Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
MODIFICATION

D -- Integrated Electronic Health Record (iEHR) Presentation Layer (GUI)

Notice Date
5/4/2012
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;260 Industrial Way West;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
VA11812I0322
 
Response Due
5/14/2012
 
Archive Date
5/21/2012
 
Point of Contact
Robert Kately
 
E-Mail Address
8-5522<br
 
Small Business Set-Aside
N/A
 
Description
* Amendment corrected Response Date to May 14, 2012. Department of Veterans Affairs (VA), Interagency Program Office (IPO), Integrated Electronic Health Record (iEHR) Presentation Layer THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THE PURPOSE OF THIS ANNOUNCEMENT IS FOR MARKET RESEARCH PURPOSES ONLY. RESPONSES TO THIS ANNOUNCEMENT WILL BE USED BY THE GOVERNMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS. A SUBSEQUENT SOLICITATION ANNOUNCEMENT MAY FOLLOW. RESPONSES TO THIS ANNOUNCEMENT WILL NOT BE CONSIDERED AS AN ADEQUATE RESPONSE TO ANY FUTURE ANNOUNCEMENT. VA, on behalf of the iEHR, is seeking qualified service-disabled veteran-owned small businesses (SDVOSBs) and veteran-owned small businesses (VOSBs) in anticipation of a future requirement. VA is requesting all interested SDVOSBs and VOSBs to submit a written response to this Sources Sought notice. This Sources Sought notice is issued for the sole purpose of conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10. 1. OVERVIEW Currently, when VA or Department of Defense (DoD) health care providers need to view patient information from the other Departments' beneficiary population, they must log into their agency specific system while referring to local remote data views that pull in data from the opposing system. For example, when a Service Member (SM) is treated at a DoD Military Treatment Center, his/her information is entered into the Composite Health Care System (CHCS) via the Armed Forces Health Longitudinal Technology Application (AHLTA) and the data remains within AHLTA. Similarly, if the same SM is later treated at a VA Medical Center, his/her information is entered into Veterans Health Information Systems and Technology Architecture (VistA) through the Computerized Patient Record System (CPRS) and the data from the encounter remains within the patients' EHR in CPRS. In order to view the complete set of both records, a provider would be required to have access to both VistA/CPRS and CHCS/AHLTA to gain a perspective of the SM/Veteran's entire medical history. In Spring 2011, the DoD and VA Health Executive Council signed an agreement to utilize the JANUS-based Graphical User Interface (GUI) prototype at Tripler Army Medical Center (TAMC). JANUS 4.0 is a copy written (attached) combined web-services engine and GUI developed jointly by VA and DoD Subject Matter Experts through various face-to-face requirements gathering and design sessions held in early 2011. JANUS was first deployed and tested by both VA and DoD clinical staff at the TAMC. Today, JANUS delivers CHCS and VistA data in a single user-customizable screen. JANUS's web-based architecture is scalable, which allows it to grow with new data types or software packages and accommodate new features. It is requested that any interested and qualified SDVOSB or VOSB submit the information required below via email to the point of contact listed at this bottom of this announcement. 2. ANTICIPATED SCOPE OF WORK The Contractor shall provide the necessary information technology services to complete modifications, enhancements, and change management support as contracted for the Presentation Layer. The joint GUI and web-services engine implemented to the Presentation Layer will include: (a) INTERFACE iEHR PRESENTATION LAYER TO A CONTEXT MANAGEMENT (CM) SYSTEM: The Contractor will require experience with existing bridges at the James A. Lovell Federal Health Care Center (JALFHCC) as well as Single Sign-On (SSO) and CM capabilities in JANUS 4.0. The bridge modifications shall include enhanced logoff logic, customization, and modification of the access code field in the credential learning screens, a complete quality assurance cycle and documentation describing the new bridge configuration and operation. The Contractor may need to assist as needed in development of bridge software with Government developers