Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
SOURCES SOUGHT

65 -- AVS

Notice Date
8/3/2010
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN 5 Contracting;849 International Drive;Suite 275;Linthicum, MD 21090
 
ZIP Code
21090
 
Solicitation Number
VA24510RI0217
 
Response Due
8/10/2010
 
Archive Date
8/25/2010
 
Point of Contact
Doug Reed
 
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 Department of Veteran Affairs (VA) Veterans Integrated Service Network Five (VISN 5), Linthicum, MD, is seeking a vendor to provide an Advanced Visualization System (AVS). Contractor shall provide all materials, equipment, supervision, and supplies necessary to provide the functionality of Advanced Visualization System (AVS) for VISN 5 imaging services. Distribution of AVS service and software functionality will be for the following specified VA Medical Centers (VAMC): "VA Maryland Health Care System (VAMHCS), including service to: Baltimore VA Medical Center Perry Point VA Medical Center "Washington VAMC "Perry Point VAMC "Martinsburg VAMC Service and sharing of images will be routine throughout VISN 5 Medical Centers, Community Based Outpatient Clinics (CBOC)'s, and specified VA facilities. a.VISN5 requires the functionality and service provided by an AVS vendor. This vendor will provide a comprehensive solution to image storage, image sharing, all hardware support for the operation of AVS, all software support, applications training and support, and all required service and necessary upgrades to maintain the system and provide current software and hardware functionality. b.The AVS solution must meet the following criteria to be considered for VISN 5 distribution: "Scalable, thin-client architecture for easy access and integration "Simple deployment, as there should be no requirement to upgrade review stations "Unlimited number of access points and no concurrent user limits "Can be launched from Speech Recognition application for immediate review and integration "Scaled in a distributed or centralized fashion "The AVS must be interfaced with VA's Veterans Health Information System and Technology Architecture (VISTA) system so that the viewer can be launched by a clinician within Computerized Patient Record System (CPRS) when reviewing an imaging report "All Health Insurance Portability & Accountability Act (HIPAA) rules and regulations must be met or exceeded by the AVS vendor. "The AVS must interface with the chosen VISN 5 voice recognition (Speech Recognition) system "The AVS vendor will supply all hardware and software needs for VISN 5 "This includes redundant back-ups at sites to be determined "This include software upgrades for the term of the service agreement "The AVS vendor shall provide training for both clinical and technical personnel "Training will be provided for any software upgrade if applicable "The AVS must be able to interface with any commercial Picture Archiving and Communications (PACS) system that is to be installed in the VISN 5 Network "The AVS vendor must follow federal regulations concerning SENSITIVE patient medical records "The AVS will be deployable at all VISN 5 sites DEFINITIONS: a.AVS: Advanced Visualization System used for the manipulation, viewing and storage of multi-slice images from diagnostic medical imaging devices. b.Thin Client Architecture: image manipulation and visualization provided from a server application and supporting thin client PC's c.Speech Recognition: A digital dictation system using software to translate speech into a text report d.Teleradiology: The use of software and hardware to allow off-site interpretation of images. Usually from a PC used to connect with a server to review and dictate images quickly and securely from a remote location. Thin Client Architecture (Clinical Functionality): 1.General Functionality: "Multi-Planar Reconstruction (MPR) "3D Volume Rendering "Maximum Intensity Projection (MIP) "2D Formatting and Viewing "Vessel Analysis Tools "AAA Stent Planning "Cardiac Coronary Analysis Tools "Coronary Artery Plaque Characterization "Cardiac Functional Analysis "Electro Physiology (EP) Planning "Virtual Colonography "Lung Nodule Analysis "Brain Perfusion "Image Fusion Capabilities "Magnetic Resonance (MR) multi-phase review with image mask subtraction PICTURE ARCHIVING AND COMMUNICATIONS SYSTEM (PACS) AND MEDICAL RECORD (EMR) INTEGRATION: "Integrate with current and future VISN PACS system "Integrate with VISTA Computerized Patient Record System (CPRS) "Application Provider Integration (API) and custom integration "Unique identifiers are Patient ID, Study Instance UID and/or Accession Number TECHNICAL FUNCTIONALITY: "Facility/Regional based image archive cache: The image cache will be configurable to optimize performance and minimize managing duplicate image archives "Each facility must operate independently of the Wide Area Network (WAN) "Ability to operate with antivirus software "VPN/Remote Access - The vendor shall provide, any and all equipment service programs, such as remote diagnostics for a period of five years. Vendor shall utilize the VA National Site-to-Site Virtual Private Network (VPN), or the vendor shall work with the Office of Cyber and Information Security and VISN 23 Information Security Officers to establish a Client-Based VPN "Remote Access for Troubleshooting may be provided only through a VPN interface. "Modems are not considered acceptable by the VA Information Security Officer (ISO). CUSTOMER SUPPORT AND EDUCATION: "24/7 Customer Support shall be included for first year with one year options for maintenance for the next four (4) years "Provide implementation management "Provide service account manager "Provide a training plan including the following components: oClinical-User Training - The vendor shall provide clinical training on the applications and its use. On-Site or "Go-Live" clinical training shall be a minimum of 24 hours at each facility. Ongoing training shall continue for at least 1 visit per quarter for 5 consecutive years at each facility. A clinical education professional shall administer the clinical training. oPACS Administrator Training - The vendor shall provide power-user and system administrator training for operational support of the proposed solution. oBiomedical Administrator Training - Vendor shall provide biomedical staff training for technical support for the proposed solution. oWeb based training/Off site training CONTRACTOR PROVIDED BACK UP SYSTEM/DELAYS: The contractor shall have necessary redundancy in the AVS system to ensure daily transmittal and receipt of electronic images and data and delivery service in the event of mechanical/electrical failure of the direct transmittal system. EQUIPMENT DOWNTIME: AVS vendor shall provide a plan to minimize equipment downtime and ensure up-time of system components and services to exceed 99.5%. WORKLOAD: The following is the estimated annual Image Set Volume per Facility: VAMHCS: 12,000 typical CAT SCAN (CT) image studies Washington VAMC: 12,000 typical CT image studies Martinsburg VAMC: 3,000 typical CT image studies ADDITIONAL INFORMATION: The proposed North American Industry Classification System (NAICS) is 334111, Electronic Computer Manufacturing, and size standard is 1,000 employees. Responders should identify if they are a Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB) or small disadvantaged business concern (i.e., 8a or HUBZone), based on this NAICS code. Responders should also indicate if they are a Federal Supply Schedule/General Services Administration (GSA) or NASA SEWP contract holder, and reference that number in their response. SUBMITTAL OF RESPONSE: Please submit expressions of interest electronically in your own format to include documentation of capabilities in sufficient detail, including relevant product literature that addresses the technical specifications listed, for the Government to determine that your company and its product possesses the necessary expertise and experience to compete for this acquisition. Please ensure responses do not exceed ten (10) pages. Since this is a Request for Information (Sources Sought Announcement), no evaluation letters will be issued to the participants. This synopsis is not to be construed as a commitment by the Government and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. The due date for submission of this information is 12:00 PM Eastern Standard Time (EST) on Tuesday August 10, 2010. All submissions and/or technical questions must be submitted electronically to Doug Reed, Contract Specialist, at douglas.reed3@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA24510RI0217/listing.html)
 
Record
SN02227783-W 20100805/100804000211-3dab5a6476d38dfb1a7319295251cb1c (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.