SPECIAL NOTICE
J -- LICENSE & MAINTENANCE for PICIS
- Notice Date
- 4/14/2021 2:49:20 PM
- Notice Type
- Special Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25221Q0581
- Archive Date
- 05/14/2021
- Point of Contact
- Antaeus M Gayles, Contract Specialist, Phone: 414-844-480
- E-Mail Address
-
antaeus.gayles@va.gov
(antaeus.gayles@va.gov)
- Awardee
- null
- Description
- Page 1 of 3 The Department of Veterans Affairs Great Lakes Acquisition Center (GLAC) in North Chicago Il intends to negotiate a sole source contract with PICIS CLINCAL SOLUTIONS INC. 100 QUANNAPOWITT PKWY STE 405 WAKEFIELD MD 01880-1321 to provide annual software support and maintenance for the OR Manager Software Program Picis Clinical Solutions, Inc . for the The Captain James A. Lovell Federal Health Care Center (FHCC) This contract will be for a firm fixed price contract. This procurement is being conducted in accordance with FAR 6.302-1, Only One Responsible Source and no other supplies or services will satisfy the agency requirements. The contract will be firm fixed price and the NAICS code is 541511 This Notice of Intent is not a request for competitive proposals. No solicitation documents are available and telephone requests will not be honored. However, if a firm believes it can meet the requirements it must furnish information about its products, services and capabilities as well as references from other customers who are using these products and services provide service for the OR Manager Software Program Picis Clinical Solutions, Inc for the Captain James A. Lovell Federal Health Care Center (FHCC) to the contracting officer NLT 11:00AM CST, 21 April 2021. Supporting evidence must be submitted in sufficient detail to demonstrate the ability to comply with the above requirements and attached Statement of Work, to include access to OEM parts for repairs. Information must be sent to: Antaeus Gayles Great Lakes Acquisition Center Southern Tier 3001 Green Bay Road Building 1, Room 326 North Chicago, IL 60064-3048 Or via fax to (224) 610-3269, or via email response to antaeus.gayles@va.gov. Responses received will be evaluated; however a determination by the Government to not compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, the GLAC will proceed with the sole source negotiation with PICIS CLINCAL SOLUTIONS INC. STATEMENT OF WORK (SOW) as of 03/31/21 Section: Surgical Services Address: 3001 Green Bay Rd., North Chicago, IL 60064 2. Contract Title. Now that the contract for the Procure Picis OR Manager is complete, we need to maintain the license and maintenance of the PICIS OR Manager System Base, Plus 4 Option years. 3. Background. In 2010, VISN 12 selected Picis Anesthesia Manager, Preop Manager, PACU Manager and Critical Care Manager for six (6) VA Medical Centers (VAMC) across Wisconsin, Illinois, and Michigan . VISN 12 began the process of deploying PICIS to help its clinicians better manage the clinical documentation, workflow, and financial functions from the moment a Veteran patient receives anesthesia in surgery, through post anesthesia care units (PACU)/recovery, to the intensive care units (ICU), and provide unique remote ICU management. The facility determined that the Picis OR Manager product meets their urgent and compelling needs and is the only one source capable to work with the existing patient continuous record. This contract is complete and now we need to maintain licenses and maintenance to the PICIS system. 4. Scope. Picis OR Manager is a comprehensive operating room management system that automates each step of the perioperative process. Maintenance and upgrades of this software will be at the Captain James Lovell FHCC operating rooms and will be updated as necessary and all licenses secured yearly. 5. Specific Tasks. Maintain yearly licenses and update and maintenance of systems as needed in order to maintain a current OR scheduling system within the operating rooms at the FHCC. 5.1 Task 1 - Implementation. 5.1.1 Subtask 1 - Solution Initiation. Maintenance of PICIS system. 5.1.2 Subtask 2 - Solution Build - Upgrade system when necessary 5.1.3 Subtask 3 - Solution Validation Testing of any new upgrades 5.1.4 Subtask 4 - Solution Deployment Maintain yearly license. 6. Performance Monitoring System functionality will be fully tested and upgraded as needed. PICIS will perform maintenance and licenses for this system on at least a yearly basis 7. Security Requirements Picis has completed the necessary security requirements: Directive 6550 and MDS2. Picis OR Manager will use same security requirements used in Picis ARK and CIS at facility. 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). OR Computers 9. Other Pertinent Information or Special Considerations. N/A a. Identification of Possible Follow-on Work. N/A b. Identification of Potential Conflicts of Interest (COI). N/A c. Identification of Non-Disclosure Requirements. N/A d. Packaging, Packing and Shipping Instructions. . N/A e. Inspection and Acceptance Criteria. N/A 10. Risk Control All onsite implementation services and maintenance will be provided during normal business hours, appropriate to the Customer s time zone. Any services that must be scheduled outside of normal business hours are included in this price. Any additional training will be supplied by PICIS and included in this contract. Training will be given to on-site manager by PICIS and the customer is responsible for training end users. Picis will provide consultative guidance on any changes to the PICIS OR Manager. The Customer will provide the Picis Project Team with onsite workspace and access to telephone and internet capability (with parity) to existing Customer resources. The Customer agrees to use the Picis on-line issue management system to communicate all issues, questions, and requests as the primary means of reporting issues, receiving updates, and managing an issue list. 11. Place of Performance. On site at James Lovell FHCC. . 12. Period of Performance. Base period of performance: May 1, 2021 to April 30, 2022 (maintenance period). Option Year 1: May 1, 2022 April 30, 2023 Option Year 2: May 1, 2023 April 30, 2024 Option Year 3: May 1, 2021 April 30, 2025 Option Year 4: May 1, 2025 April 30, 2026.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cf7e53ae32144343b1bd684bb42148dd/view)
- Record
- SN05971686-F 20210416/210414230109 (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 |