DOCUMENT
65 -- Anesthesia Record Keeper (ARK) Software for VISN 1 - Attachment
- Notice Date
- 6/4/2012
- Notice Type
- Attachment
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Veterans Affairs;VAMC Providence;830 Chalkstone Avenue;Providence RI 02908
- ZIP Code
- 02908
- Solicitation Number
- VA24112R0437
- Response Due
- 6/30/2012
- Archive Date
- 8/14/2012
- Point of Contact
- Kristine Clark
- E-Mail Address
-
5-4906<br
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs VISN 1 has a requirement for VISN wide requirement for an Anesthesia Record Keeper (ARK) Clinical Information Systems (CIS). In this Request For Proposals, the VA has outlined the present and future hospitals' processes not only for managing the surgical patient, but also for how VISN 1 requires the CIS to be part of those processes. Upon completion of the installation, the VISN will have a state of the art and fully integrated system which will meet or exceed the needs of the VISN sites. The system shall employ advanced technological methods in the integration of healthcare data to improve patient quality of care, reduction of medical errors, and increase in cost savings. This is a critical component of this project. Offerors must also be able to provide the required interfaces as specified in their submitted timelines and as further defined herein for a complete turnkey project. An essential requirement is the establishment, implementation and continuity of a unified data solution throughout the VISN. In these terms, data definitions, data comparisons, clinical usage is expected to be seamlessly consistent across all VISN sites. The solution must first encompass individual identical hospital databases, with concurrent compilation and replication at a central data repository. Hence, changes in the CIS database at one hospital must automatically upload to the central repository as well as at all other facilities in the VISN. The database must be identical within all hospitals in the VISN. All database and template modifications must be entered only once and immediately propagated to all VISN hospitals. Individual hospital databases and templates must be locked to prevent local modifications. The ability to create new database elements, controlled at the VISN level for VISN-wide collection, must be maintained. Note: this must not prevent the ability to assign informational lines (e.g., specific templates or assessments), unique for the management of a specific patient, for use at the individual facility level and to be included in the patient's permanent medical record. The Offeror acknowledges these requirements and confirms their capabilities of providing an all inclusive CIS that will meet the current and future needs of the VISN. The CIS must be capable of importing physiologic data as a continuous stream from most standard patient monitoring devices. This data must include, but will not be limited to, invasive and non-invasive blood pressure, heart rate, oxygen saturation, end-tidal carbon dioxide concentration, fraction of inspired oxygen, respiratory rate, and temperature. When available, inspired nitrous oxide concentration, fraction of inspired air, cardiac output, pulmonary artery pressures, central venous pressure, and ST segment analysis must be included. The new system will assist nursing staff in tracking one-time, as-needed, and periodic patient care tasks. Physicians will be able to use the new CIS to assess the patient, much as they use the anesthesia paper flowsheet now. Once properly accessed, CIS workstations must have the capability to toggle (foreground/background continuous functionality) between the CIS applications and the Computerized Patient Record System (CPRS). The new CIS shall allow for future expansion due to the anticipated and changing needs in VISN 1. The system shall allow for the addition of future CISs such as the Intensive Care Unit (ICU) CIS, enabling them to seamlessly pass data to one another to create contiguous electronic perioperative-critical care information system. Contractor shall provide all project management, supervision, training, travel and expenses, software and software licenses necessary to furnish and install an electronic Anesthesia Record Keeper (ARK) - Clinical Information Systems (CIS) (hereinafter CIS or system). Initial locations where the CIS will be installed are listed on Attachment A and shall include the VA Medical Centers (VAMC) located in Jamaica Plain, MA; West Roxbury, MA; West Haven, CT; Augusta, ME; Manchester, NH; Providence, RI; and Whiter River Junction, VT.. This VISN reserves the right to add any additional facilities that are within the VISN as of the date of award of the contract without any additional cost to the government. Although none are anticipated at this time, the successful bidder will be notified at least two (2) weeks in advance by the VISN Primary COTR through the Contracting Officer of any such change. Contractor shall provide all services associated with the furnishing and installation of this system. Contractor shall provide the most efficient means of optimizing training, system maintenance, and data exchange throughout each facility in the VISN. All services shall be completed within 180 calendar days after receipt of notice to proceed for the initial VISN site and 180 days for all remaining VISN sites. Thus, ARK CIS implementation for the entire VISN shall be completed within 360 days after award. Under any resulting contract, the Contractor shall be responsible to upgrade/update the ARK CIS on an on-going basis to remain compatible with all applications used throughout the VISN as they are also upgraded and improved. This service shall be provided by the Contractor during the warranty period, which shall be for a period of not less than twelve (12) months after the completion of the installation, testing, training and final acceptance of each location by the government. The cost for the warranty shall be included in the Price for the product, therefore any services provided during the warranty period will be provided at no additional cost to the government as further defined in the Contract Specifications. Any changes to the above will be communicated by the VISN Primary COTR through the Contracting Officer to the successful Offeror. In conjunction with this new ARK CIS, this VISN intends on procuring under a separate agreement, an analytic database such as the Solution Analytics / RGI Healthcare Solution. This Healthcare solution will be capable of using values from clinical data stores (including but not limited to the existing CIS, VistA, the new ARK CIS and the National Surgical Quality Improvement Program (NSQIP)). The CIS data captured will span the entire surgical visit and include all data available from the CIS database. Physiologic data, such as heart rate, blood pressure, and respiratory rate, shall be captured at least once a minute. The CIS database shall specifically allow for the storage and analysis of all very granular data captured by the critical care CIS rather than a sample or summary of the data. A clinician must be available to add new data elements to the systems without loss of performance or functionality. The CIS under this Contract shall also enable full integration of all systems including the analytic database and clinical data obtained from the VA's electronic medical record, VistA, and other existing VA systems as further defined herein by extracting its data and placing it in a file folder in accordance with the data extract specifications identified in the Data Extract Tab of Attachment D System Specification. A response to this RFP will constitute confirmation that it can extract data and place it in a file folder with the structure as in the Data Extraction Tab of the System Specification. A.1. Contractor shall provide Project Management Services (PMS) and Technical Support services required for the ARK CIS system. These services shall include all services necessary to ensure that the system operates in an efficient manner as intended as further defined in Attachment D, System Specification. These services shall only be performed by qualified technicians/personnel. A.2.All software furnished under this Contract shall be unlimited, perpetual site licenses and shall include all upgrades, Version changes and/or updates to the software at no additional cost to the government during the warranty period and throughout the duration of this contract, providing that the government has authorized continued services under the Option Renewal periods. All software shall be installed on equipment at each location as further defined in Paragraph E, VISN Facilities. The Contractor shall be registered in the Central Contract Registration (CCR) www.pbn.gov/ccr/default.aspx. The NAICS is 562212 with a size standard of $25.5 Million. The solicitation will be available to interested vendors on or about 6/15/2012. Point of Contact is Kristine Clark at Kristine.Clark@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PrVMAC650/PrVAMC650/VA24112R0437/listing.html)
- Document(s)
- Attachment
- File Name: VA241-12-R-0437 VA241-12-R-0437_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=354038&FileName=VA241-12-R-0437-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=354038&FileName=VA241-12-R-0437-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA241-12-R-0437 VA241-12-R-0437_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=354038&FileName=VA241-12-R-0437-000.doc)
- Record
- SN02765885-W 20120606/120604235811-44a55404fa6d1dd6e85fa96c79322001 (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 |