SOURCES SOUGHT
D -- VISN7 Path & Lab Analytics Software Services - IDIQ
- Notice Date
- 1/29/2024 9:08:51 AM
- Notice Type
- Sources Sought
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24724Q0303
- Response Due
- 2/5/2024 9:00:00 AM
- Archive Date
- 02/20/2024
- Point of Contact
- James E. Boles Jr., Contracting Officer, Phone: 478-272-1210 x2362
- E-Mail Address
-
james.boles2@va.gov
(james.boles2@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Sources Sought Notice Sources Sought Notice Page 5 of 5 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 5 THIS IS A SMALL BUSINESS SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS, PROPOSAL ABSTRACTS, QUOTATIONS OR INVITATION FOR BIDS The Department of Veterans Affairs is conducting a sources sought to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are Service-Disabled Veteran-Owned, Veteran-Owned, Small Business, HUB Zone 8(a), Women-Owned, or small disadvantaged business concerns; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Small businesses concerns shall be capable of providing the necessary equipment and personnel to furnish service in the volume required for all the items under this contract. Contractor shall meet all requirements of Federal, State or City codes regarding operations of this type of service. The NAICS code is 518210 (Size Standard: $40M) The intent of this notice is to determine the availability of qualified commercial sources technically capable of providing the items below: The Contractor shall provide VA Southwest Network (VISN 7) Pathology and Laboratory Medicine Services a laboratory performance analytics software package to provide a means of extracting and analyzing large amounts of data from the VA s laboratory information system (LIS). These requirements for a laboratory data analytics software package shall be required at VISN 7. The VISN 7 facilities (Listed in the location chart above) will be participating in the laboratory data analytics software package. The software package will be used to report, track, visualize, and quantify data from different laboratory sections included in Clinical and Anatomical Pathology. The software will provide Laboratory Managers and Supervisors control of their data and motniro key performance metrics in real-time. The VISN has identified Visiun, Inc s. Performance Insights software package as the sole product to provide the required software modules to meet the following requirement: Providing immediate access to performance data, answering inquires in minutes opposed to days/weeks Improving management s effectiveness Daily reporting that identifies the timing and extent of any performance problem Improving patient safety Identify workload leveling opportunities. Access to extensive peer comparison database Ability to create custom lab specific reports. The software is compatible with the VA s Laboratory Information System (VISTA). This essential function will allow for synchronization across the VISN and provides an innovative way to turn complex data into easy-to-understand reports in a matter of seconds. Proposed modules shall include but are not limited to the following: PROPOSED LICENSED MODULES - (PERFORMANCE INSIGHTS SOFTWARE PKG) Base Module: Includes Turnaround Time Module, Workflow/Productivity Module and Quality Module Outreach Module Peer Comparison Module Test Utilization Module Quality Control Module Financial Module Blood Product Utilization Module Anatomic Pathology Module Antibiogram Reporting Feature PLACE OF PERFORMANCE: Location Facility Name Address Atlanta, GA VA Atlanta HealthCare System 1670 Clairmont Road, Decatur, GA 30033-4004 Augusta, GA VA Augusta Healthcare System-Downtown Division 950 15th Street, Augusta, GA 30904-2608 Augusta, GA VA Augusta Healthcare System-Uptown Division 1 Freedom Way Augusta, GA 30901 Dublin, GA VA Dublin Healthcare System 1826 Veteran Boulevard, Dublin, GA 31021-3620 Charleston, SC VA Charleston Healthcare System 109 Bee Street, Charleston, SC 39401-5799 Columbia, SC VA Columbia South Carolina Healthcare System 6439 Garners Ferry Road, Columbia, SC 29209-1638 Birmingham, AL VA Birmingham Healthcare System 700 South 19th Street, Birmingham, AL 35233-1927 Montgomery, AL VA Central Alabama Healthcare System 215 Perry Hill Road, Montgomery, AL 36109-3725 Tuskegee, AL VA Central Alabama Healthcare System 2400 Hospital Road, Tuskegee, AL 36083-5001 Tuscaloosa, AL VA Tuscaloosa Healthcare System 3701 Loop Road East, Tuscaloosa, AL 35404-5099 As requirements change, facilities and modules within VISN 7 may be added or deleted by supplemental agreement of the Government and the Contractor. Monthly subscription fees shall include the cost of the licensed modules, as well as base modules setup, operator training sessions, customer support and upgrades. The Database Platform will utilize a SQL Server which will be separate. This customer server will store data for the services and be located on the government s premises. Potential offerors having the skills, experience, professional qualifications, and capabilities necessary to perform the described requirement are invited to provide a capabilities statement via e-mail. The Capability statements shall not exceed three (3) pages and must include the following: 1) Company name and Point of Contact information (address, telephone, e-mail, web-site, etc.); 2) DUNS number and CAGE code; 3) Small Business Size/Certification (to include 8(a), HUB Zone, SDVOSB, etc.); and (4) Familiarity and product knowledge. Responses are due no later than 1200 EST, Monday, February 5, 2024, and shall be electronically submitted to: james.boles2@va.gov. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f56ed728ec7547fd8b2aeb78ca1a7172/view)
- Place of Performance
- Address: Atlanta VAMC 2008 Weems Rd, Tucker 30084
- Zip Code: 30084
- Zip Code: 30084
- Record
- SN06948612-F 20240131/240129230050 (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 |