Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2011 FBO #3595
DOCUMENT

D -- Storage Systems (DSS), Inc. Release of Information (ROI) Manager software licenses or equal products, associated maintenance services and support. - Attachment

Notice Date
9/26/2011
 
Notice Type
Attachment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;260 Industrial Way West;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
VA11811RQ0716
 
Response Due
9/28/2011
 
Archive Date
11/27/2011
 
Point of Contact
Iris Farrell
 
E-Mail Address
0-9649<br
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is VA118-11-RQ-0716 and is issued as a request for quote. Quotes are due to be in receipt by this office not later than Wednesday, September 28, 2011 at 12:00 PM EST. Quotes shall be submitted to Iris Farrell at iris.farrell@va.gov and Anne Marie Vasconcelos at anne.vasconcelos@va.gov. This solicitation is issued as a 100% Small Business Set-Aside, utilizing a combined synopsis/solicitation in accordance with Federal Acquisition Regulation (FAR) Part 12. The contractor shall provide the Document Storage Systems (DSS), Inc. Release of Information (ROI) Manager software licenses or equal products, associated maintenance services and support. The DSS ROI Manager provides Veterans Health Administration (VHA) staff the ability to track release of information requests. The DSS ROI Manager interfaces with Veterans Health Information Systems and Technology Architecture (VistA) Computerized Patient Record System (CPRS) providing a single point of data entry for real-time interaction with the DSS ROI Manager and the patient's chart. The DSS ROI Manager must interface with any national system purchased and mandated to track Freedom of Information Act (FOIA) requests for reporting on the Annual FOIA Report. The breakout for the licenses is as follows: Large Hospitals, Part Number (P/N) ROILH or equal, Quantity of 79; Medium Hospitals, P/N ROIMH or equal, Quantity of 81; and Small Hospitals, P/N ROISH or equal, Quantity of 7. A Large Hospital is a Medical Center, Medical Clinic or Long-Term Care Facility with greater than 250 beds or more than 1,000 PC or thin-client workstations. A Medium Hospital is a Medical Center, Medical Clinic or Long-Term Care Facility with 51-250 beds or 301 - 1,000 PC or thin-client workstations. A Small Hospital is a Medical Center, Medical Clinic or Long-Term Care Facility with less than 51 beds or less than 301 PC or thin-client workstations. The proposed action is on a firm fixed price basis for DSS, Inc. ROI Manager software licenses or equal products, associated maintenance services and support. The period of performance will be from date of award (DOA) through 5 months after DOA, with one 12 month option period. Award will be made to lowest price Offeror that meets the requirements of the solicitation. Price Schedule: Base Period Manufacture Part NumberDescriptionQtyUnitUnit PriceTotal Price ROILH or equalLarge Hospitals, Part Number (P/N) ROILH or equal. The period of performance is for a 5 month period after date of award. See below for salient characteristics. 79EA ROIMH or equalMedium Hospitals, P/N ROIMH or equal.. The period of performance is for a 5 month period after date of award. See below for salient characteristics.81EA ROISH or equalSmall Hospitals, P/N ROISH or equal.. The period of performance is for a 5 month period after date of award. See below for salient characteristics.7EA Option Period ROILH or equalLarge Hospitals, Part Number (P/N) ROILH or equal. The period of performance is from 12 months from date of option award. This option may be exercised in accordance with FAR 52.217-9, Option to extend the term of the contract (MAR 2000) and may be exercised at the Government's discretion. See below for salient characteristics.79EA ROIMH or equalMedium Hospitals, P/N ROIMH or equal. The period of performance is from 12 months from date of option award. This option may be exercised in accordance with FAR 52.217-9, Option to extend the term of the contract (MAR 2000) and may be exercised at the Government's discretion. See below for salient characteristics.81EA ROISH or equalSmall Hospitals, P/N ROISH or equal. The period of performance is from 12 months from date of option award. This option may be exercised in accordance with FAR 52.217-9, Option to extend the term of the contract (MAR 2000) and may be exercised at the Government's discretion. See below for salient characteristics.7EA Total The Release of Information electronic solution shall encompass: 1.The ability to create a request within the proposed solution for enrolled Veterans electronically (patient search and selection) and non-enrolled patients (self data entry) using the proposed solution software. 2.An interface with the VistA CPRS system to automatically pull selected electronic patient health information in order to view, select, and print documents (paper or in a pdf file) for disclosure by a specific date range or all electronic health data (progress notes, discharge summaries; consult requests, lab results (cumulative and by selected test); radiology reports; health summaries; medication; problem list; allergies; vital signs; CWAD postings; immunization; patient inquiry (demographics); surgical information; medical package information; and other new VistA packages that may be developed for inclusion into the patient's health record. 3.Ability to remove all or a selected document(s) from the selected list to print. 4.Allow Key word search of all electronic documents. 