Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 04, 2017 FBO #5825
SOURCES SOUGHT

D -- Legacy ePrescribing Solution (LEPS) - PWS

Notice Date
11/2/2017
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Other Defense Agencies, Defense Health Agency, Contracting Office - Aurora, 16401 E. CenterTech Pkwy., Aurora, Colorado, 80011, United States
 
ZIP Code
80011
 
Solicitation Number
HT9402-18-R-0001
 
Point of Contact
Evan Zaslow,
 
E-Mail Address
evan.j.zaslow.civ@mail.mil
(evan.j.zaslow.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
LEPS PWS REQUEST FOR INFORMATION Legacy ePrescribing Solution (LEPS) Pharmacy Operations Division Pharmacy Informatics Integration Branch 1.0 Description 1.1 Department of Defense (DoD) in support of the Defense Health Agency (DHA), Component Acquisition Executive (J-4), Contracting Office - Aurora (CO-A) is seeking information on how any interested contractor could provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform maintenance and support as defined in this Performance Work Statement (PWS) except for those items specified as Government furnished property and services. The Contractor shall perform to the standards in this performance work statement. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. 2.0 Background The DHA directed the development and implementation of the Electronic Prescribing Solution in 2013 to provide a commercial standards based routing service capable of receiving and translating electronic prescriptions from civilian (non-direct care) providers and routing the translated electronic prescriptions to the appropriate MTF pharmacy by performing electronic prescribing intermediary functions for the Department of Defense (DoD). Receipt and translation functions are based on industry standards (i.e. from National Council for Prescription Drug Plans - NCPDP Script to Health Level 7 - HL7). The Legacy ePrescribing Solution (LEPS) promotes patient safety by reducing transcription and translations errors, and improves MTF pharmacy workflow efficiency and business processes. The LEPS supports 85 legacy Composite Health Care System (CHCS) hosts, which are being phased out during this contract's life span as MHS Genesis, the enterprise Electronic Health Record (EHR), is deployed. 2.1 Planned Production The objective of this task order is to operate and support LEPS which includes implementing, maintaining, operating, and sustaining hardware and software components for Legacy Electronic Prescribing. 2.2 Delivery Period Period of Performance (PoP): The period of performance shall be one 12-month Base Period and four 12-month Option Periods. The Periods of Performance follows: Base Period: Date of award through 12 months Option Period I: End of Base Period through 12 months Option Period II: End of Option Period I through 12 months Option Period III: End of Option Period II through 12 months Option Period IV: End of Option Period III through 12 months 2.3 Limitations Please provide information on your system's capabilities to the support the following: Electronic Prescribing (eRx) - Provide a capability to route electronic prescriptions from civilian (non-direct care) providers to MTF pharmacies. The solution needs to be scalable to support approximately 10 million new civilian prescriptions annually. Include in your description the system's capability to: - Support the transmission and routing of civilian providers sending electronic prescriptions to MTF pharmacies. - Electronically transmit DoD beneficiary medication history to civilian providers. - Utilize industry standard messaging (i.e. NCPDP SCRIPT, HL7). 2.4 Training (as it pertains to reporting tools) Describe the methods of training (e.g. remote, on-site, webinars, FAQs, etc.) and how it is structured (e.g. continuous, modules, etc.). Describe the pricing method for training offerings. 2.5 Transition: Phase in/phase out period Phase in period: The contractor shall provide a plan for a minimum of 365 days of incoming transition from contract to contract, from award to Go-Live. The contractor shall coordinate with the Government in planning and implementing a complete transition to the contractor's support model. The contractor shall collaborate with the Government to develop and deliver an Incoming Transition Plan (Deliverable 1). Phase out period: The period of time 365 days prior to the end of the award date. Phase out performance is define as stated below. This 365 day period will run concurrently with the final days of the PoP. The Contractor shall provide an Outgoing Transition Plan (Deliverable 2) for 365 days of outgoing transition for transitioning work from an active task order to a follow-on contract/order or Government entity. This transition may be to a Government entity, another Contractor or to the incumbent Contractor under a new contract/order. In accordance with the Government-approved plan, the Contractor shall assist the Government in planning and implementing a complete transition from this Contract and/or orders issued under this Contract to a successful provider. This shall include formal coordination with Government staff and successor staff and management. It shall also include delivery of copies of existing policies and procedures, and delivery of required metrics and statistics. 2.6 Security Requirements Security and Common Access Card (CAC) requirements will be consistent with standing DHA security policy. Contractor personnel performing work must have and maintain the appropriate security and designation required. All work under this contract is unclassified. 3.0 Requirement Information 3.1 See attached Performance Work Statement (PWS). 4.0 Responses 4.1 Interested parties are requested to respond to this RFI electronically using MS Office formats (XLSX, DOCX, PPTX, etc.) only with subject "RFI Response to Legacy ePrescribing Solution - COMPANY NAME" to the following email addresses: evan.j.zaslow.civ@mail.mil. 4.2 Total email file limit size is restricted to 5MB. Files exceeding this threshold shall be submitted over multiple messages, and be identified as "Message #x of #x" in the email subject line. 4.3 All questions shall be submitted no later than 3:00pm (MST) on November 30, 2017. 4.4 Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 4.5 The official DoD contact for this RFI to whom all requests and communications should be addressed is listed below: 5.0 Industry Discussions The Government may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 6.0 Questions Questions regarding this announcement shall be submitted in writing by email to the Contracting Officer, Evan Zaslow, evan.j.zaslow.civ@mail.mil. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the Federal Business Opportunities (FedBizOpps) website (http://www.fbo.gov); accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after November 15, 2017, 3:00 MST will be answered. 7.0 Summary THIS IS A REQUEST FOR INFORMATION ONLY to identify sources that can provide Legacy ePrescribing Solutions. The information provided in the RFI is subject to change and is not binding on the Government. DHA has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/11d1e2e074457588fbdcb2bf0d25e9cd)
 
Record
SN04729472-W 20171104/171102230943-11d1e2e074457588fbdcb2bf0d25e9cd (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.