Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2007 FBO #2196
SOURCES SOUGHT

D -- JOINT DOD-VA INPATIENT EHR REQUEST FOR INFORMATION **The results of this RFI are NOT intended to result in the issuance of an RFP or RFQ. **

Notice Date
11/29/2007
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-08-RFI-EHR
 
Response Due
12/13/2007
 
Archive Date
2/11/2008
 
Point of Contact
Barry Sayer, 301-619-1163
 
E-Mail Address
Email your questions to US Army Medical Research Acquisition Activity
(barry.sayer@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
**The results of this RFI are NOT intended to result in the issuance of an RFP or RFQ. ** Introduction: USAMRAA on behalf of the Department of Defense and the Department of Veterans Affairs has developed this Request for Information (RFI) to support their efforts to jointly acquire and implement an inpatient Electronic Health Record (EHR). This RFI is inten ded to solicit information from industry to support the analysis for this project. The desired outcome of this RFI is strategic thought leadership on potential solutions that may enable the DOD and VA to realize the goal of a Joint Inpatient EHR. The Government does not desire to receive individual corporate marketing materials or slick sheets. The Government will not review marketing materials and slick sheets. Please see submission procedures listed at the end of this notice. Contractors suppo rting the DOD/VA team will review materials submitted in response to this RFI. Booz Allen Hamilton and Gartner Inc. are currently supporting the Government with this project. Additionally, the respondents agree that any material submitted in response to this RFI maybe used in part or in whole by the Government as required to support the joint DOD/VA Inpatient EHR project. Background: Independently both the VA and the DOD operate two of the largest healthcare systems in the world. When considering an inpatient EHR solution for both the DOD and the VA the magnitude and complexity of the system is magnified. In developing a response to this RFI, each respondent must consider the volume and complexity of these organizations. Failure to adequately address the volume and complexity may render a proposed solution to be considered not viable by the Government. For more information on each o rganization, please reference their organization websites, http://www1.va.gov/opa/fact/vafacts.asp and http://www.tricare.mil/pressroom/press_facts.aspx. The DOD and VA have made significant progress over the last decade in the implementation of robust, comprehensive EHR Systems. In contrast to most private sector provider organizations, DOD and VA were early adopters of the EHR System (EHR-S) and are argua bly among the most advanced users of EHR Systems in the nation. Both DOD and VA have large beneficiary populations which, taken together, span the continuum from young, healthy active duty service members and their families, to elderly veterans receiving d omiciliary care. As such, the focus of each organizations EHR-S has been different. These systems, which serve active duty service members and veterans, are currently exchanging electronic health care information through applications such as the Federal H ealth Information Exchange (FHIE), the Bi-directional Health Information Exchange (BHIE), and Clinical Data Repository/Health Data Repository (CHDR). However, even though the DOD and VA currently operate the largest health information exchange in the natio n, both agencies realize that the overarching challenge, as yet unmet, is to provide seamless, comprehensive information interoperability during this time of war to further support the Wounded Warrior. The overall goal of the Joint DOD/VA Inpatient EHR project is to determine the feasibility of conducting a joint systems acquisition strategy for a new common inpatient EHR system as agreed to by the Secretary of Veterans Affairs and the Secretary of Defen se. The Government is assessing the current and projected inpatient EHR clinical and business applications as well as the functional and technical requirements that may be relevant to a potential joint application. Specifically, the study will assess VAs and DODs business and clinical processes, design features and system constraints relevant to the inpatient component of an electronic health record. In addition to determining the feasibility of conducting a joint systems acquisition strategy for a commo n inpatient EHR, other principle initiatives include an assessment of potential costs, schedule, and risks to implement Department-unique and joint requirements, as well as recommended follow-on activities and proposed next steps for the Government to take in pursuit of a common inpatient EHR. Recently a working group of DOD and VA subject matter experts, in conjunction with notable industry experts developed the following set of joint Inpatient EHR Capabilities (See attachments listed below for more details): Core Capabilities: Manage Orders, Provide Automated Clinical Decision Support, Manage Clinical Tasks and Processes, Provide Knowledge Resources, Manage Patient Reported Data, Manage Results, Manage Documentation Subscribing Capabilities: Manage Coding and Billing, Support