or other Contractor developers. (b) PROOF OF CONCEPT iEHR PRESENTATION LAYER PORTAL PILOT: The Contractor will require experience with the existing iEHR Portal work and JANUS widgets. In conjunction with the iEHR Portal team, the Contractor shall evaluate an open-source portal using an open Service Oriented Architecture framework and leverage the existing iEHR Portal work to break out three (3) widgets from JANUS (e.g. demographics, labs, and prescriptions). The Contractor shall portalize existing widgets as they appear in JANUS. The Contractor shall take another application that is wrapped in the portlet and analyze the interaction with the widgets when placed into the iEHR-identified portal. The objective is to get content in the portal container to get maximum user subscription to that content. (c) CAPABILITY TO PULL SERVICE MEMBER AND VETERAN DATA FROM DoD CLINICAL DATA REPOSITORY: The Contractor shall develop and document requirements and coordinate with DoD personnel to ensure that JANUS 4.0 will pull and display service member and veteran data from the DoD enterprise level rather than a local host for each DoD location. (d) PROVIDE A NEW WRITE-BACK FUNCTIONALITY FOR ALLERGIES FOR CLINICAL USERS: The Contractor shall provide new write-back functionality to: - Provide an assessment of existing legacy write-back interfaces and provide a recommendation to help inform legacy adaptors needed for the iEHR enterprise solution. - Capture authorized DoD user direct entry Create, Read, Update, and Delete (CRUD) to Veteran/SM Allergy data that updates the matched VA Veteran record. - Capture authorized VA user direct entry (CRUD) to Veteran /SM Allergy data that updates the matched DoD SM record. - Capture audit history of all DoD user direct entry (CRUD) to Veteran/SM Allergy data that updates the matched VA Veteran record. - Capture audit history of all VA user direct entry (CRUD) to Veteran/SM Allergy data that updates the matched DoD SM record. (e) IMPLEMENT ENHANCED INTEGRATED GRAPHICAL USER INTERFACE IN USE AT JALFHCC TO TRIPLER ARMY MEDICAL FACILITY/VA HONOLULU: The Contractor will require experience with JANUS 4.0 and the existing iEHR at the Tripler Army Medical Facility/VA in Honolulu to install and implement the enhanced JANUS 4.0 at that location. Tasks will include SSO/CM bridge modifications and the ability to pull SM and veteran data from the DoD Clinical Data Repository. (f) IMPLEMENT THE ABILITY TO VIEW EXISTING PREVENTIVE HEALTH DATA: The Contractor will require capability and experience with developing widgets in JANUS 4.0 to compile and display existing Preventive Health data elements that are available in CPRS and AHLTA. 3. SUBMISSION INSTRUCTIONS Interested parties should submit a tailored capability statement for this requirement not to exceed ten (10) pages (including any attachments) that clearly details the firm's ability to perform the aspects of the requirement described above. Specifically, the Government requests that capability statements demonstrate the ability to perform based on relevant examples of similar performance or involvement with similar contracts or projects. Interested companies shall provide the following information: - Company Name; - CAGE/DUNS Number under which the company is registered in VetBiz.gov - Company Address; - Point of contact name; - Telephone number; - Email address; - Company's business size, including applicable North American Industry Classification System (NAICS) code(s); and - Capability Statement RESPONSES DUE: Please submit the above requested information by 12:00PM EST on May 14, 2012 via email to Robert Kately, Contract Specialist, at Robert.Kately@va.gov. This request for information, or Sources Sought notice, shall not be construed as a Request for Proposal. Information is to be provided on a voluntary basis. No entitlement to payment of direct or indirect costs or charges including postage and shipping will arise as a result of the submission of contractors' information. If you experience any problems or have any questions concerning this announcement, please contact Robert Kately at (732) 578-5503.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b8eea1c813f3326680aec8e480739607)
 
Record
SN02740186-W 20120506/120505000005-b8eea1c813f3326680aec8e480739607 (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.