Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2008 FBO #2579
SOLICITATION NOTICE

R -- HL7 Intergration Engine

Notice Date
12/16/2008
 
Notice Type
Combined Synopsis/Solicitation
 
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
RFQ153390
 
Response Due
12/29/2008
 
Point of Contact
Andrea C McGee, Phone: 301-402-0735
 
E-Mail Address
andrea_mcgee@nih.gov
 
Small Business Set-Aside
N/A
 
Description
THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. This is 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 153390 and is being issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-29. This acquisition will be processed under Simplified Acquisition Procedures. The associated North American Industry Classification System (NAICS) Code is 541511. I. BTRIS Project General Information The Biomedical Translational Research Information System (BTRIS) is developed to support all phases of translational research process at the NIH in order to facilitate the transformation of discoveries in basic, clinical, and population sciences into clinical applications. BTRIS will be organized as a clinical research warehouse at the NIH Clinical Center (NIH CC) and is envisioned to function as the preferred information system to analyze the NIH clinical and preclinical data related to the development of new biomedical products and methods of diseases diagnosis, treatment, and control. BTRIS will integrate and standardize data from multiple and disparate NIH sources and data sets to provide NIH researchers with a powerful tool for: Aggregation data within a particular source and across data sources; protocol- and scientific subject-centric, as well as patient-centric data modeling and analysis; cross-protocol data integration and analysis; data reuse and sharing. BTRIS will accumulate and operate with current and historical data pertaining to a wide range of biomedical domains including but not limited to patient demographic data, vital sighs, laboratory test results, treatment and diagnostic procedures, pharmacy information and data on administered medications; patient medical history and visits, radiology services data with links to patient images in the radiology imaging system; pathology records; and multidisciplinary documentation in text format, as well as clinical study administrative and scientific protocol parameters. All data accumulated in BTRIS information system will be maintained in coded form. In order to provide flexible class-based query, data mining, and analytical capabilities BTRIS will use for coding a common controlled terminology – called the Research Entities Dictionary (RED). II. Minimum Requirements for HL7 Integration Engine One of the requirements for the BTRIS solution is to capture and process data into the BTRIS Data Repository from the NIH Clinical Center (CC) and from other select Institute Centers (ICs). BTRIS will receive some of this data in the form of HL7 messages; which are machine-process able, delimited ASCII text messages that describe individual clinical and administrative events. Some examples of this are: the admission of a patient to the CC, the ordering of laboratory test, or the administration of medication. The HL 7 Messaging Standards present a framework for structuring HL7 messages prior to sending them and for interpreting them upon receipt. While people are able to read and interpret HL 7 messages, the expected volume of HL7 messages that BTIRS will receive (tens of thousands a day) necessitates an automated approach to HL7 message capture and processing. Its primary role is to coordinate and monitor messaging between the various data sources and stores associated with an organization's healthcare applications. For BTRIS, we need an HL7 Integration Engine that will: •Listening to the NIH network for incoming HL 7 message streams, more specifically for the “envelopes” that distinguish one message from another •Acknowledging receipt of each message by generating and returning to the sender a new message that contains information from the received message’s envelope. •Removing the envelope from each received message, validating the message against the HL7 Messaging Standards, and either accept or reject the message, as appropriate. •Parsing accepted messages to extract from them their data “payloads”, and transforming (if needed) and loading those data into the BTRIS data repository. •Feed data directly to and from a database without the need for low-level programming •Take one system’s HL7 output and transform it so that it will work as input to any other HL7 enabled system •Ability to forward messages from a single source to multiple outbound targets selectively and intelligently •Message routing to allow a user to specify a set criteria to govern message delivery •Configuration work carried out with a graphical mapping tool to allow drag and drop message transformation and bi-directional HL7 database communication. •Deployable across a wide range of technical environments with native cross-platform and multi-database support with ability to embed program extensions. III. Term; Termination The license granted shall commence on installation and registration of software. This license shall be the most current version of the software. In addition, one soft copy of all software documentation shall be provided as part of the license. A maintenance contract will also be purchased with the software license for one year duration. This maintenance contract shall automatically renew for additional one year terms unless either party shall have notified the other in writing of its desire to terminate this Agreement at least ninety (90) days before the start of any renewal term. The Government shall receive a copy of the source code, without any charge, in the event that the Contractor ceases to do business without transfer of its obligations to a corporation which expressly assumes the