Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
SOURCES SOUGHT

D -- DCRI Soft Computer Corp Lab System Maintenance

Notice Date
12/21/2017
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
NIHCCOPC-18001570
 
Archive Date
1/20/2018
 
Point of Contact
Kathy D Waugh,
 
E-Mail Address
waughk@cc.nih.gov
(waughk@cc.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, Solicitation, Request for Quotes, or an indication the Government will contract for the items contained herein. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this sources sought. Any responses received will not be used as a proposal. The National Institutes of Health (NIH), Clinical Center (CC), Department of Clinical Research Informatics (DCRI) is seeking to identify any sources with capabilities or prior experience that can provide with the following DRAFT statement of objectives or specifications. The government anticipates the award of a one year Firm Fixed Price Contract with four one-year options to extend the maintenance and service Period of Performance. The award shall not exceed 60 months if all options are exercised. OBJECTIVE: NIH/CC/OPC wishes to learn about available vendor capabilities for providing software maintenance, hardware refresh, and new modules. The DCRI needs SoftLab system separations modules that have the following: • General Requirements Independently, and not as an agent of the Government, the Offeror shall furnish all necessary software, labor, materials, supplies, equipment, and services (except as otherwise specified herein) and perform the work set forth below. The Project Officer shall monitor all work performed under this contract. 1. Scope and Objectives The National Institutes of Health Clinical Center's requirement is for an Offeror to provide the following: 2. Ongoing maintenance and support services The vendor shall provide maintenance and support for the following software modules in use or currently under implementation at the Clinical Center as well as any modules purchased and installed through the life of this contract. • SoftPathDX SoftPathDx provides reliable data capture as well as a highly customizable and client configurable reporting and workflow structure for both anatomic pathology and cytology. A diverse imaging and reporting system allows a personalized setup. SoftPathDx also enables users to share specimens between other labs such as biochemistry, flow cytometry, cytogenetics, and molecular. This allows for integrated resulting and the ability to track specimens throughout multiple labs. SoftPathDx also enables users to optimize workflow by focusing on site-specific protocols and rules to assist the technologists and pathologists in decreasing turnaround times and managing patient data. • SoftBank SoftBank is a Blood bank and transfusion service management system combines current high-performance functionality with exciting new features to provide a comprehensive, cost-effective pre-transfusion testing and inventory management solution. • SoftLAB SoftLab computerizes and manages all data processing and laboratory activities, from order entry and result reporting to interfacing with laboratory instruments. The fully integrated SoftLab system provides a seamless interface that links all clinical laboratory departments throughout the enterprise. • SoftMic When managing microbiology specimens requires a high-tech solution, SCC's SoftMic is the answer. If you're seeking a paperless environment, you've got it! SoftMic automates the processing of specimens through all stages, from order entry and workup to final reporting - offering a high-tech paperless solution with on-demand work cards, result entry, and flexible reporting capabilities that can substantially improve testing accuracy and report uniformity. With its seamless operation and automated batch resulting, SoftMic can customize workflow in any environment, increase productivity, improve efficiency, and minimize errors providing real-time patient results and point-of-care quality. When SoftMic is integrated with SoftLab TM and other SCC information systems, common data flows effortlessly throughout the system, increasing productivity and minimizing systems operating costs. • SoftTotalQC SoftTotalQC is a multisite capable product developed to facilitate and analyze quality control in the clinical laboratory setting. Quality control activities can be defined and documented on controls, reagents, media, panels, drugs, consumables, and maintenance procedures on equipment. Along with quality control, SoftTotalQC provides an inventory control solution allowing each department and site to maintain their supply of controls, reagents, media, panels, drugs, and consumables. SoftTotalQC is fully integrated with SoftLab®, SoftMic®, SoftBiochemistry®, SoftFlowCytometry®, SoftMolecular®, SoftCytogenetics®, and SoftHLA®, enabling users to perform QC checks before patient results are posted or entered. This allows QC results to be posted from instruments or be manually entered within patient resulting workflow and provides an automatic inventory countdown for related QC items. SoftTotalQC can be used in all other departments of the laboratory as a standalone product. SoftTotalQC, assuring