SOURCES SOUGHT
70 -- Automated Patient Test Result Transcription Solution
- Notice Date
- 7/17/2020 10:49:31 AM
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26220Q1088
- Response Due
- 7/23/2020 1:00:00 PM
- Archive Date
- 08/22/2020
- Point of Contact
- Samuel Han, Contract Specialist, Phone: 562-766-2314
- E-Mail Address
-
samuel.han@va.gov
(samuel.han@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). 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. IAW 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. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 511210 (size standard of $41.5M). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide an Automated Patient Test Result Transcription Solution for the various locations of the Department of Veterans Affairs: VA Long Beach, VA Greater Los Angeles, VA Loma Linda, VA San Diego, VA Albuquerque, VA Phoenix, VA Prescott, and VA Tucson Healthcare Systems. The Automated Patient Test Result Transcription Solution will facilitate our clinicians by automating the process of receiving patient test results, transcribing the results into patient records, and generating correspondences containing the results to patients. This system shall be utilized to generate formatted, organized, and customizable, textual documents of final lab test results for received orders and transmit the information to the provider and to the Hospital Information System for record documentation and patient notification. The Automated Patient Test Result Transcription Solution must meet the minimum Salient Characteristics listed below and any other requirements stated in Attachment A - Statement of Work: SALIENT CHARACTERISTICS Must be able to produce and transmit HL7 messages, that are compatible with the VistA Generic HL7 interface, as described in the VistA/CPRS Text Integration Utilities Generic HL7 Interface Handbook: https://www.va.gov/vdl/documents/Clinical/CPRS-Text_Integration_Utility_(TIU)/tiuhl7.pdf Must be able to receive unsolicited HL7 v2.x messages from multiple VA sites and acknowledges receipt appropriately where each site utilizes several distinct TCP-MLLP connections for orders, results, and patient demographics. Must be capable of storing and analyzing components of incoming messages for real-time reflexive actions and future operations. Must utilize internal app-specific algorithms to determine when a patient lab-visit has been completed based on indications within messages received and global, hospital-site, and provider-specific rules. Must be able to produce messages using internally maintained templates of global, hospital-site, and provider-specific levels. Must contain an internal app analysis of testing completeness or a timeout window algorithm will trigger the generation, execution, and forwarding of formatted, organized messages by the application. Must be able to maintain a map of administrative data on each specific hospital-site and provider for use in message routing and message templates. Must be capable of capturing and logging all error events by the application. Must include a mechanism to notify facility-level admins when errors occur, and a tool to resolve outgoing message errors. Must be able to dynamically populate message templates based on items contained in the incoming messages indicating an abnormal or critical condition. Must provide support services for the triage of errors and assistance with template and rule modifications. Must be able to produce demonstratable future ability to solicit and receive data from the Data Innovations, laboratory middleware program for advanced test information not obtained from the incoming messages, and to utilize it in the modification of outcome actions and message templates. Must be able to produce demonstratable future ability to produce other types of outgoing messages and API designed for utilization actions within ancillary services interfaced with this application. These utilization actions include but are not limited to order cancelations, order recommendations, and service expert review of an order for manual decisions and recommendations. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics/statement of work being provided and any information pertaining to equal to items to establish capabilities for planning purposes. (9) Please provide your DUNS number. *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to Samuel.Han@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Thursday, July 23, 2020 at 1:00 p.m. PDT. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1b85fd4fea7d4725a40792d00f4e0995/view)
- Place of Performance
- Address: Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600, Long Beach 90815, USA
- Zip Code: 90815
- Country: USA
- Zip Code: 90815
- Record
- SN05725483-F 20200719/200717230142 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |