Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2010 FBO #3203
SOLICITATION NOTICE

Q -- VISN 10 ICU Patient Monitoring Station

Notice Date
8/30/2010
 
Notice Type
Presolicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Veterans Affairs;VA/VHA SAO Central Region Contracting -;VISN 10;11500 Northlake Drive - Suite 200;Cincinnati OH 45249
 
ZIP Code
45249
 
Solicitation Number
VA25010RP0180
 
Archive Date
10/29/2010
 
Point of Contact
Bob Ivey
 
E-Mail Address
(513)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: The Veterans Integrated Service Network 10 (VISN 10) intends to solicit Federal Supply Schedule (FSS) sources to provide an ICU Remote Patient Monitoring System located at the Cincinnati Veterans Administration Medical Center (VAMC), Chillicothe VAMC, Dayton VAMC, and Louis Stokes Cleveland VAMC. This acquisition shall be conducted through full and open competition and shall result in a single award of a firm-fixed price contract to the offeror whose proposal is most advantageous to the Government, technical, price and other factors considered. This North American Industry Classification (NAICS) code 541511, Custom Computer Programming Services. The solicitation will be issued via the FedBizOpps at http://www.fedbizopps.gov/. Telephone requests will not be accepted. All interested parties must register on the FedBizOpps site in order to receive notification or changes and/or new postings to the solicitation. There will be no further pre-announcement of when the solicitation will be posted, however, the issuance date is anticipated on or about August 28, 2010. All potential offerors are reminded that in accordance with FAR 52.212-4(t) all contractors are required to be registered with the Central Contractor Registration (CCR) database in order to conduct business with the Federal government. Lack of registration in the CCR database may make an offeror ineligible for award. The website is located at http://www.ccr.gov/. Each Offeror must have an established firm in the business called for, be financially sound, able to show evidence of reliability, ability, experience, facilities, and personnel directly employed by them to render prompt and satisfactory service. Contractors are requested to take into consideration the complexity and extent of the services to be performed for this VISN 10 wide procurement. Contractor shall be responsible to provide all services associated with the furnishing and installation of this system. Background: The VA Healthcare System of Ohio, VISN 10, is currently in the process of installing the Picis Clinical Information System (CIS) and the Picis Anesthesia Record Keeper (ARK) in its Intensive Care Units and Operating Rooms. The installation of both applications is taking place at the Cleveland, Cincinnati and Dayton VA Medical Centers (VAMC). The CIS is being installed at the Chillicothe Medical Center and the ARK is being installed at the Columbus Ambulatory Care Center. The centralized database server for both programs is located at the Dayton VAMC. In addition, an analytics product provided by Solutions Analytics, has been procured which will extract data from the VA electronic medical record and the Picis database to provide the capability to analyze trends in patient care. A third component of the current program is the Document Storage Systems Data Bridge. This software provides an interface between the other products and the VA electronic medical record, VISTA. Using this interface, demographic, lab and pharmacy data is extracted from VISTA and made available to the Picis applications. VISN 10 is planning to establish a remote monitoring location at the Cincinnati VAMC. At this location, computer workstations with multiple monitors will be used to monitor ICU patients at the Cincinnati, Cleveland, Dayton, and Chillicothe VAMC's. Bi-directional video cameras with audio capabilities shall be installed in each ICU room so that should it be necessary for a patient to be viewed, the provider in the remote monitoring location will have that capability. Requirements: The selected vendor must give evidence of providing remote clinical support of multiple ICU locations including multiple facilities from a single remote monitoring location. An example would be Medical Center X acting as the remote monitoring center. Facilities B, C, D and E each have ICU's whose patients are being monitored by Medical Center X. Contact information must be provided for each reference to this requirement. The selected vendor will be required to provide specifically how they meet each element following and to provide a complete turnkey solution for their product. Vendor proposals will be judged on the quality of answers provided to each element below. By definition, turnkey means the vendor will provide: 1.All servers, workstations, video cameras, monitoring equipment interface devices, and cabling required at each Medical Center to support its ICU's. 2.All servers, workstations, video cameras, cabling, furniture or other equipment necessary to provide connectivity to the vendors database and Medical Center ICU's from the Cincinnati VAMC remote monitoring location. 3.Backup solutions, restore capabilities, redundancy to full 100% uptime including hardware and instruction associated with these capabilities. 4.Interfaces developed by the vendor to patient information including demographics and clinical information. 5.Connectivity over the VISN 10 Wide Area Network. 6.All installation, programming, training and support to provide a fully functional system capable of providing alarms and alerts, access to x-rays, the VA patient record in CPRS, video viewing of patients and patient lists by unit to the remote monitoring center in the Cincinnati VAMC. Additional requirements include: "Reporting from the system should include the capability to print standardized reports out of the box with the system. In addition, adhoc reporting capabilities must exist by which data can be extracted, printed and evaluated at both a facility and system level. Vendor should specifically list standard reports that are part of the system. "The vendor must identify specifically which alarms and alerts are provided as ready to go as part of their basic package, what alarms and alerts require local creation or value settings, and what alarms and alerts require procurement from another source. "The vendor should provide a detailed process explanation of how their system and software work, including when alarms or alerts are activated, who takes actions and what actions are taken. "What clinical guidelines are parts of the program? How are these guidelines presented to clinical staff? Are statistics kept on guideline usage? "Explain in detail the training process used with staff at the ICU and at the remote monitoring location. "Explain technical support services available to VA staff including days and hours of operation. Are there periods or days when support is not available? "Explain the process to bring additional facilities (not included in this proposal) into remote monitoring from the Cincinnati facility. "Will your system accommodate a redundant remote location in Cleveland that would be able to monitor all of the same facilities as Cincinnati with the same functionality at the same time? If so explain how you would accomplish this task and what problems would you forsee in this type of architecture. ICU's in this project include: Cincinnati VAMC Medical/Coronary Care ICU 13 beds Surgical ICU12 beds Chillicothe VAMC (medical staff only) Medical/Surgical ICU 10 Beds Dayton VAMC (medical and surgical residents; critical care staff) Medical/Surgical ICU 10 Beds Cleveland VAMC Medical/Coronary Care ICU 16 beds Surgical ICU10 beds
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CiVAMC/VAMCCO80220/VA25010RP0180/listing.html)
 
Record
SN02260724-W 20100901/100830235543-f393c08a91475f4409f548ce43f9ad72 (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.