quality through total quality control management. • SoftReports SoftReports provides enhanced report capabilities allowing users to incorporate color, a variety of report fonts, images, graphs, and charts. This add-on report engine can be integrated with SCC's product suites enabling users to create new report layouts and modify existing layouts. SoftReports offers a wide range of formatting options including PDF, HTML, XLS, and RTF. • SoftWebPlus SoftWebPlus, SCC Soft Computer's computerized physician/provider order entry/result query solution, is the enterprise healthcare Web solution designed to give the physician and other responsible medical staff real-time access to clinical results, effective tools for outreach management, and fast and user-friendly order entry and patient registration. • SoftMedia SoftMedia provides users a pragmatic method for enhancing clinical services with document and image storage capabilities. SoftMedia gives clinical personnel the ability to attach stored documents or images to specific orders and other patient records. SoftMedia enables users to attach digital images to reports, which optimizes communication and improves the quality of services provided by supplementing images with online annotation. Features include multi-system document sharing, so documents and images stored in one system can be made available to users in other systems. This flexible software application works seamlessly as a standalone product or in conjunction with any of SCC's information systems modules. • SoftID SoftID provides positive patient and specimen identification at the point of care. This effective lab software solution enhances patient safety by accurately identifying the patient and the appropriate lab test and ensuring that patient lab specimens are correctly bar coded and labeled. SoftID improves laboratory efficiency by automating the documentation of specimen collection data. When the collection is complete, SoftID will transmit data back to the LIS for real-time updates. • SoftID.Tx SoftID.Tx, the positive patient identification system from SCC Soft Computer, is a comprehensive system used to manage the transfer of transfusion-related data from the patient's bedside to SCC's SoftBank system. SoftID.Tx enables users to collect transfusion-related data, assign a blood product to a courier, and verify that the product selected for transfusion is the same product assigned to the patient in SoftBank • SoftFlowCytometry SoftFlowCytometry enables pathologists and medical technologists to effectively analyze multiple parameters from flow cytometric analysis software, including imported histograms and scatter plot images and data from custom panels derived from flow cytometry analysis techniques. The net result is better design configurations in testing workflows, task management, and result reporting. SoftFlowCytometry can be readily interfaced with virtually any flow cytometry instrument or data analysis platform for capture of large volume information analysis and management. Interfacing supports an efficient laboratory workflow avoiding manual entry that increases risk for data entry error. Efficiency and accuracy gains offered by SoftFlowCytometry will ensure that your laboratory can grow rapidly without requiring additional personnel or negatively impacting quality. • SoftBI SoftBI is a data analytics and visualization application for hospitals and clinical laboratories of all sizes. This business intelligence solution enables users to integrate administrative data for management reporting, trending, and research. SoftBI also supports activities such as staffing and pricing. SCC's complete line of business intelligence products will include a full suite of interactive drill-down style reports that provide critical operational data, analytical and statistical data, laboratory efficiency data, various productivity analyses, and other reports involving data from all of SCC's core software products. The vendor shall provide Operational Support Services including but not limited to the below: · Background monitoring of production environment and downloading of operating system files that provides warning messages and resource utilization statistics. · Diagnosis of problems and directing of in-house staff. Domain expertise in all areas of software application modules and system engineers in stabilizing production environment or contacting original equipment manufacturer (IBM) for component repair and operating system situations. · Establishing a stable transition environment if necessary by switching all critical functions, devices and interfaces from primary system to auxiliary system yet addressing full production under limited capacity. Switch back to dual configuration upon completion of repair. • · 24 Hours/7 days a week service for all of the above which means full coverage for off-hours. · Repair of relational-network database libraries, indices and data files as a result of power fluctuation or hardware malfunctions. · Recovery from backup tapes as a last resort. • The vendor shall provide OEM Hardware support and services in support of the hardware currently installed at the CC or may be installed through the life