SOURCES SOUGHT
70 -- Methadone Dispensing Software - Cerner Compatible
- Notice Date
- 8/4/2020 6:02:41 AM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26020Q0725
- Response Due
- 8/3/2020 1:00:00 PM
- Archive Date
- 11/01/2020
- Point of Contact
- karen.rhodes@va.gov, Contracting Officer (II), Phone: 509-321-1912
- E-Mail Address
-
karen.rhodes@va.gov
(karen.rhodes@va.gov)
- Awardee
- null
- Description
- This is a SOURCE SOUGHT NOTICE in support of the Seattle and Portland Health Care Systems in Seattle, WA and Portland, OR for market research purposes only to determine the availability of potential businesses with capabilities to provide the services described below. Potential offerors are invited to provide feedback via e-mail to Karen.Rhodes@va.gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. All responses due by Friday, August 7th at 1300. Potential contractors shall provide, at a minimum, the following information: 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Anticipated North American Industry Classification System (NAICS) code is 541519 Other computer related services. The largest a firm can be and still qualify as a small business for Federal Government programs is no larger than $25.0 Million. If you believe a different NAICS is more appropriate, please indicate with your response. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) 3) What types of information is needed to submit accurate offers? 4) Provide a brief capability statement (Max 2 pages) with enough information to determine if your company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Quotations, Request for Proposals or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined below. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of capabilities statement will assist our office in tailoring the requirement to be consistent with industry standards. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business (SB) Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. Not responding to this Sources Sought does not preclude participation in any future or potential solicitation, or Request for Quotation. It is the intent of the VA to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Contracting Opportunities website located at beta.sam.gov. DESCRIPTION OF THE REQUIREMENT: The Department of Veterans Affairs is looking to obtain information on methadone dispensing management systems that can interface with Cerner Electronic Medical Records. In order to comply with VA policy for documentation of such treatments to allow for an optimized workflow which includes inbound orders and outbound dispensing data, these systems require the development and implementation of an HL7 interface with the new Cerner Electronic Medical Record. To ensure an efficient and cost-effective implementation and sustainment, the Portland Health Care System (HCS) and Puget Sound HCS must continue to utilize the same software platform so that only one Cerner interface must be developed. VISN 20 is moving from the legacy VistA Electronic Medical Record (EMR) and moving to an Enterprise Cerner EMR. This shift requires that facilities have updated interfaces to the new EMR for key clinical systems, including any upgrades required for such connectivity. The VA Puget Sound and Portland Healthcare Systems (HCS) currently have Methadone Dispensing and Management Systems which are used for addiction treatment. A Methadone Management System has been identified as a solution to improve efficiency and safety of opioid medication dispensing and tracking. The required results the VA is looking for is as follows: Puget Sound HCS must have a consolidated system for the Seattle and American Lake campuses which is accessible to staff at both campuses. Portland system must match Seattle/American Lake but is not required to be accessible between Portland and Seattle campuses. A software package which facilitates the management of methadone/opioid dispensing to VA patients which will be run on a VA provided virtual server. Contractor shall provide all software and HL7 licenses required for Puget Sound and Portland HCS to have updated and complete systems and Cerner interfaces. The interface must provide bidirectional HL7 messaging including medication orders inbound including order updates, renewals, and discontinuation; medication order acknowledgements outbound; dispense activity outbound; admit/discharge/transfer; include patient demographic and allergy information. System must be capable of data migration for historical data, including data conversion, if required. Must be compatible with Cerner OpenLink and be able to be run on VA provided virtual servers. If your firm is interested and capable, please send the capability statement, including suggested software package, outlined above, and a market research quote to Karen.Rhodes@va.gov by 1300 on Friday, August 7th 2020. NO PHONE CALLS, PLEASE. Again, this is not a request for quote, and no solicitation is available at this time.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ffa96df8deac464db60d5249e1f82870/view)
- Record
- SN05745281-F 20200806/200804230154 (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 |