.3An unrestricted number of simultaneous users are to have immediate access from any web-enabled computer throughout VHA. It is required that all authorized remote users (with VPN, dial-up, wireless, etc. access) have access to the product through any VA networked computer and/or CPRS. A username and/or password option must be offered for remote users if needed. 2.5.4The product is compatible with most standard web browsers, which have cookies enabled. To insure privacy, the product uses session cookies rather than persistent cookies. 2.5.5The product is compatible with the Windows environment. 2.5.6All site content and support of the web site is the responsibility of the contractor. This includes tech support to VHA users nationwide. 2.5.7System downtime is minimal and VA project manager is notified when such occurs. 2.5.8Topics are easily printed. 2.5.9The product's licensing agreement must permit free use for educational purposes of all pictures and graphics. 2.5.10Single point of contact for customer service issues is assigned to VA 2.5.11Questions are responded to on the same business day. 2.5.12Usage statistics are available to the system administrator on an enterprise level. 2.5.13The product should be accessible via a variety of Personal Digital Assistant (PDA) platforms including the Blackberry. 2.5.14Graphics, pictures, and/or images that are searchable are highly desirable. 2.5.15The contractor should offer training services. On an as requested basis, training session (web-based or live) will be set up to train VHA staff on use of the product. Specialized training sessions may be requested for VA library staff. 2.5.16Availability of usage statistics at an IP level is highly desirable. 2.5.17Topics can be emailed among VHA colleagues. B.Submittal Information: Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 10 pages in length, single spaced, 12 point font minimum that addresses the above information. The Government will not review any other data, attachments that are in excess to the 10 pages. In response to the RFI, interested contractors shall submit the following information no later than Tuesday August 24, 2010 by 8:00am EST to Edna Winters via e-Buy. 1.Cover Page - At a minimum provide: i.Company name and address ii.GSA Contract Number and relevant SINS iii.DUNS Number iv.Company business size and status (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Women-Owned Small Business, etc.), the number of years in business, affiliate information: parent company, joint venture partners, potential teaming partners. v.Company point of contact name, phone number, and email address. 2.Past Experience - Provide the following information on a maximum of three similar projects completed within the last three years for which the responder was a prime or subcontractor. 1.The name, address, and value of each project 2.The name, telephone and address of the owner of each project 3.A description of membership/services provided 3. Capabilities / Qualifications: 1.Technical Capability- Description of the capabilities/qualifications of the product your company possesses to perform services described in the scope of work. 2.Commercial availability - Description of the length of time your services have been commercially available. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70110RI0254/listing.html)
- Record
- SN02250366-W 20100824/100822233036-403bb8c995a31cdec384df8d6bd5585a (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 |