of the contract. · This service is provided by IBM. This service covers onsite repair/replacement of failed internal CPU component, and external component manufactured and covered by IBM. · Please note this service only covers the hardware component of IBM CPU and component repair and replacement, and does not cover AIX support and service. · This service suite only covers component repair and replacement. OEM ORACLE AND DB_VISTA DATABASE ADMINISTRATION SUPPORT Initial database installation and setup Database upgrades Ongoing database maintenance Database monitoring Problem determination and resolution Database backup, recovery and failover. Database performance tuning The vendor shall maintain the current interfaces for the lab equipment that communicates with the lab system as well as replacement lab equipment through the life of the contract. CellDyne 3700 Dade Behring BN II IL GEM 4000 LASC Ortho Provue ABL 835 ABL 835 Bactec 9000 Blood Bank to Carefusion -Uni Outbound Interface Dimension Xpand EXCYTE 40 EXCYTE 40 I-STAT Immulite 2000 DPC Iris IQ200 Organon BacTalert Ortho ECiQ ANalyzer Phoenix through EpiCenter Data Manager Revelation DSX ELISA Roche Elecsys 2010 Stago Evolution Stago Evolution Vista Vista XE5000 XE5000 Inbound HL7 Order Entry, SoftLab/Mic/BB[TDS] Enhancements to AP Enhancements to BB POC - Blood-Gas POC - Chemistry POC - Coagulation POCT- Bedside Testing Instrument Processor POCT- Hematology Ref Lab Interface (per Lab) Enhancements to AP Enhancements to BB Outbound HL7 Order/RR, SoftLab/Mic/BB to Eclipsys Outbound HL7 RR, SoftPath to Eclipsys Doctor Update Interface Phlebotomy (Blood Bank to Carefusion-Uni. Outbound Monthly Database Administration and Recovery (Oracle) SCC Required VSI_FAX v5.1.0 RISC server W/maintenanceWith Attachments for up to 4 Modems SCR - Would likee to add two new lines to that PAD and FAD template. Wwould like to have "NIH inpatient death?" & "extent of permission" added just below the clinical diagnosis area. SCR, NIH-02204 Abbott Commander FPC Abbott Sapphire Abbott FLX Abbott FLX PhD Uni-Directional Instrument Interface by Helix Roche Cobas Fara Microscan SoftReports Reporting Module/Active Reports Outbound HL7 ADT, SoftLab to HistoTrac through QDX Management Report Suite Inbound HL7 Result Posting, HistoTrac to SoftLab QDX Bi-directional HL7 OE, SoftLab to HistoTrac through QDX Roche Data Manager Cobas 6000- c501 Cobas 6000- e602 Sysmex Cellavision HL7 (RR SCC to BBCS)- Blood Bank Computer Systems HL7(OE HIS) [BBCS- Blood Bank Computer Systems] Cell Dyne 3700 Ventana Interface for PATH Ventana Interface for PATH Ventana Interface for PATH Cell Dyne 3700 Roche c501 module Roche c501 module Roche E601 module Roche E601 module Roche c501 module Roche E601 module Modular Pre-Analytics SoftWeb Ventana - LAB BioRad D-10 Hemoglobin Testing Radiometer America ABL825 Radiometer Radiance DM Diasorin Liason Trek SensiTitre Sysmex SP100 SP-1000i Sysmex XN123 XN1000 module for XN3000 XN1000 modul Sysmex XN123 XN1000 module for XN3000 XN1000 module Roche Data Manager Shurmark Cassette Labeler SoftMedia SoftMedia Customization Standard Bidirectional HL7 (Lab to GeneDx Siemens Advia 120 Siemens Advia 120 SoftID SoftID.Tx Weblogic ThermoFisher Slidemate ThermoFisher Slidemate SoftBI Thermo Scientific Printmate ES Ortho clinical Diagnostics Vision MRV 16 Port Xyplex MRV 16 Port Xyplex MRV 16 Port Xyplex MRV 16 Port Xyplex MRV 8 Port Xyplex MEI Electrical Interface (MEI) serial-to-Ethernet connectivity in four-port model MEI Electrical Interface (MEI) serial-to-Ethernet connectivity in four-port model MEI Electrical Interface (MEI) serial-to-Ethernet connectivity in four-port model i. Electronic and Information Technology Accessibility Standards As set forth in Section 508 amendments of the Rehabilitation Act, the following Electronic and Information Technology Accessibility Standards (36 CFR Part 1194) are applicable to this contract: (a) Section 1194.21 - Software Applications and Operations Systems Technical Standard. (b) Section 1194.22 - Web-based Intranet and Internet Information and Applications Technical Standard. (c) Section 1194.31 - Functional Performance Criteria Technical Standard. (d) Section 1194.41 - Information, Documentation, and Support Technical Standard. These standards may be found at http://www.section508.gov/final_text.html. 3. Maintenance and Support Requirements a. General Maintenance Requirements The Offeror shall provide maintenance for the system application software as specified in this contract. The Offeror shall provide Service Level Agreements (SLAs) or published service standards to meet the maintenance terms and conditions. The SLAs shall address, but are not limited to the following elements: Service policies and procedures including security and software support, on call/on site service priorities, thresholds, response time, resolution/fix time, reporting and escalation procedures. The Offeror shall grant, in accordance with the terms and conditions contained in this contract, a non-exclusive, irrevocable and perpetual license to use the Software. This includes custom software products, e.g., interfaces, developed by the Offeror; custom software products will remain the intellectual