Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2017 FBO #5866
SOURCES SOUGHT

65 -- PowerScribe 360

Notice Date
12/13/2017
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Medical, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
AF23sitesPowerscribe
 
Archive Date
12/27/2018
 
Point of Contact
Timothy B. Joyce, Phone: 2157372858, Sean M. McColgan, Phone: 2157372107
 
E-Mail Address
timothy.joyce@dla.mil, sean.mccolgan@dla.mil
(timothy.joyce@dla.mil, sean.mccolgan@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
The proposed North American Industry Classification Systems (NAICS) codes are: 334614 Software and other Prerecorded Compact Disc, Tape, and Recording Reproducing 541519 Other Computer Related Services 561410 Document Preparation Services 811219 Other Electronic and Precision Equipment Repair and Maintenance DISCLAIMER: This Potential Sources Sought (PSS) notice is issued as market research and is intended for information and planning purposes only and does not constitute an RFP or commitment by the Government. It does not constitute a solicitation (Request for Proposal or Request for Quotation) nor a promise to issue a solicitation in the future. The information provided in response to this PSS is for discussion purposes only and any potential strategy that may be developed from these discussions would be subject of a separate, future announcement. The information received in response to this PSS may be utilized by the Defense Logistics Agency (DLA) in developing an acquisition strategy, and requirements documents (i.e. Statement of Objectives, Performance Work Statement, or Purchase Description). DLA requires that only non-proprietary information be submitted in response to this PSS. DLA shall not be liable for or suffer any consequential damages for the use of any proprietary information submitted. DESCRIPTION: DLA Troop Support - Medical in Philadelphia anticipates possible award(s) to upgrade software and hardware for the Air Force's current Radiology Voice Dictation System for 23 sites consisting of Continental United States (CONUS) locations and Outside Continental United States (OCONUS) locations. The award(s) will procure software and hardware to integrate with radiation dose monitoring software. In addition to software and hardware upgrades, the award(s) will procure training for end user radiologists. With this upgrade, the Air Force is also seeking to purchase associated hardware to include microphones that will maximize the use of the software upgrade. The Government plans to procure these items as commercial items through fixed priced award(s). There is currently one known source (brand): Two companies can provide PowerScribe 360. Nuance Communications, Inc., Burlington, MA 01803 - the manufacturer; and, Carahsoft Technology Corporation, Reston, VA 20190 - an authorized distributor of PowerScribe 360. Essential Characteristics: -The vendor is approved to access CHCS' bi-directional HL7 feed and establish connections to its servers. -Application utilizes an industry standard HL7 feed; vendor has bi-directional HL7 feed that will improve the communications between Composite Health Care System (CHCS) and its servers. -The integration needs to support push web services for plain text in Radimetrics. Push web services allows for radiation dosage information to be pushed from PowerScribe 360 directly into Radimetrics, which is what the Air Force needs to support Radimetrics workflow across Air Force Medicine. -Vendor provided volume based licensing structure that can accommodate changes in provider numbers without having to purchase additional licenses -Vendor provided hardware configurations that function on approved operating systems (Windows Server 2008 R2, or 2012) -Software application is installed through web based client and does not use a specific version of Java Script -Software functions on diagnostic radiology workstations without any substantial system modification or configuration changes (can be easily installed by radiology personnel) -Voice dictation speech engine can handle medical terminology -Software platform can be integrated into multiple Picture Archiving and Communication System (PACS) platforms (i.e. Agfa, Fuji, Carestream, McKesson) -Software can ingest data from radiation dose monitoring applications and transmit information into a standard report -System must make use of speech engine with similar functional characteristics as Dragon Medical Speech engine v. 12.0 or higher -Hardware configurations can be performed by the vendor prior to shipment/installation -Software application features an integrated assisted diagnostic function that enables providers to search for specific medical information from within the application to improve disease diagnostics -Software integrates critical test results management directly into the reporting process to ensure MTFs meet mandatory regulatory notification guidelines -The vendor must be willing to work at gaining an approved connection to MHS Genesis Note: Future procurements may be reliant on a connection with MHS Genesis in which the vendor's solution is certified to have a bi-directional API interface with Cerner RadNet. This is not true for this procurement but will be a requirement when the services switch over from using CHCS to MHS Genesis. Potential sources in the future should work toward to gaining the certification to support the bi-directional API interface with Cerner RadNet. This process involves the vendor having its software installed in the Government Approved Lab (GAL) being tested with MHS Genesis (Cerner). Based on responses to this PSS, it is anticipated that, at some future date, solicitation(s) may be issued to pursue opportunities for award(s). A pre-solicitation notice may be published in FedBizOpps prior to the release of any solicitation generated from the information gathered in response to this PSS. Not responding to this PSS will not preclude participation in any future solicitation. SMALL BUSINESS PARTICIPATION: The Government is interested in all businesses, to include Small Businesses, Small Disadvantage Businesses, 8(a)s, Service-Disabled Veteran-Owned Small Businesses, Hubzone Businesses, and Women-Owned Small Businesses. The Government requests that interested parties respond to this notice as a manufacturer or as a distributor. RESPONSES: Please Provide the following information for your company: •· Company Name/Address •· Cage Code •· DUNS Number •· Point of Contact •· Phone/Fax Number •· Email Address •· Web Page URL •· Size of Business relative to NAICS Code (Small Business Size Standard Employees or less) •· Whether a U.S. or Foreign Owned Entity •· Indicate whether your interest is as a manufacturer or as a distributor SUBMISSION OF INFORMATION: Responses to this PSS must be readable by Microsoft Office or Adobe software. Responses to this PSS shall be unclassified and should not exceed 20 pages in length (counting title pages, Table of Contents and Acronym lists). Prior to the response date, if necessary, potential respondents may request clarifications by email. Significant ETCC responses to a potential respondent's request for clarification will be posted to FedBizOpps under this Sources Sought. ETCC may provide feedback to respondents regarding their response to this PSS. All interested parties are invited to submit a response to this PSS on or before January 12, 2018, 4:00 PM, Eastern Daylight Time (EDT). Please note: emails containing file types such as:.zip,.xlsx, docx, or other macro-enabled extensions, may not be delivered to the intended recipient. All responses and questions under this PSS must be transmitted electronically via email to Mr. Timothy Joyce at timothy.joyce@dla.mil and Mr. Sean McColgan at sean.mccolgan@dla.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-M/AF23sitesPowerscribe/listing.html)
 
Place of Performance
Address: Various, Philadelphia, Pennsylvania, 19111, United States
Zip Code: 19111
 
Record
SN04765852-W 20171215/171213231312-c5c174b30311aec6bbae63a08b7eb666 (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.