5.Ability to add or edit requestors with complete address, telephone and numbers whether within an existing request or as a stand-alone. Editing must not affect a prior accounting of disclosure. 6.Ability to alert user if the Veteran VistA demographic data differs from existing Veteran information into the proposed solution. 7.Ability to select requestor category types (Veteran, Attorney, Insurance Co, etc.) provided by VHA Privacy Office. 8.Ability to select reason for the request (benefits, congressional, legal, personal, etc.) provided by the VHA Privacy Office. 9.Ability to select authority for the request (authorization, other legal authority, treatment, payment, etc.) provided by the VHA Privacy Office. 10.Ability to distinguish type of request (first party, third party, state reporting, medical forms, etc.) provided by the VHA Privacy Office. 11.Provide the electronic ability to account for electronic and paper records that are disclosed to the Veteran or third party requestor -- Accounting of Disclosure (HIPAA and Privacy Act). 12.Accounting of disclosure must be electronically maintained for both Veteran and third party requests for health information (Veteran Name/Address, Requestor Name/Address, Information Requested, Date Received, Date Closed, exact document disclosed) for six years or the life of the record (For patient health record this is 75 years from last encounter). 13.Display or print an Accounting of disclosure history by selected date range or individual request. 14.Must have the capability to provide a variety of pre-determined closed statuses, i.e. open, pending, closed-grant, grant-partial, denied, no record, referral, etc. 15.For any closed denied or partial grants, the proposed solution must allow users to select the appropriate Freedom of Information Act (FOIA) exemption(s). 16.Alert users of any deceased Veterans based on VistA information. 17.Ability to assign requests for a specific ROI user. 18.Ability for manager/supervisor to re-assign requests to other ROI users. 19.Ability for manager/supervisor only to re-open a closed request. 20.Require ROI user to enter a comment anytime a closed status is changed and whether the closed date is the original date or a new date. 21.Ability for ROI users to have access to their own work list. 22.Ability for ROI users to search for an existing request by status (all, open, closed, etc). 23.Ability for ROI users to print out their productivity for a specific period. 24.Ability to add comments and track comments to an individual request by the ROI users. Comments must not appear on the Accounting of Disclosure. 25.Ability for management to flag records that are deemed "sensitive" and to provide an alert mechanism to ROI users with information from a free text field. Alerts cannot be deleted. Alerts are specific to the Veteran. 26.Ability for ROI user to flag requests that have been granted a priority/expedited status per the Freedom of Information Act. 27.Expedited status (granting or denial) must be tracked per FOIA. 28.Ability to setup a default printer (network printer only) for preview and printing. 29.Ability to print standard ROI letters established by VHA Privacy Office along with local editing capability (no delete capability). 30.Ability for local health care facilities to establish, edit and delete their own internal letters. 31.Ability to print daily any follow-up letters to requestors whose requests are still open on the 10th work day. 32.Ability to print VA Form 10-5345 and VA Form 10-5354a. 33.Ability to create an SF 544 form 34.Allow for facility custom print orders along with defined print order designated by the VHA Privacy Office. 35.Ability for manager/supervisor to define data elements (Name, DOB, SSN, Address) of the Veteran to be printed in the footer of the documents. 36.Ability to print cover letters, documents, invoice, and accounting of disclosure form for each request and/or creation of a pdf file 37.Ability to execute the following proposed solution to bill requestors based on VHA policy fee regulations (38 CFR 1.577) and to track receipt of payment or any waivers of payment: Privacy Act: for medical records by patient, guardian or personal representative"First copy free then $0.15 per page after the first 100 one-sided pages for subsequent copies of the same records "Free in support of a VBA claim on appeal "No search or review fees Privacy Act: for a PA System of Records other than medical record filed and retrieved under the requester's identity or a third party requester, i.e. attorney, for any PA System of Records, not seeking the records in support of a VBA claim on appeal"First 100 one-sided pages free then $0.15 per page "No search or review fees Non-paper copies (x-rays, video tapes, slides, microfilms, CD-ROM, disk computer files etc.) "Actual direct cost of duplication Attestation (Certification)"$3.00 Abstracts or copies to insurance companies for other than litigation purposes"$10.00 per request 38.Ability for ROI users to display anticipated costs. 39.Ability for ROI users to provide an invoice. 40.Provide management with various standard reports from VHA Privacy Office along with the ability for the healthcare facility to customize their own reports and to print reports directly or send to an Excel spreadsheet. 41.Provide custom VHA manuals for use by the ROI user or administrator. 42.Provide on-line HELP tool. 43.The proposed solution will provide technical assistance. 44.The proposed solution will work with VHA yearly for enhancements to the product. 