property of the Offeror, but will be perpetually licensed to NIH under the same terms as the generally released software products. b. Responsibilities of the Offeror The Offeror shall provide maintenance for the system application software at the prices shown in the Cost Proposal, including all necessary maintenance labor, repair parts, maintenance supplies, tools/utilities, test equipment, transportation, software, documentation and other related supplies and services as may be required to keep the system in good operating condition at the availability level of at least 99.5% as defined in Section 4.1. The system and all components delivered under this contract must maintain the Effectiveness Level for the duration of the contract or the contract may be terminated for default. The average effectiveness level for a system/item of hardware is a percentage figure determined by dividing the total productive operational use time for a system/item of hardware during a given period by the sum of that total productive operational use time plus the functional failure downtime of that system/item of hardware during the same period of performance. A System Problem or Functional Failure means that the system/item of hardware or software is considered "down", not operating, when, due to malfunction of hardware or software or systems software acquired under this contract, the system/item of hardware or software fails to perform to the manufacturer's specifications and/or is not in compliance with all technical/performance requirements in the contract. Average Effectiveness Level = 100 x Productive Operation Use Time__________ Productive Operational Use Time + Functional Failure Downtime The Offeror shall provide maintenance on all software that are proposed and accepted by the Government. The software to be maintained includes all of the Application Software delivered during the duration of this contract and other software that enhances the application operation. The Offeror shall fully support such software, including any Offeror-sponsored modification or revisions thereof, at no additional cost, unless specified in the Cost Proposal, for the duration of this contract, including the exercise of options. All services under this contract shall be performed by fully trained and technically experienced personnel providing the required services in accordance with the best commercial practices without unreasonable delays or interference with Government functions. Use of trainee personnel for maintenance services on this contract shall not be allowed, except when accompanied and supervised by trained, experienced personnel capable of satisfying the support requirements of this contract. The Offeror personnel, assigned to provide support under this contract, shall be fully capable technicians possessing the technical skills necessary to monitor, control, and perform the requirements of the statement of work. If Original Equipment Manufacturer (OEM) warranties require OEM certification of maintenance personnel, the Offeror shall supply personnel who are so certified. Maintenance shall include any repairs to failures resulting from ordinary use. Maintenance shall not include repairs for damage resulting from Government accident; transportation by Government between Government sites; Government negligence; Government misuse; failure of electrical power, or air-conditioning or humidity controls; or other causes that are not the result of ordinary and/or reasonable use. While the Offeror's personnel are at the Government facility, the Offeror is responsible for compliance with all laws, rules and regulations governing conduct with respect to privacy, health and safety not only as they relate to its employees and agents. Only new standard parts, or parts equivalent to new in performance, that meet the OEM specifications when used in the equipment shall be used to effect repairs. If a part is not new, it shall be identified to the Government as warranted as new. Maintenance parts shall be furnished on an exchange basis. The new parts become the property of the Government and replaced parts shall become the property of the Offeror. In no case shall the Offeror use any replacement parts in repairing equipment that would result in the OEM refusing to support the equipment. A warranty shall be provided for all replacement parts. Parts shall not be swapped or exchanged between hardware components without prior approval from the Contracting Officer or his/her designee. There shall be no additional charge for replacement parts unless such parts are necessary due to the fault or negligence of the Government or its agents as determined by the Government. Maintenance service shall not include electrical work external to the equipment, the furnishing of consumable or operating supplies other than maintenance supplies, and adding or removing accessories, attachments, or other devices placed by the Government. Changes to maintenance resulting from Government alterations to the Offeror-supplied Hardware or Software shall be the subject of mutual agreement. Any failure to agree shall be resolved pursuant to the Disputes Clause. Offeror-sponsored alterations or attachments to Hardware or