SOURCES SOUGHT
65 -- Clinical Information System DataBridge to support the VISN-wide ICU CIS-ARK System
- Notice Date
- 10/25/2022 9:11:50 AM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25623Q0091
- Response Due
- 11/1/2022 8:00:00 AM
- Archive Date
- 12/01/2022
- Point of Contact
- Tammie Chaney, Contracting Officer, Phone: 601-362-4471 ext. 56372
- E-Mail Address
-
tammie.chaney@va.gov
(tammie.chaney@va.gov)
- Awardee
- null
- Description
- DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this Request for Information (RFI) is preliminary as well as subject to amendment and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it will be synopsized in the Federal Contract Opportunities website, NASA SEWP, or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI 1. Title: Clinical Information Systems (CIS) DataBridge 2. Purpose: The purpose of this RFI is to identify potential sources which will aid in defining the procurement strategy (e.g., set-aside, sole source, unrestricted) for a solicitation the VA intends on issuing shortly for the following: Model / Part Number Manufacturer Item /Description of Supplies/Equipment Qty CIS-DATABRIDGE-M DSS, Inc Clinical Information Systems (CIS) DataBridge Suite Hospital Perpetual license software subscription maintenance and support with 24 x 7 coverage. Includes bug fixes, minor release upgrades, telephone support 8 Background. The Intensive Care Unit/Anesthesia Record Keeper (ICU/ARK) is a medical information system that supports and records care delivery in critical care and surgical settings. The system receives and generates its own data - for example, input from physiologic monitors, anesthesia machines, and other devices; and also input by clinicians regarding assessments and procedures. An ICU/ARK system operates in a total patient care environment that also includes patient demographics, allergies, problem lists, lab results, medication orders, and other clinical information. Within the Veterans Health Administration (VHA), this information is created and managed within the Veterans Health Information Systems and Technology Architecture (VistA), which is a separate system from an ICU or ARK CIS. Yet, information from both ICU and ARK CISs and from VistA is required for a complete representation of the patient and his/her delivered care. The purpose of the Interface is to provide a data bridge between VistA and the other components of an ICU/ARK system. This enables clinicians to create, capture, and access critical care data in a single representation, and specifically enables clinicians to document procedures and assessments in the same system in which automated data is collected and displayed. General. The Contractor shall provide all labor, materials, project management, and software to provide perpetual license software subscription maintenance and support with 24 x 7 coverage for the DSS Databridge software installed on Government provided hardware. The Contractor shall support and maintain all the Interface capabilities currently found in DSS Databridge Version 2.0 or higher to include bug fixes, minor release upgrades, and telephones support for one year. Contractor shall provide all technical support and any on-site and/or remote service required. The Interface shall not interfere with the existing computer programs currently in use at each of these locations, including but not limited to VISTA/CPRS, Windows 7, Windows 10, or Windows LTSC, Internet Explorer, Microsoft Office, Windows-based programs, Barcode Medication Administration (BCMA) system, and VA antivirus software. The Contractor must be able to provide maintenance and support services during normal working hours of the sites indicated in paragraph 3.1.6 or within a specified time agreed upon by the Contractor and the VISN 16 COR. The Contractor shall notify the VISN 16 COR of any changes to function and operation of the Interface. Notification should be in advance of user potential discovery if possible and must be within the same business day as user potential discovery if advanced notification is not possible. The Contractor shall provide support for the Interface at the eight VA Medical Centers listed in Table 1 below. Contractor shall provide pricing for Base Year and four Option Years for all sites listed in Table 1. Contractor will provide pricing for each facility on a separate CLIN. Table 1- Base Year Name Location Period Covered Alexandria VA Medical Center Pineville, LA 1/1/23 thru 12-31-23 VA Gulf Coast Veterans Healthcare System (VHCS) Biloxi, MS 1/1/23 thru 12-31-23 Veterans Healthcare System of the Ozarks Fayetteville, AR 1/1/23 thru 12-31-23 Michael E. DeBakey VAMC Houston, TX 1/1/23 thru 12-31-23 G.V. Sonny Montgomery VAMC Jackson, MS 1/1/23 thru 12-31-23 Central Arkansas Veterans Healthcare System Little Rock, AR 1/1/23 thru 12-31-23 Southeast Louisiana Veterans Healthcare System New Orleans, LA 1/1/23 thru 12-31-23 Overton Brooks VA Medical Center Shreveport, LA 1/1/23 thru 12-31-23 Performance Requirements. The Interface shall successfully integrate VistA/CPRS with the other components of the ICU/ARK, namely the ICU and ARK CIS components and the component. VISN 16 currently has Picis Critical Care Manager for the ICU CIS, Draeger Innovian for the ARK, and RGI Informatics Solution. The Interface shall make VistA/CPRS data available in the ICU CIS and ARK CIS and the System and shall make ICU CIS and ARK CIS data available in VistA/CPRS. The Interface shall be configurable to utilize either HL7 messaging or XML technology as a communication means. The Interface shall facilitate storage of the ICU/ARK CIS output and the image of the recorded anesthesia/ICU case in a PDF file in the VistA modules or VistA Imaging systems. The Interface shall maintain strict backwards compatibility while introducing new ICU/ARK vendor specifications. The Interface shall provide data extraction from VistA for receipt/loading by the component. The Interface shall provide the capability to interchange data with any combination of single CIS for ICU, single CIS for ARK, single CIS for both ICU and for ARK, or separate CISs for ICU and for ARK. The Interface shall provide the capability for synchronization of the CIS clock to the clock of a VistA system. The Interface shall provide the capability to manage a session as a VistA user, using VistA access/verify codes, for a CIS. The Interface shall provide the capability to manage a session for a named user. The Interface shall provide capability to manage a session under a pre-defined user key. The Interface shall provide the capability to manage a session for an anonymous user. The Interface shall provide the capability to manage a perpetual session for a critical care setting. The Interface shall provide the capability for CIS to establish (log on) a session for access to VistA. The Interface shall provide