SOURCES SOUGHT
D -- PVAHCS Clinical Surveillance Tool
- Notice Date
- 5/11/2021 10:30:49 AM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- 258-NETWORK CNTRCT OFF 22G (36C258) MESA AZ 85212 USA
- ZIP Code
- 85212
- Solicitation Number
- 36C25821Q0202
- Response Due
- 5/20/2021 3:00:00 PM
- Archive Date
- 07/19/2021
- Point of Contact
- shannon.mcniel@va.gov, Shannon McNiel, Phone: 480-466-7938
- E-Mail Address
-
Shannon.McNiel@va.gov
(Shannon.McNiel@va.gov)
- Awardee
- null
- Description
- Page 7 of 7 The Department of Veterans Affairs, Veterans Health Administration (VHA), Network Contracting Office 22G (NCO 22G) is conducting a market survey and is seeking potential Contractor sources for a clinical surveillance tool software and support for the Phoenix Arizona VA Medical Center by means of a base plus four annual exercisable option year Firm-Fixed Price contract to a single Vendor. This Sources Sought Notice is issued for information and planning purposes only. This is not a solicitation or a request for proposal and shall not be construed as an obligation or commitment by the Government. An award will not be made on any offers submitted in response to this notice, and it shall not be implied the Government is committed to providing any solicitation or award following this notice. The Government will not pay for any information received in response to this request, nor will the Government compensate a respondent for any costs incurred in developing the information provided. Responses shall be submitted to shannon.mcniel@va.gov by 15:00 AZ Time on 20 May 2021. This notice is intended strictly for market research. The purpose of this Sources Sought Notice is to determine interest and capability of potential qualified sources of supply and determine the socioeconomic size classification of the supplier and manufacturer of the end item. Overview: The Phoenix VAMC Pharmacy requires a comprehensive patient clinical surveillance, monitoring and intervention software program that provides clinical staff immediate, real-time lists of patients, identifies those who need clinical intervention based on current best practice guidelines and facility determined criteria and provides the ability of clinical staff to monitor and protect patients from drug interactions and adverse events. The program must have the capability of targeting only those patients who need clinical interventions, resulting in increased resourcing of staff. The software program will also need to allow Pharmacy and facility to meet regulatory requirements set by Joint Commission Standards, National Patient Safety Goals as part of the Joint Commission requirements and VHA directives. The software solution needs to provide clinical staff antimicrobial stewardship which will directly assist the facility in meeting its Directive 1031, Antimicrobial Stewardship Programs (ASP) dated January 30, 2019 delineating VA Medical Center s responsibilities with antimicrobial stewardship. The software maintenance and support program will need to include security patches and software updates, and 24/7 technical support, including telephone support. Technical Requirements: The clinical surveillance, monitoring and intervention software program must provide a documentation tool which allows users to record and track clinical activities and interventions performed during patient care. The clinical software program must have the capability of notifying clinicians in real-time when specific clinical criteria have occurred. Three alert groups used most often must include Renal Function alerts, Therapeutic Antibiotic Monitoring alerts, and defined alerts based on local initiatives). The clinical software program must provide flagging tools allowing patients to be prioritized for follow-up or action. The clinical software should allow users to create a rounding view or profile for each patient containing relevant, user-selected criteria. The clinical surveillance software must have the capability of allowing users to survey, document, and report infections at a facility. Tools such as flags and alerts working in conjunction with actionable information to assist with patient care decisions should be available to the provider. Problematic infection types frequently surveyed should include those associated with Central Line Associated Bloodstream Infections (CLABSI), Catheter Associated Urinary Tract Infections (CAUTI), and C. difficile infections (CDI). The clinical software program should allow for infection surveillance and control through the following mechanisms, alerts, and surveillance opportunities: Re-admission alerting for MDRO patients to reduce disease transmission Ability with existing staff to engage in house-wide all organism surveillance (including: C. difficile, MRSA, Multidrug-resistant gram-negative rods, and surgical site infections) and cluster detection Reduced cycle time from issue recognition to intervention Surgical site infection surveillance tools and monitoring Automated reporting to CDC s NHSN database for tracking of MRSA and C. difficile infections Immunization Monitoring and Alerting for increased rates and reduced infections Infection Rate Bench Marking and Reporting to monitor and improve progress Ability to generate reports from documented