Software shall be made only with the consent of the Contracting Officer. c. Responsibilities of the Government Subject to security regulations, the Government will provide the Offeror access to the system and any other components needed to perform the required preventive or remedial maintenance service. The Government will provide a time for installation of approved Offeror-sponsored modifications within a reasonable time after being notified by the Offeror that the modification is ready to be made. The Government will maintain site requirements in accordance with the equipment environmental specifications furnished by the OEM. Government personnel will neither perform maintenance nor attempt repairs, other than those stated in the Offeror's maintenance plan, to Hardware and Software while the Offeror is maintaining the system. The Offeror shall have the right to inspect Government Owned Equipment (GOE) for maintainability and safety prior to accepting the maintenance responsibility. The inspection of such equipment shall be provided at no cost to the Government. The government shall provide hardware maintenance on any hardware obtained prior to the acceptance of this contract. All hardware purchased under this contract shall include 3 year 24x7x365 4 hour response time warranty. The government shall have the option to obtain 3rd party OEM hardware maintenance after the manufacturer warranty expires. PLACE OF PERFORMANCE: NIH Clinical Center, Building 10 10 Center Drive Bethesda, MD 20892 Companies are encouraged to respond if they have the capability and capacity to provide the identified products and services with little or no disruption of services to the current users at the NIH/CC. Interested small business potential Offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Pricing information is encouraged, but not required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall be limited to 20 pages, and must include: 1. Company name, mailing address, e-mail address, telephone and fax numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for a NAICS: 541519 with size limitation standards of the employees (150) and status, if qualified as an 8(a) firm (must be certified by the Small Business Administration (SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, CAGE Code, Tax Identification Number (TIN), and company structure (Corporation, LLC, partnership, joint venture, etc). Companies also must be registered in the System for Award Management (SAM) at www.sam.gov to be considered as potential sources. 5. Identification of the firm's government-wide acquisition contract (GWAC) by Schedule number and contract number and/or SINs that are applicable to this potential requirement are also requested (e.g. GSA, NITAAC, NASA SEWP). Please submit copies of any documentation, such as letters or certificates to indicate the firm's status (see item #3 above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement shall also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. Interested Offerors should submit their capability statement not exceeding twenty (20) pages in length, excluding standard brochures. SUBMISSIONS ARE DUE no later than 9:00 a.m., Eastern Time, January 5, 2018. The capabilities response shall be e-mailed to: Waughk@cc.nih.gov. All information received in response to this notice that is marked Proprietary will be handled accordingly. Information provided in response to this notice will be used to assess alternatives available for determining how to proceed in the acquisition process. This notice is part of Government Market Research, a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. The NH/CC will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, the content of any responses to this notice may be reflected in subsequent solicitation. NIH/CC/OPC reserves the right to contact any respondent to this notice for the sole purpose of enhancing NIH/CC/OPC 's understanding of the notice submission. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. It is emphasized that this is a notice for planning and information purposes only and is not be construed as a commitment by the government to enter into a contractual agreement, nor will the government pay for information solicited. Responses to this Sources Sought Notice shall be submitted before the closing date and time to the attention of the Contract Specialist listed below. Primary Point of Contact.: Kathy Waugh Contract Specialist waughk@cc.nih.gov Contracting Office Address: 6707 Democracy Blvd, Suite 106, MSC 5480 Bethesda, Maryland 20892-5480 Place of Contract Performance: NIH Clinical Center, Building 10 10 Center Drive Bethesda, Maryland 20892 United States Allow Vendors To Add/Remove From Interested Vendors: Yes Allow Vendors To View Interested Vendors List: Yes Recovery and Reinvestment Act Action: No Solicitation External Reference:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/NIHCCOPC-18001570/listing.html)
 
Place of Performance
Address: NIH Clinical Center, 10 Center Drive, Bldg 10, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04773625-W 20171223/171221231229-7e7fdf683d8219386892cd91de598b50 (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.