Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
MODIFICATION

70 -- Clinical Information and Anesthesia RecordKeeping Systems

Notice Date
6/27/2007
 
Notice Type
Modification
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of Veterans Affairs;VISN 3 Network Acquisition & Logistics;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA-243-07-RI-0067
 
Response Due
7/16/2007
 
Archive Date
8/15/2007
 
Small Business Set-Aside
N/A
 
Description
Department of Veterans Affairs VISN 3 Network Acquisitions & Logistics Program Clinical Information and Anesthesia Record Keeping Systems This announcement is a Request for Information (RFI). This is not a request for proposal and no award will be made as a result of this announcement. The information received as a result of this announcement will be used for market research purposes. The Department of Veterans Affairs (VA) VISN 3 is seeking preliminary marketing information from prospective contractors to provide, install, and implement an ICU clinical information system (CIS) and an anesthesia record keeping system (ARK). This would include software application, relevant hardware, interfaces to medical devices, interfaces to VA's VistA CPRS, and interfaces to other systems. The NAICS is 518210. The scope of this initiative includes seven Medical Centers within VISN 3: James J. Peters VA Medical Center, Bronx, NY; Manhattan VAMC; Brooklyn VAMC; Northport VAMC; East Orange VAMC; Montrose VAMC; Castle Point VAMC. Each Medical Center with the exception of Montrose VAMC, has an ICU of between 4 and 40 beds. The James J. Peters and East Orange Medical Centers have two ICUs. All together, the VISN has (5) ICUs totaling approximately 80 beds. Six of these medical centers have surgical programs with approximately 40 operating rooms total VISN-Wide. Additionally, the VISN has approximately 40 PACU beds. We intend to implement CIS and ARK across all of these care areas. The CIS and ARK will integrate information acquired at the point of care from a variety of medical devices. These include, but are not limited to: physiologic monitors (GE, Philips), ventilators (Maquet, Respironics, Puritan Bennett), anesthesia machines (Drager, Datex Ohmeda), gas analyzers, infusion pumps (B.Braun, Alaris, Hospira), intra aortic balloon pumps, and SVO2/CCO monitors. The CIS and ARK will need to integrate with other information systems including, but not limited to: VA's VistA/CPRS hospital information system (Lab results, user passwords, ADT, VistA Imaging, etc.), data analytic system, and each other (CIS & ARK). Respondents are asked to respond to each of the following points: We are seeking information on the capability to provide CIS and ARK as a single product or as separate products. State whether you offer a CIS solution, ARK solution, or both. If you offer both, please describe the degree of integration between the two applications and associated benefits with having a common provider. If you do not offer both CIS and ARK, please describe how you integrate with systems in the other care environment. Describe system architecture, including: server(s), client workstations, LAN, operating system(s), database(s), software licensing. Describe architecture of medical device integration. Describe your experience and capabilities to leverage application integration via CCOW. If you have the capability to electronically capture and manage waveforms, please describe. Describe any industry innovative practices concerning the overall CIS and ARK products. Describe extent of physical installation services you typically provide. Describe site prep and physical infrastructure responsibilities of the VA. Please provide information about turn-key and other installation procedures. Describe your typical implementation process and services, including overall project management, flow sheet configuration design, education & training, and go-live support. What is typical implementation time duration from receipt-of-order to go-live? Describe how you would leverage existing flow sheet design and expertise to expedite implementation. Describe your service and support model: on-site & remote maintenance, hardware & software maintenance, application updates & upgrades, design for failure resiliency, uptimes measures, strategies for partnering with VA in-house resources (Biomed, IT, Clinical Informatics), and any other innovative support elements. Provide examples of similarly scoped projects in size and complexity within the VA, Department of Defense, and/or private sector facilities. Describe the extent and breadth of your experience interfacing with the VA's VistA hospital information system suite of applications. Provide a cost estimate major components of the CIS and ARK to fit this need. The requested information is for planning purposes, and does not constitute a commitment, implied or otherwise, that a procurement action may be issued. However, the VA will utilize the information for technical and acquisition planning. It is recognized that any cost information provided by the contractor is a preliminary estimate for planning purposes and may be marked as proprietary; the contractor will not be bound to these estimates. The VA invites comments related to possible purchase or acquisition strategies. If there is a FSS, GSA or other contract vehicle already available for the products being proposed, please include this information in the response. All data received in response to this RFI marked or designated as corporate or proprietary will be fully protected from release outside the government. It is not the intent of VA to reimburse contractors for the cost of submitting information in response to this RFI. The VA will not return pictures, documents, graphs or interrelated requested information. Please direct any questions to Anthony M. Goldstone, CFCM Contracting Officer, at e-mail: anthony.goldstone@va.gov. Interested parties are encouraged to submit their information as soon as possible. The deadline is July 16, 2007. However, information received beyond this date may still be considered. Interested parties can submit information via the following sources; mail, email or fax. All requests for clarification or information must be submitted via emails or fax to Anthony M. Goldstone, CFCM Contracting Officer Department of Veterans Affairs VISN 3 Network Acquisition & Logistics Program 130 W. Kingsbridge Road, Bronx, New York 10468 Phone: 718-741-4335 Fax:718-741-4722 e-Mail: anthony.goldstone@va.gov
 
Place of Performance
Address: Department of Veterans Affairs;VISN 3 Network Acqusitions & Logistics Program;James J. Peters VA Medical Center;130 W. Kingsbridge Road;Bronx, New York
Zip Code: 10468
Country: United States (CONUS)
 
Record
SN01328978-W 20070629/070627220633 (fbodaily.com)
 
Source
FedBizOpps 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.