obligations set forth in this contract or ceases to maintain the Licensed Software. At any time, at the written request of the Government, the Contractor shall place the source code with a third party escrow agent to be determined when necessary and shall be responsible for the cost associated with this service IV. Utilization BTRIS Release 1.0 will consist of separate Development/Test and Production environments, each on a mixed physical and virtual platform based on commodity WINTEL hardware and VMware ESX. Each environment will include several application and system software packages, including a Database Management System (DBMS) and an HL7 Interface/Integration Engine (HIE). The DBMS will be Microsoft SQL Server 2003, which will run on dedicated physical machines in both the Development/Test and Production environments. The HIE will run on dedicated virtual machines (VMs) in both the Development/Test and Production environments. Three to five inbound HL7 message streams will feed both the Development/Test and Production HIE instances. The HIE instances will listen for, receive, acknowledge the sender for, and parse the inbound HL7 messages, and will write the message content to databases running on the SQL Server instances (i.e., the Production HIE instance will write data to the Production SQL Server instance, etc.) For HIEs licensed by server, the Government will require two single-server licenses (i.e., one for the Development/Test VM and the other for the Production VM). For HIEs licensed by communications channel, the Government will require two five-channel licenses (i.e., one for the Development/Test VM and the other for the Production VM). The Government expects that Development/Test licenses carry lower purchase and maintenance prices than do Production licenses. The HIE software may be used by any subdivision of the licensing agency (i.e., service, bureau, division, command, etc.) that has access to the site at which the software is placed, even if the subdivision did not participate in the acquisition of the software, so long as the Government complies with the provisions of the licenses. The Government shall have the right to use the computer software and documentation with the computer for which it is acquired at any facility to which that computer may be transferred, and to transfer the software and documentation to a different computer if the computer for which it is acquired is removed or destroyed. The Government shall also have the right to use the computer software and documentation with a back-up computer when the primary computer is inoperative, and to copy computer programs for safekeeping (archives) or back-up purposes. V. Support/Maintenance Software Documentation/Releases The Offeror shall provide one full set of documentation electronically at purchase time that addresses all aspects of system implementation, ongoing system operation, and end user instructions for use. The Offeror shall provide revised documentation for all major releases or product upgrades. This documentation will clearly describe the changes and their impact on system functionality. The software provider, without additional charge to the government, shall respond to and correct problems in the software which result in the software substantially failing to operate in a manner consistent with its user/technical documentation and/or its specifications. The software provider will provide patches, software enhancements, or software defect corrections as needed along with one (1) copy of all published revisions to the electronic (if/when available) documentation and one (1) copy per license of, or authorization to copy, new releases of the software. Technical Support The Offeror shall provide a technical support number and technical support email address for the purpose of providing user assistance and guidance in the use of the software. The technical support number should be available Monday through Friday, excluding national holidays, from 8:00 AM to 6:00 PM EST. Support term to start upon installation and registration of software for a period of one year. Licensee may purchase additional 1 year Technical Support Service packages. VII. Acceptance The Government reserves the right to inspect or test any software that has been tendered for acceptance. The Government may require replacement of nonconforming software at no increase in contract price. The Government must exercise its post acceptance rights (1) within a reasonable time after the defect was discovered or should have been discovered; and (2) before any substantial change occurs in the condition of the software unless the change is due to the defect in the software. VIII. Guarantee/Warranty Disclaimer of Warranty – The software provider warrants that the product will perform in accordance with the operating instructions and specifications that accompany it. 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. 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. Interested offerors may submit proposals electronically only within 10 days from the posting of this notice no later than _12/29/2008 Eastern Standard Time 5:00 p.m. Companies that sent in proposal may do so again. 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 best value to the Government, technical and price factors considered. The anticipated award date for this requirement shall be on or before 1/12/2009. Requests for information concerning this requirement are to be addressed to Ms. Andrea McGee via email only to amcgee@cc.nih.gov. Collect calls will not be accepted. No Phone Calls Please.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5659121c7299f56c4795b7522de08a3c&tab=core&_cview=1)
 
Place of Performance
Address: 10 Center Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01719766-W 20081218/081216215426-5659121c7299f56c4795b7522de08a3c (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.