45.The proposed solution must be 508 compliant Inspection: Destination Acceptance: Destination (FOB): Destination The place of delivery is: Andrea Wilson 810 Vermont Avenue, NW, Washington, DC 20420 andrea.wilson3@va.gov The Contracting Officer (CO) named herein will maintain the contract administration functions for this contract. After award of the contract, all inquires and correspondence relative to the administration of the contract shall be addressed to the attention of the CO as follows: Contracting Officer (CO) Name:Anne Marie Vasconcelos Address:Department of Veterans Affairs Technology Acquisition Center 260 Industrial Way West Eatontown, NJ 07724 Phone:732-440-9658 Email:anne.vasconcelos@va.gov The small size standard is $25 Million for the North American Industry Classification System (NAICS) Code 511210. PROVISIONS AND CLAUSES applicable to this acquisition are as follows: GOVERNING LAW Federal law and regulations, including the Federal Acquisition Regulations ("FAR"), shall govern this contract. Commercial license agreements may be made a part of this Contract but only if both parties expressly make them an addendum. If the commercial license agreement is not made an addendum, it shall not apply, govern, be a part of or have any effect whatsoever on the contract; this includes, but is not limited to, any agreement embedded in the computer software (clickwrap) or any agreement that is otherwise delivered with or provided to the Government with the commercial computer software or documentation (shrinkwrap), or any other license agreement otherwise referred to in any document. If a commercial license agreement is made an addendum, only those provisions addressing data rights regarding the Government's use, duplication and disclosure of data (e.g., restricted computer software) are included and made a part of this contract, and only to the extent that those provisions are not duplicative or inconsistent with Federal law, Federal regulation, the incorporated FAR clauses and the provisions of this contract.; those provisions in the commercial license agreement that do not address data rights regarding the Government's use, duplication and disclosure of data shall not be included or made a part of the contract. Federal law and regulation, including without limitation, the Contract Disputes Act (41 U.S.C. §601-613), the Anti-Deficiency Act (31 U.S.C. §1341 et seq.), the Competition in Contracting Act (41 U.S.C. §2304), the Prompt Payment Act (31 U.S.C. §3901, et seq.) and FAR clauses 52.212-4, 52.227-14, 52.227-19 shall supersede, control and render ineffective any inconsistent, conflicting or duplicative provision in any commercial license agreement. In the event of conflict between this clause and any provision in the contract or the commercial license agreement or elsewhere, the terms of this clause shall prevail. Claims of patent or copyright infringement brought against the Government as a party shall be defended by the U.S. Department of Justice (DOJ). 28 U.S.C. § 516. At the discretion of DOJ, the contractor may be allowed reasonable participation in the defense of the litigation. Any additional changes to the contract must be made by contract modification (Standard Form 30). Nothing in this contract or any commercial license agreement shall be construed as a waiver of sovereign immunity. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (MAR 2009) FAR 52.217-5 EVALUATION OF OPTIONS (JUL 1990) FAR 52.219-14 LIMITATIONS ON SUBCONTRACTING (DEC 1996) FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUNE 2003) FAR 52.227-01 AUTHORIZATION AND CONSENT (DEC 2007) FAR 52.227-02 NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT (DEC 2007) FAR 52.227-19 COMMERICAL COMPUTER SOFTWARE LICENSES (DEC 2007) FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) VAAR 852.211-73 BRAND NAME OR EQUAL (JAN 2008) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) VAAR 852.273-75 SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES (Interim - October 2008) VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (FEB 2010) FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) FAR 52.216-1 TYPE OF CONTRACT (APR 1984) FAR 52.232-18 AVAILABILITY OF FUNDS (APR 1984) FAR 52.233-2 SERVICE OF PROTEST (SEP 2006) VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) FAR 52.211-6 BRAND NAME OR EQUAL (AUG 1999) FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (AUG 2009) FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 10 days prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 17 months. ADDENDUM to FAR 52.212-1 Instructions to Offerors - Commercial Items, Sub-Part 13.5 Test This procurement is being conducted under the Subpart 13.5 test program where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12, 13 or 15 of the FAR or some combination thereof. The Point of Contact for this action is, Iris Farrell, Contract Specialist, iris.farrell@va.gov or Anne Marie Vasconcelos, Contracting Officer, anne.vasconcelos@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/250db41cc7da17b19749a0579b24517a)
 
Document(s)
Attachment
 
File Name: VA118-11-RQ-0716 VA118-11-RQ-0716.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=262614&FileName=VA118-11-RQ-0716-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=262614&FileName=VA118-11-RQ-0716-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02592541-W 20110928/110926235420-250db41cc7da17b19749a0579b24517a (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.