Performance Management, Support Continuous Quality Improvement, Support Risk Management, Support Clinical Research, Support Population Reporting, Support Case Management, Support Case Management, Support Disease Management Cooperating Capabilities: Manage Ancillary Services, Support Utilization Management, Manage Scheduling and Resource Allocation, Manage Admission, Discharge and Transfer Additional background information can be obtained by contacting the Government POC listed at the end of this notice. If requested the following additional information will be provided: " EHR Capability Reference Model " List of Definitions " Definition of Core, Cooperating, and Subscribing Capabilities Strategic Questions: The Governments desires that respondents offer their experience and recommendations on the following strategic questions: 1. TECHNICAL SOLUTION: a. What type(s) of solutions should the DOD and VA consider (new custom designed system, new COTS implementation, mixed solution, expansion of VISTA or AHLTA, etc&)? b. Which type of solution is most likely to result in a successful joint inpatient EHR and why? (Specifically describe how this solution will support each of the capabilities.) How is this a best of breed solution? c. Provide a high-level overview of the proposed solution from a functional, technical, and clinical perspective. Be sure to consider the entire system lifecycle. d. How will the proposed solution leverage, integrate with or replace the current systems? What are some of the key issues to consider when integrating of replacing current systems? e. How would the proposed solution interoperate with providers outside of the DoD and VA? 2. BENEFITS: What are the functional, clinical and technical benefits (both qualitative and quantitative) of the recommended solution relative to the other solutions? 3. TIMELINE: What is a feasible and realistic implementation timeline for the recommended solution? Specifically, outline the initial deployment timelines and when would it be fully deployed? 4. COST DRIVERS: To the degree practicable, please discuss the costs drivers and components associated with the proposed solution? How do these costs compare to other potential solutions? Be sure to consider costs across the entire system lifecycle. 5. RISKS: What are the most significant risks involved with the recommended solution? How do these risks compare to other alternatives? How will the risks for the proposed solution be mitigated? 6. GOVERNANCE STRUCTURE AND MANAGEMENT APPROACH: What type of governance model and organizational structure would you recommend for this effort? Consider technical and non-technical aspects and provide examples of comparable joint management efforts. 7. ACQUISITION STRATEGY: What type of acquisition strategy would you recommend for this type of solution? Include pricing strategies in your response. Please consider the pros and cons of alternative deployment approaches. What is the best of breed appro ach? 8. LESSONS LEARNED: What lessons learned would you offer to the DOD and VA as they consider planning and implementation of an inpatient EHR solution? Please note how workflow and integration issues were addressed in projects of similar com plexity. Please identify areas where quick wins can be achieved and areas that will be most difficult. 9. INDUSTRY STANDARDS AND COMPLIANCE: Describe how the proposed solution will comply and remain compliant with current federal policies and industry standards. If the solution will not be based on industry standards, please explain. Submission Procedures: Please follow the following steps when submitting a response to this RFI: 1) Contact Ms. Stacy Lear at Stacy.Lear@tma.osd.mil to receive the Executive Summary submission template and the additional background information. 2) Develop RFI response that does not exceed 30 single sided pages. It is requested that the response focus on the identified strategic questions and that corporate information be limited to not more than 3 pages. 3) Complete the RFI Executive Summary submission template. Once complete this template should not exceed 2 pages. 4) Submit all response to the Government POC listed in #1, by 12 noon on December 13, 2007. Please direct any questions or comments to Ms. Lear at the e-mail address above. All questions must be in writing via e-mail. You must provide the name, address, and telephone number of your company and the individual requestor's name in the e-mail. No telephonic questions will be accepted. This is a new initiative, there is no incumbent contractor or existing contract. The above named POC must be contacted and additional information requested to submit a response to this RFI. Failure to make contact will result in your submission being disc arded. All information submitted in response to this RFI is subject to public release, proprietary or trade secret information should not be submitted. The Contracting Officer does not have any additional information for this RFI.
 
Place of Performance
Address: TRICARE Management Activity Skyline 5, Suite 550, 5111 Leesburg Pike Falls Church VA
Zip Code: 22041
Country: US
 
Record
SN01460236-W 20071201/071129224018 (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.