cases to reduce manual tracking and provide more timely access to aggregated data and developing trends. Provide the framework for population of CDC s NHSN database, particularly for surgical site infections, which are not currently tracked in VA IPEC. Antimicrobial Stewardship arena should provide the following: Monitoring and Alerting for: Targeted medications to reduce inappropriate prescribing and overuse Drug-Bug mismatches for faster intervention in cases of resistance, no therapy with positive culture, or viral infections with inappropriate therapy Renal dose monitoring for timely and appropriate adjustments IV to PO switch candidate monitoring to reduce infection risk and cost of therapy Intervention documentation with automated cost and savings data Cost Savings Reporting Productivity Reporting by Clinician of type and number of interventions Automated antibiograms updated monthly: Multiple de-duplication strategies Unit or source specific Single or multi-axis Adverse Drug Event (ADE) surveillance and monitoring Prospective Alerts on Pending ADEs for prevention Retrospective Alerts on possible cases for assessment of cause Workflow tools for ad hoc identification and reporting for further follow-up Lab and other General Alerting Providers: Cardiac Enzymes Chemistries Dietary Electrolytes Endocrinology Hematology Hepatology Toxicology Rounding Tools: Single view access to multiple sources of patient data integrated with alerts, calculated values and trending. Clinician configurable to get the data and format desired by individual clinicians or departments Access to detail upon which summary is based Notes sections for treatment directions and care follow-up by other team members IT Architectural Requirements and Guidelines The applications, supplies, and services furnished must comply with One-VA Enterprise Architecture (EA), available at http://www.ea.oit.va.gov/index.asp All developer tools and associated version numbers shall be documented by the contractor as part of their proposal. The contractor shall adhere to all VA policies, standards and tools for managing systems development artifacts. Specifically, these tools will include utilization of the Configuration Management tool, PVCS Dimensions by Serena, as well as the Requirements Traceability Management (RTM) tool by Integrated Chipware. The Contractor may not replace these tools. The Contractor shall ensure adequate LAN/Internet, data, information, and system security in accordance with VA standard operating procedures and standard contract language, conditions laws, and regulations. The contractor s firewall and web server shall meet or exceed the government minimum requirements for security. All government data shall be protected behind an approved firewall. Any security violations or attempted violations shall be reported to the VA project manager and the VA Headquarters Information Security Officer as soon as possible. The Contractor shall follow all applicable VA policies and procedures governing information security, especially those that pertain to certification accreditation. The system operating system shall be Windows Server 2016 or higher The system shall function in a virtualized environment Software shall be compatible with VistA and VA CPRS and allow user to easily navigate between systems. Interested companies shall provide, at a minimum, the following information with their response; Company Name and Address: Point of Contact (POC) Name: Email Address: Phone Number: DUNS Number: The anticipated North American Industry Classification System (NAICS) code is 541519 Other Computer Related Services. The anticipated Product/Service Code (PSC) is DA10 IT and Telecom Business Application/Application Development Software as a Service. Mark if your firm is 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 - Large Business [ ] yes [ ] no - Other (please specify) Please answer the following questions: [ ] yes [ ] no - Does exceed 500 employees [ ] yes [ ] no - Is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; [ ] yes [ ] no - Takes ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice (identify how this occurs); and [ ] yes [ ] no - Will supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to paragraph (b)(5) CFR 121.406. [ ] yes [ ] no - Can provide the items requested via existing VA strategic sourcing program and/or existing VA or FSS contract. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. In addition to providing the information requested above, responding companies are encouraged to include any relevant information (specifications, cut sheets, brochures, capability statement, past experience etc.) to confirm the company s ability to meet the requirements outlined in this request. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. This notice shall not be construed as a commitment by the Government to issue a solicitation, or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f413f841505745c8a3ca00d188d2ca7e/view)
- Place of Performance
- Address: Department of Veterans Affairs Phoenix Arizona VA Healthcare System 650 E. Indian School Rd, Phoenix, AZ 85012, USA
- Zip Code: 85012
- Country: USA
- Zip Code: 85012
- Record
- SN05998766-F 20210513/210511230101 (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 |