capability to terminate a session for CIS to log off a session. The Interface shall provide the capability to terminate a session from CIS fault. The Interface shall provide the capability for VistA to terminate (time out) a session. The Interface shall provide the capability to resume a session terminated by CIS fault. The Interface shall provide the capability to resume a session terminated by VistA. The Interface shall provide the capability to transfer location information. The Interface shall provide the capability to transfer clinical provider group information. The Interface shall provide the capability to perform selection and identification of a patient and must ensure the successful matching of appropriate ICU/ARK records with patient records in VistA/CPRS. The Interface shall provide capability to read patient data in VistA and transfer to CIS. The Interface shall provide capability to read and transfer patient data of specific types. The Interface shall provide capability to read and transfer patient demographic data. The Interface shall provide the capability to read and transfer Admission, Discharge, Transfer (ADT) data for a patient. The Interface shall provide capability to read and transfer Allergy list data for a patient. The Interface shall provide capability to read and transfer Pharmacy Order data for a patient. The Interface shall provide the capability to read and transfer Clinical Warnings and Advanced Directive data for a patient. The Interface shall provide the capability to read and transfer Dietary and Nursing Order data for a patient. The Interface shall provide capability to read and transfer Vital Sign data for a patient. The Interface shall provide capability to read and transfer Laboratory Result data for a patient. The Interface shall provide the capability to read and transfer Surgery data for a patient. The Interface shall provide the capability to set patient object properties. The Interface shall provide the capability to query VistA for change to patient data. The Interface shall provide the capability to query Surgical data for a patient. The Interface shall provide the capability to receive patient data change events. The Interface shall provide the capability to receive event changes from ADT. The Interface shall provide capability to receive event changes from Pharmacy Order. The Interface shall provide the capability to receive event changes for Patient Registration. The Interface shall provide the capability to receive Vital Signs data change events. The Interface shall provide the capability to receive Laboratory result messages. The Interface shall provide the capability to transfer update data from VistA to CIS. The Interface shall provide the capability to perform confirmed transfer of update data from VistA to CIS. The Interface shall provide the capability to detect unsuccessful transfer of updated data from VistA to CIS and shall provide users with real-time notification of failed data transfers. The Interface shall provide the capability to write Text Integration Utility (TIU)/progress notes to VistA. The Interface shall provide the capability to write contents of a TIU to VistA. The Interface shall provide the capability to write a TIU note signature to VistA. The Interface shall provide the capability to write the file address of a PDF to VistA. The Interface shall provide the capability to write Surgical data for a patient to VistA. The Interface shall provide the capability to extract VistA data and export as a file. The anticipated Small Business Administration (SBA) size standard for the North American Industry Classification System (NAICS) code 541519 is 150 employees. 3. Responses Requested: The following questions must be answered in response to this RFI. Answers that are not provided shall be considered non-responsive to the RFI: a. Where are the requested items/equipment manufactured? Vendor must attach documentation of this information to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice b. Are the requested items/equipment manufactured by a Small or Large business? Is the potential vendor in compliance with the Non-Manufacturer Rule (NMR)? Vendor must attach documentation of this to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice c. Is the Vendor an authorized distributor with access to Original Equipment Manufacturer (OEM) parts which may be required in performance of this requirement? The VA does not accept grey market items and therefore the Vendor must attach evidence of this access (Authorized Distributor letter) to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice. d. Name of potential Contractor that possess the capability to fulfill this requirement. Contractors shall also provide the following: Point(s) of contact name: _______________________________________________ Address: ___________________________________________________ Telephone number: ___________________________________________ Email address: _______________________________________________ Company's business size: ________________________________________________ Unique Entity Identifier (SAM) #: _______________________________ e. Is your company considered a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern, with the requisite __________________ NAICS code? Please provide proof of qualifications. f. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration (GSA) Schedule, Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please identify the contract number for the Government to review as part of this Market Research. 4. Opportunity/Market Pricing: VISN 16 is seeking information from potential vendors on their ability to provide the required items/equipment. THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the Veterans Health Care System of the Ozarks in determining potential levels of competition and general market pricing available in the industry. Therefore, vendors are requested to submit estimated market research pricing along with their responses to the above. The estimated pricing will be considered when determining the procurement strategy for the forthcoming solicitation. 5. Instructions and Response Guidelines: RFI responses are due by 10:00am (CST), Tuesday, November 1, 2022, via email to tammie.chaney@va.gov. The subject line shall read: 36C25623Q0091. NO SOLICITATION EXISTS AT THIS TIME. Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by NCO 16 as Market Research and will not be released outside of the NCO 16 Purchasing and Contract Team.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b07f41d068694a5e974eb201e0acaf04/view)
- Place of Performance
- Address: Department of Veterans Affairs VISN 16 2200 Fort Roots Drive, North Little Rock 72114, USA
- Zip Code: 72114
- Country: USA
- Zip Code: 72114
- Record
- SN06502546-F 20221027/221025230102 (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 |