Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2009 FBO #2734
MODIFICATION

D -- Electronic Patient Care Reporting System

Notice Date
5/20/2009
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-09-R-00079
 
Archive Date
6/5/2009
 
Point of Contact
John HL Nash, Jr., Phone: (202) 447-5582, Christopher Wallis, Phone: 202.447.5712
 
E-Mail Address
john.nash@dhs.gov, christopher.wallis@dhs.gov
(john.nash@dhs.gov, christopher.wallis@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: THIS IS ONLY A SURVEY OF THE MARKET TO DETERMINE IF THERE ARE POTENTIAL CONTRACTORS THAT CAN SATISFY THE FOLLOWING REQUIREMENT: The Department of Homeland Security is considering whether or not to set aside an acquisition for HUBZone, 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB) or Small Business concerns. The applicable North American Industry Class System (NAICS) codes are 511210 and 518210. The performance period will be a twelve (12) month base period plus four (4) twelve (12) month option periods. This acquisition is to provide all products, labor, materials, tools, equipment and supervision necessary to provide a commercial off the shelf (COTS) electronic patient care reporting system (ePCR) and support services for patient care reporting across DHS and its components. The system will also provide Component Services with web-based access to determine training shortfalls, track the quality of care provided while ensuring that the standard of care is continually met. NOTE: Requirement is for commercial off the shelf (COTS) products and services that MUST be currently available in the commercial marketplace. The requirement DOES NOT INCLUDE the development of a new product or system capabilities which are not already available in the commercial market place. The product/services must provide: -compliance with National EMS Information System (NEMSIS) Gold standards, Health Insurance Portability and Accountability Act (HIPAA), federal and state confidentiality, security and transaction code requirements -interface with different types (brands) of medical equipment, such as cardiac monitoring devices -ease of use in documenting a thorough patient assessment, intervention, treatment modalities and disposition of patient -ease of use in generating quality reports; ability to read and write reports based on key data element sets, gather aggregate data, ad hoc query and analyze data in a user friendly intuitive format -validation and verification tools to capture the required reporting and documentation requirements -capability to customize required fields for documentation as it applies to component agencies and end-users -capability of recording the date/time of any medical data entered into the application -installation, implementation, operation, and maintenance support for an ePCR system that provides a full web-based and a mobile off-line application that runs on any computer with internet connectivity *Please also note the associated database requirements described below: - System must be able to have event/threat monitoring functionality; when pre-specified elements within the ePCR meet a given frequency threshold, an automatic real time alert is sent to designated individuals. Criteria will include but not be limited to complaints, treatments, cause (mechanism of injury), clinical impressions or dispositions. System will allow for configuration as to number of events in a given time period and notification by email, text messaging, or paging. - Establish data to integrate with NEMSIS data site (format and field variable) - System must work in a Microsoft Structured Query Language (MS SQL) environment. - Fully exportable data (export reports to Microsoft Word, Excel, and PDF formats) These products/services are required upon contract award. If your firm intends to submit a response to this Notice, please respond by e-mail to John.Nash@dhs.gov with "Sources Sought for Solicitation Number HSHQDC-09-R-00079" in the subject line or by fax (202) 447-5725. Please reference the above solicitation number in all correspondence pertaining to this acquisition. Your response should include the following: (a) a statement of your intent to submit a proposal for this solicitation as a prime contractor; (b) a statement identifying your small business designation; and (c) evidence of experience in work similar in type and scope of this requirement. All of the above must be submitted in sufficient detail for a decision to be made on the set aside program. If adequate interest is not received from HUBZone, 8(a), SDVOSB or Small Business concerns by 12:00 pm May 21, 2009, this solicitation will be issued as a Full and Open Competition without further notice. A decision on whether this will be pursued as a HUBZone, 8(a), SDVOSB, or Small Business set aside will be posted on the FedBizOpps website at http://www.fbo.gov. To receive immediate notification of all changes posted electronically for this project; vendors should click on “Add to Watch List”. *****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-09-R-00079/listing.html)
 
Place of Performance
Address: 245 Murray Lane, SW Bldg 410, Washington, District of Columbia, 20528, United States
Zip Code: 20528
 
Record
SN01823170-W 20090522/090521001455-47a2a8c678ec26a63cc2e28c43b5db04 (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.