Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2002 FBO #0369
SOLICITATION NOTICE

D -- Clinical Laboratory and Anatomic Pathology Information Technology Support

Notice Date
12/4/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
DASW01-00-0-0000
 
Archive Date
2/15/2003
 
Point of Contact
Joseph Burrus, 703-681-2818
 
E-Mail Address
Email your questions to Defense Contracting Command-Washington(DCC-W)
(Joseph.Burrus@hqda.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA DESCRIPTION: Defense Contracting Command Washington (DCC-W), 5109 Leesburg Pike, Suite 401A, Falls Church, VA 22041, on the behalf of the Tricare Management Activity (TMA) and Military Health Systems (MHS), is conducting Market Research to determine whether commercial items or non-developmental items are available that could meet the Agency?s requirements. The TMA program office has a requirement to evaluate, select, purchase, configure, and integrate a commercial-off-the-shelf (COTS) product to support their clinical laboratory and anatomic pathology needs. The purpose of this Request for Information (RFI) is to determine all interested and available software vendors and services capable of supporting the global needs and demands of deploying a Laboratory and Anatomi c Pathology system to the US Military?s hospitals and clinics. In response to this RFI, clearly describe your company?s software products and support capabilities to include: 1. Technical architecture to include distributed and/or centralized, client server and/or n-tier, and internet/web-based 2. Portability and scalability 3. Protocols used and supported (TCP/IP, SOAP) 4. Conformance to accreditation, consortium, commercial or military standards 5. Minimum system and hardware requirements 6. Detailed functionality provided for each product 7. Methods and types of interfacing to include any handheld or stationary equipment 8. Ability to support and integrate with a clinical data repository (CDR) 9. Database platforms supported 10. Number, size, and complexity of product implementations 11. Three references to include at least one large Integrated Delivery Network (IDN) 12. Three-year plan for technology and functionality refresh 13. Number, level of participation and influence of user groups concerning technical design and functionality 14. If the two requested products are stand-alone or fully integrated 15. If a separate firm is required for configuration and integration, or will your staff be self sufficient to support 16. Availability of training materials and resources 17. Service Level Agreements (SLAs) for standard maintenance and support contracts 18. Ability to provide world-wide system deployment and support 19. Ability to support basic workflow for clinical path to include chemistry, hematology, urinalysis, immunology, microbiology, legal blood testing, HLA testing, flow cytometry and administrative functions 20. Ability to support basic workflow for anatomic path to include surgical path, anatomic path, cytology, autopsy and administrative functions. This market survey in being conducted in accordance with the requirements mandated by FAR Part 12, ?Acquisition of Commercial Items?, specifically under the policy set forth in FAR part 12.101. The procedures for a Market Survey and subsequent review of t he information obtained as a result of the RFI, shall be conducted in accordance with FAR part 10.001, Market Research. The result of this market research will help the Government formulate a solicitation that will be announced in the FedBizOpps as a requ est for proposal or request for quote. Submission packages shall be identified and marked with the RFI number (see above). All submissions shall be received by 4PM EST. December 17, 2002 at the address listed above or electronically to the email address, Marston.Crumpler@tma.osd.mil.
 
Place of Performance
Address: Defense Contracting Command-Washington(DCC-W) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN00216572-W 20021206/021205074137 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.