Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2018 FBO #6168
DOCUMENT

70 -- 580-19-1-079-0002 after hours care plan contract - Software License - Base plus 4 Opt years - Attachment

Notice Date
10/11/2018
 
Notice Type
Attachment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 16;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
 
Solicitation Number
36C25619Q0050
 
Response Due
10/17/2018
 
Archive Date
10/31/2018
 
Point of Contact
Jerill Cotton
 
Small Business Set-Aside
N/A
 
Description
Department of Veterans Affairs Network Contracting Office 16 - HOUSTON In Support of the Michael E. DeBakey VA Medical Center (MEDVAMC) REQUEST FOR INFORMATION 36C25619Q0050 BACKGROUND: MEDVAMC has a requirement for the following brand name supplies: Manufacturer Item Description Qty Engineered Care Care Transitions Portal Subscription 1 REQUESTED RESPONSES: The intent of this Request for Information is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following: Please respond to this RFI if you can provide the exact brand name products listed in the table in the background section above. In the response please cite your business size status. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please respond to this RFI if you can provide supplies that may be determined EQUIVALENT to the products listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of potentially equivalent items, please respond to this RFI. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g. if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). Please note that if no responses to this notice are received, from either authorized distributors of the cited brand name nor from manufacturers marketing a potentially equivalent brand, then this action will be sole sourced to the manufacturer cited in the Background section above. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to jerill.cotton@va.gov. Please respond to this RFI no later than September 17, 2018. DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. Scope of Work The selected Vendor will provide any requested installation, implementation, and ongoing customization of the software producing a discharge summary for patients discharged from the MEDVAMC that is fully compliant with existing-VA Information Technology infrastructure. The product must be fed information from VistA/CPRS to produce a patient discharge instruction booklet without real-time required input of data into the contractor s software. The license provided by the vendor must include, at no additional charge, the right to make and use a reasonable number of copies of the Software for testing, back-up, archival and disaster recovery purposes, and of the Documentation for internal training, support and deployment. The vendor shall: Provide a software program subscription that does not modify information stored on VA software or networks Create of After Hospital Care discharge Plans, health literacy appropriate patient discharge instructions for patients Reporting functionality to enable continual quality improvement and performance tracking Administrative interface to perform user management, application configuration and auditing Notify the VA of any updates or modification potentially Again, the selected vendor must provide a software product that is compliant with VA IT requirements with 7 days of selection, does not require additional VA staff training for use or customization, can provide evidence of readmission reduction in scientific journals. To ensure the ready availability of this product, it must be fully available for the government within 7 days of award. Specific Tasks. The selected vendor, will work with designated clinical and IT representatives of the Houston VA to maintain the VistA-integrated AHCP. This work will include installation, configuration and ongoing customization and trouble-shooting as required. Task 1 AHCP Software Installation and Configuration Subtask 1 AHCP Software setup. Install the software on the designated server system and create initial user accounts for testing. Deliverables: This will include the following features; Discharge planning software for providers Creation of health literacy appropriate patient discharge instructions AHCP Software will be configured for optimal access by VAMC Houston staff Reporting functionality to enable continual quality improvement and performance tracking IT Professional interface to perform auditing and customization. Task 2. Implementation and Customization of After Hospital Care Plan The selected vendor will support the implementation of the software for use by nursing and customize the After Hospital Care Plan for the Houston VA. The AHCP booklet will be customized to address improve care delivery and patient satisfaction. Deliverables: User accounts will be created for all users requested by Houston VA AHCP Software will be customized to match Houston VA branding requirements including logo placement Addition of Houston VA related discharge instructions Addition of Houston VA related surgical discharge instructions Performance Monitoring Vendor shall provide periodic performance reporting during the course of AHCP software installation and deployment. Houston VA will have real-time access to the AHCP software during this time and may conduct periodic product sampling to verify compliance with requirements. Security Requirements: The vendor will provide the VA Houston the names of all vendor-employed or vendor-contracted users that will access Government computer and servers. Access by unauthorized users will result in immediate termination of this contract and/ or absolve the VA from financial responsibility of the contract. All vendor-employed or vendor-contracted users accessing VA Houston networks, servers or computers are required to complete all necessary Privacy and Information Security Trainings on annual basis for the duration of the contract. Violation will result in immediate termination of this contract and/ or absolve the VA from financial responsibility of the contract. The vendor will notify the VA Houston Contract Officer Representative within 24 hours once a user no longer requires access and confirm their inability to access vendor owned-products or systems that communicate with VA computer or servers. Violation will result in immediate termination of this contract and/ or absolve the VA from financial responsibility of the contract. The vendor will notify the VA Houston if they send an employee or contractor to perform on-site maintenance at VA Houston. Violation will result in immediate termination of this contract and/ or absolve the VA from financial responsibility of the contract. The vendor will notify the VA Houston Contract Officer Representative of any and all maintenance, outages or modifications to the portal that may potentially impact documents produced by the portal, VA servers or other VA operating systems. Violation will result in immediate termination of this contract and/ or absolve the VA from financial responsibility of the contract. The vendors software and products will be server-based on VA owned or leased property. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). N/A Other Pertinent Information or Special Considerations. a. Inspection and Acceptance Criteria. Inspection and Acceptance will confirm all deliverables as listed in this SOW and will be scheduled immediately following deployment of AHCP Software. Risk Control No Relevant Risk Control Requirement Exists for this SOW Place of Performance. Work related to this SOW will be performed both at the selected vendor s Headquarters and at VAMC Houston. Period of Performance. Upon acceptance and award, the period of performance will be for one year plus four option years through 2024. Delivery Schedule. SOW Task# Deliverable Title Format Calendar Days After CO Start 1 AHCP Software Installation and Configuration Contractor-Determined Format 7 Days 2 Customization Contractor-Determined Format 7 3 Fully trained provider staff Fully trained VA-designated provider staff that does not require additional training so as to avoid disruption in patient care 1 day
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/36C25619Q0050/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25619Q0050 36C25619Q0050.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4630294&FileName=36C25619Q0050-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4630294&FileName=36C25619Q0050-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 2002 Holcombe Blvd;Houston
Zip Code: 77030
 
Record
SN05120905-W 20181013/181011230621-f2c8df99adab82fccfbd8fa903b67fb2 (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.