Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2010 FBO #3115
SOURCES SOUGHT

D -- VHA OIT II: #298 Wireless Communications with Hands Free Options

Notice Date
6/3/2010
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Veterans Affairs;Capitol Health Care Network (VISN 5);849 International Drive, Suite 275;Linthicum MD 21090
 
ZIP Code
21090
 
Solicitation Number
VA24510RI0120
 
Response Due
6/10/2010
 
Archive Date
6/25/2010
 
Point of Contact
Donyale Smith
 
E-Mail Address
donyale.smith@va.gov
(donyale.smith@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Introduction This Request for Information (RFI) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The purpose of this RFI is to identify qualified contractors who are able to meet VA's requirements, determine if commercial items are available or, could be modified to meet VA's requirements, determine the appropriate contract type i.e., firm fixed-price or cost-reimbursement or time and material, understand commercial pricing practices and other market information readily available. The Veterans Health Administration (VHA) is seeking potential sources to enter into a contract for the development of a functional prototype in support of the development of a wireless voice communications with hands free and sterile field options. Background Veterans Health Administration together with VA's Office of Information and Technology is sponsoring an Information Technology Innovation Program. VA intends to retain its "innovative spirit" among those employees involved with medical informational technology support and developed the Health Information Technology Program to strengthen this important aspect. VA selected 26 innovations prototypes for development out of 6500 submissions. These innovation prototypes will undergo an evaluation of the functional prototype which may result in further development for a VA-wide deployment. Current communications within VA medical centers is based on an inefficient hub-and-spoke model relying on multiple communication tools such as pagers, overhead paging, stationary phones, and yelling down the hall way. This process is inefficient, counterproductive and most of all, disruptive to patient care. Requirements 1.VA intends to contract for an Analysis of Alternatives that provides the best solution for a wireless personal communication system for instant communications to individuals, specific roles, or action teams. The communication and workflow of this system shall be decentralized to expedite key information exchange. The communication shall be able to be received and initiated at point of care, as well as, being direct and on demand. 2.The successful vendor for this prototype shall provide a workflow analysis to identify key communications processes, coordination at the point of care, and critical alerts and alarms. Solutions for call flow, grouping, permissions, and data collection shall be configured. Testing and final demonstration of the solution will be required. 3.Communication devices must have ability to be used in a sterile environment. For example, devices shall have the capability for voice recognition or hands free capability to easily respond orally to a call during a surgical procedure and conform to a sterile environment enhancing communications without disruption and, or contamination to a sterile field. 4.Wireless communications system shall able to utilize the VA's IEEE 802.11 wireless infrastructure (WLAN protocols and standards) and devices shall also be NIST FIPS 140-2 compliant. 5.These communication devices shall permit broadcast communications to appropriate action teams (Rapid Response Teams) and notified of the key or critical actions the Team must follow without relying on multiple mediums of other communications, such as, (cell phones/blackberry with the assumption someone will answer), pagers (requiring people to rely on a callback process to disseminate info), electronic mail (not conducive to clinical workflow as people are not in front of computers). 6.The successful system shall provide a mechanism to improve communications between VA medical centers when deployed to multiple VA's; VA medical centers/clinics will be able to leverage services and offer health care and support services to other VA medical centers/clinics that are in need. These instruments shall include the ability to place and receive calls using the VA Medical Center's telephone system (Private Branch Exchange (PBX)). For example, a VA Medical Center or Clinic that does not have a particular specialist on site may send a message to another VA Medical Center or Clinic for medical consultation or simple and instant communication between the healthcare specialist and the VA Medical Center/Clinic that is requesting support. 7.The successful system shall be scalable to install on a per facility basis. The current prototype objective is to install in 3 VA medical centers. The innovation VA medical center locations are: a.Martinsburg, WV, VA Medical Center - 197 beds b.Baltimore, MD, VA Medical Center - 137 beds c.Havre De Grace, MD, VA Medical Center - 264 beds Submittal Information It is requested that interested contractors submit a response (electronic submission) of no more than 10 pages in length, single spaced, 12 point font minimum that addresses the above information. The Government will not review any other data, attachments that are in excess to the 10 pages. In response to the RFI, interested contractors shall submit the following information no later than 12:00 PM EST June 10th, 2010 to VA Contracting Officer: donyale.smith@va.gov. 1. Past Experience - Provide the following information on a maximum of three similar projects completed within the last three years for which the responder was a prime or subcontractor. a)The name, address, and value of each project b)The Prime Contract Type, Firm Fixed-Price, Cost Reimbursement or Time and Material c)The name, telephone and address of the owner of each project d)A description of each project, including difficulties and successes e)Your company's role and services provided for each project. 2. Capabilities/Qualifications - Description of the capabilities/qualifications/skills your company possess to perform the work. 3. Teaming Arrangements - Description of Teaming Partners, Joint Ventures that your company would consider to perform the work. 4. Commercial availability - Description of the length of time your product/solution has been commercially available or, if necessary to modify your commercial product/solution, what is the impact to the commercial price, availability and magnitude of modification. 5. Socio-Economic Status - Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, Woman-Owned Small Business, Disadvantaged Small Business, and Hub Zone. If Service-Disabled or Veteran Owned Small Business, is your company and or partners registered in VA's VetBiz repository? 6. Price information - Provide your commercial price history and rough order of magnitude for the same or similar products/solutions. 7. Other Market Information - Provide any other relative information, however this information must be included within the 10 page limitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/70257389c592f660feb70e9471a107c6)
 
Record
SN02167249-W 20100605/100603234957-70257389c592f660feb70e9471a107c6 (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.