Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2008 FBO #2379
SOLICITATION NOTICE

R -- Objects Plus Configuration Consultant

Notice Date
5/30/2008
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
RFQ103532-1
 
Response Due
6/2/2008
 
Archive Date
9/30/2008
 
Point of Contact
Andrea C McGee,, Phone: 301-402-0735, Ann G Argaman,, Phone: (301) 594-5919
 
E-Mail Address
andrea_mcgee@nih.gov, ann.argaman@nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THIS SOLICITAION HAS BEEN CANCELLED IN ITS ENTIRETY. This a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 under Simplified Acquisition procedures in Subpart 13.5 as supplemental with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is RFQ 103532-1 and is being issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-24. This acquisition will be processed under Simplified Acquisition Procedures. The associated North American Industry Classification System (NAICS) Code is 541511. Background and Purpose The CRIS Program (Clinical Research Information System) is an effort of the National Institutes of Health (NIH) to modernize the information systems that support clinical care at the NIH and the collection of data for the intramural clinical research programs. The objective of this Statement of Work (SOW) is to obtain a Contractor to assist the Department of Clinical Research Informatics (DCRI) in gathering functional requirements, developing and implementing customized Intensive Care Unit (ICU) views in Sunrise Clinical Manager (SCM) using Objects Plus functionality. This work requires the development of two tabs within the SCM 4.5 application to display both Vital Signs/Intake & Output and the identified components of an ICU flowsheet to meet the needs of the Critical Care Medicine Department (CCMD) Staff at the NIH Clinical Center. These services include, but are not limited to, requirements documentation through to implementation. In order to successfully implement the requested views in SCM, a significant evaluation of functional requirements is needed to ensure that we are meeting the needs of the ICU customer and utilizing the Objects Plus software tool to its fullest and safest functional capability. In support of this Statement of Work, the Contractor shall perform specific requests within the following areas as directed by the DCRI Project Officer. Services Required - Scope of Work Duties 1. Utilize Objects Plus functionality to build one, possibly two separate tabs that display views in SCM that will work in both SCM 4.5 and SCM 5.0. (Views = Vitals/IO and ICU flowsheet components) 2. Create the new view(s) so that they reflect a format similar to the current paper ICU flowsheet in terms of data elements and sequencing. 3. Pull all data needed from other areas in SCM. No ability to enter data into these views is required. 4. Allow the DCRI to modify the Objects Plus component to add parameters from other flow sheets, documentation observations, order types and results. 5. Configure views so that the user can select the various data elements to display or hide via columns (i.e. blood pressure, heart rate, temperature, input, urine output, potassium level, etc) that are to be displayed. 6. Provide the ability to identify a date range. 7. Present the views in landscape format on one page (will need to scroll) 8. Pull vital signs and intake/output data from a list of parameters and display hourly, by shift and day and 24 hour period. 9. Configure security so that the tab can be displayed to groups of users but not all users. Technical Responsibilities 1. Evaluate and refine clinical informatics system requirements, focused on use of Objects Plus 2. Assure clinical system software quality, integrity and functionality when configuring using Objects Plus 3. Develop and execute internal and external test plans, as needed 4. Evaluate system testing and validation procedures, as needed 5. Provide Objects Plus configuration/coding documentation of the new views to the DCRI Functional Responsibilities 1. Analyze current ICU data review processes and develop views/tabs based on identified needs 2. Define improved solutions for data review based on the available functionality provided by Objects Plus 3. Ensure the rigorous application of clinical information security, privacy and confidentiality policies, principles, and practices in the system analysis and implementation processes 4. Ensure compliance with Privacy Act and HIPAA regulations Configuration Management The project will be managed using the DCRI Project Management Methodology (Appendix A), which is defined in the attached document. The application will follow the DCRI Configuration Management Process, which is defined in (Appendix B), once development is complete. Please email amcgee@cc.nih.gov for a copy of Appendix attachments. Documentation The Contractor will provide all relevant clinical requirements and documentation of the Objects Plus code as well as all documentation required by the DCRI Project Management Methodology and DCRI Configuration Management Process. The documentation of status reports to the Project Officer on a weekly basis should include work accomplished and be transmitted via email. Potential problems should be provided immediately through status meetings or via email Key Personnel An Objects Plus Configuration Expert and a Clinical Informatics Specialist are considered to be key personnel for the purposes of this work. The following are required competencies for each of these positions: Objects Plus Configuration Expert 1. Past experience with configuration using Objects Plus in the SCM environment, specifically with building tabs on the Patient List screen that pull data in from other areas of the SCM application 2. Working knowledge of Eclipsys Sunrise Clinical Manager 4.5 (SCM), with strong emphasis on database configuration and data manipulation 3. Experience at 2 to 3 other SCM sites preferred Clinical Informatics Specialist 1. Possesses clinical background, preferably a physician with informatics training 2. Understanding of clinical processes as they relate to data retrieval Level of Effort The estimated level of effort for this order is 720 hours. The Estimated Labor Hour Totals and its content should be used to generate the Offeror’s cost estimates and does not reflect the actual hours or labor categories required to accommodate this order. Personnel skills required to provide these Support Services to the DCRI’s anticipated work shall include, but are not limited to, the Labor Category Descriptions presented. The Labor Category Descriptions, general experience and functional responsibilities required to provide these services are described and should be reviewed carefully to ensure that the bidding Contractor has the appropriate staff members onboard before bidding this order. During the execution of this order, the Contractor may be required to supply other personnel with different Labor Categories than those originally required. All personnel provided by the Contractor will have to meet the Labor Category Description minimum general experience requirements. Vendors may identify in writing their interest and capability in response to this requirement or submit a proposal. This notice of intent is not a request for competitive proposals. However all responses received no later than the closing date of this announcement will be considered by the government. A determination by the government not to compete this proposed acquisition based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government will award a fixed price purchase order for a 12 months plus one option year to the responsible contractor. The following factors shall be used to evaluate offers: Basis of Award Award will be based on best value to the Government, technical and price factors considered. Price will be evaluated on the level of resources (i.e., labor and material) delineated in the Offeror’s business proposal. Scoring Guidelines – See below for further explanation of each evaluation criteria: Professional Qualifications – 40 Points Task Management and Technical Approach – 25 Points Past Performance – 25 Points Cost – 10 Points Grand Total: 100 points Professional Qualifications - 40 Points The staff proposed has demonstrated knowledge and substantial experience in developing views in SCM using Objects Plus functionality The staff proposed has demonstrated knowledge and substantial experience in understanding clinical processes especially as they relate to clinical data retrieval and review for the purposes of patient care. The staff proposed has demonstrated and extensive knowledge in providing IT development/support services in a healthcare clinical environment. A clinical research environment is preferred. The staff proposed has extensive experience in leading software development teams in a clinical environment. A clinical research environment is preferred. Qualifications indicate that staff has considerable experience in successfully overseeing and conducting request and activities throughout the life-cycle of the project The methods proposed for testing are adequate for a project of this scope as proposed. Task Management and Technical Approach – 25 Points The proposed technical approach will ensure the highest quality of operations and fully support the goals and objectives of the project as described in the statement of work The approach allows for adequate flexibility as will likely be necessary given the complexity of the work required. The proposed methods represent state-of-the-art approaches that will maximize the potential for success. The proposal demonstrates methodologically sound approaches for conducting all necessary activities under the tight time frame and for accomplishing the goals of the NIH Clinical Center. Utilization of the Project Management Institute (PMI) project management methodology is preferred. Past performance - 25 Points This item refers to the contractor’s performance of similar request in previous contracts or employment efforts. These contracts must be completed within the past three (3) years or currently in progress for services similar to the requirements of this statement of work. Cost 10 Points This item refers to the cost of the services. Cost will be evaluated on the level of resources. The following provisions and clauses apply: Provision 52.52.213-4 Terms and Conditions – Simplified Acquisitions (Other Than Commercial Items); Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provisions52.212-1-Instructions to Offerors/Commercial; 52.212-2-Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and conditions; 52.222-26 (EO 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.223-6 Drug Free Workplace, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.222-41. 52-217-9 Option to Extend the Term of the Contract; This purchase order shall be for a basic contract period of 12 months with option to renew one additional one-year periods. The Full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www..arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc) but must include the following information: 1) company’s complete mailing and remittance addresses 2) discounts for prompt payment if applicable; 3) Dun & Bradstreet number; 4) Taxpayer ID number; 5) Catalog or Published Price Listing applicable to the service; 6) Offerors must meet specifications as noted in the synopsis. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The Government intends to make a single award based on the lowest price technical accepted offeror to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government. The Government reserves the right to make an award to that offeror whose quotation provides the best overall value to the Government. Section 508 Compliance Section 508 requires that Federal Agencies’ electronic and information technology is accessible to people with disabilities. The Federal Acquisition Regulations (FAR) Final Rule for Section 508 (Accessibility) can be found at: http://www.section508.gov Unless it is an “undue burden” or compliant products or services do not exist, the proposal must comply with Section 508. The contractor should state that they would comply with the requirements of Section 508 or cite a justifiable reason for an exception. If any additional costs for compliance are anticipated, these costs should be identified. For existing systems, the contractor may not be able to identify all costs for compliance if the contractor did not develop that system, but should state that any development performed during the course of this task order will be compliant. Within 30 days of this task award, the contractor should provide a plan for compliance for the system as a whole, including any costs associated with compliance Security Any personal data collected and/or used under this contract is subject to the Privacy Act Clause (FAR 52.224-2). The Contractor will use any Privacy Act information provided by the Government or other Government contractors for the purposes authorized by this contract only and for no other. The Contractor will not provide the information to any other person or entity, unless explicitly directed. Each person providing service under this proposal will be required to sign a document of understanding stating that he/she understands and will comply with Privacy Act requirements. Offerors must meet specifications as noted in the synopsis. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The Government intends to make a single award based on the best value to the Government technical and price factors considered. Price will be evaluated on the possibility of project success based on the level of resources (i.e. labor and materials) described in the Offeror’s business proposal.. The contractor shall identify key personnel in the technical proposal. The contractor shall provide complete resumes and proof of work experience as required for the key personnel listed. The anticipated award date for this requirement shall be on 05/12/08. Offers must be submitted no later than 04/25/08 Eastern Standard Time 5:00 p.m. Place of Delivery for the required services: National Institutes of Health, 9000 Rockville Pike, 10 Center Drive, Bldg. 10, Room 1C290, Bethesda, MD 20892. Requests for information concerning this requirement are to be addressed to amcgee@cc.nih.gov. Collect calls will not be accepted. All questions should be emailed only to amcgee@cc.nih.gov by 04/17/2008. Quotes should be electronically submitted via email only to amcgee@cc.nih.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=af18613e6fb291650f61cffd339eae59&tab=core&_cview=1)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01584209-W 20080601/080530221230-af18613e6fb291650f61cffd339eae59 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.