Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
DOCUMENT

70 -- Catherization Laboratories (CART-CL) Services. RFI - Attachment

Notice Date
3/7/2018
 
Notice Type
Attachment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
36C10B18Q2784
 
Response Due
3/23/2018
 
Archive Date
4/6/2018
 
Point of Contact
Raymond Mesler, Raymond.Mesler@va.gov
 
E-Mail Address
Raymond.Mesler@va.gov
(Raymond.Mesler@va.gov)
 
Small Business Set-Aside
N/A
 
Description
United States (U.S) Department of Veterans Affairs (VA), Office of Information & Technology (OIT), Clinical Assessment, Reporting, and Tracking System for Cardiac Catheterization Laboratories (CART-CL) Services The purpose of this Source Sought Notice is to search for qualified vendors capable of meeting the requirement for the Clinical Assessment, Reporting, and Tracking System for Cardiac Catheterization Laboratories (CART-CL) Services. CART-CL Software and Functionality Description The CART-CL software collects Cardiology data from 81 VA Cardiology laboratories throughout the entire network of VA hospitals and stores that data into a centrally managed database system located at the Eastern Colorado Heath Care System. Over 7000 providers have used the software to produce more than 600,000 standardized reports on more than 375,000 since its first release in 2003. Data collected by the CART-CL software application is used by the VA to produce reports for inclusion in official patient records, assist with day-to-day clinical operations, provide data for operations and clinical research, measure performance levels of cardiology staff and laboratories, and identify potential problems with devices and procedures. CART-CL is a standalone application fully integrated with Computerized Patient Record System (CPRS) that enables providers to reuse and annotate existing Veterans Health Information Systems and Technology Architecture (VISTA) and CPRS data, such as vitals, medications, labs and problems, and enter additional discrete and textual data for assessment, diagnostic procedures and percutaneous coronary intervention (PCI) interventions in the cardiac catheterization lab setting, as well as follow-up notes and information on patient status at the time of discharge. The application automatically creates corresponding assessment, diagnostic procedures, PCI, follow-up, and discharge reports that are uploaded into CPRS and signed in CPRS. The application also tracks the procedures performed and can upload this information into VISTA. The additional data that is not available in VISTA/CPRS is modeled and collected in a standard relational database that can be easily deployed and migrated to any SQL database system. CART-CL is configured to connect via the VA intranet to a single national database server that serves all cardiac catheterization labs. The Office of Informatics and Analytics (OIA) is developing the application with substantial input from clinicians. This project has been a key element of the VHA Cardiac Care Initiative since its inception. CART-CL was mandated to be a national program for use in all 81 catheterization laboratories in the VA system by the Deputy Undersecretary for Health and is a unique collaborative effort involving Patient Care Services, Office of Information, Office of Quality and Performance, and the Ischemic Heart Disease Quality Enhancement Research Initiative (IHD-QUERI). Contractor Tasks The Contractor shall maintain existing CART-CL CATH/PCI applications and databases such that CATH/PCI applications are operational at all installed sites. Programming is done in Delphi and SQL. Data interfaces which need to be maintained include: VA VistA RPC Broker for access to VistA databases, systems such as the VA Decision Support System (DSS) for workload and costing, and the VA Real-Time Locator Services (RTLS) for supply chain management of products such as devices and supply items used in the VA Cath labs. This includes defect fixes for the applications and the database as well as changes and updates for maintaining compatibility with the underlying VA network operating systems and the VA VISTA/CPRS systems. Upgrades to the CART-CL CATH/PCI applications and database are defined as being within the scope of the existing CART infrastructure and require no major changes to the underlying architecture and infrastructure. The Contractor shall develop and install enhancements to existing CART CL applications per feedback from the CART Program Director and CART Clinical Advisory subcommittee. This shall include assistance with prioritization of upgrades, developing time and resource estimates for upgrades, implementation and testing of upgrades to the CART CL applications and the database and the deployment of the upgrades to all installed sites. Enhancements to the CART CL applications result from user feedback, VA Policy and Procedure changes, emergent technologies, integration requests with other VA and Department of Defense (DoD) systems, and from standardization efforts by various organizations such as the American College of Cardiology (ACC) and the Joint Commission on Accreditation of Healthcare Organizations (JACHO). Enhancements may require changes the existing CART infrastructure. The Contractor shall assist with prioritization of enhancements, develop time and resource estimates, provide trade-off analysis for various enhancement requests, implement and test the enhancements to the CART infrastructure, CART applications and the CART database, and deploy the enhancements to all installed sites. The Contractor shall be an active participant with the CART Program personnel during regular conference calls and weekly face-to-face meetings with the Program Director and other CART staff, as well as regular 1:1 meetings monthly. The CART Program Director and personnel will provide the Contractor with the necessary information and instruction on the unique aspects of the project, especially the clinical components, if conventional sources of information are not available. Guidance will be provided by the Office of Information and Technology with regard to software certification and security. Request for information within the VA, from departments such as the Office of Informatics and Analytics and Patient Care Services shall be required by the contractor. The current contract expires on May 15, 2018; therefore the period of performance is anticipated to begin in May 15, 2018. The contract period of performance is 12-month base period, with two 12-month option periods. The Government anticipates a Firm Fixed Price Contract. This market research is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. As part of your RFI response, please provide the following information: Provide a summary of your technical capability to meet all of the Government s requirements. If you are not capable of meeting the Government s requirements identified in Attachment 1 please identify the requirement and explain why it cannot be met. Please indicate if any listed capabilities interfere with your ability to participate in this potential procurement. Explain how/why the specific capability is preventing you from competing in this potential procurement. Small businesses should include information as to: The intent and ability to meet set-aside requirements for performance of this effort, if applicable; Information as to proposed team members, the percentage of work each is to perform; SDVOSBs must indicate whether it will pay more than 50 percent of the amount paid to it by the Government to firms that are not similarly situated. Identify existing contract vehicles (GSA, NASA SEWP, etc.) in which you are a contract holder that can be utilized to procure the services. What is your typical pricing model for the service to be provided? Provide a Rough Order of Magnitude for a 12-month base with two 12-month option periods. Can your company/product comply with all applicable FISMA, FIPS, and NIST standards related to information system authorization, testing and continuous monitoring?   If interested, please submit a Capabilities Statement, limited to ten (10) pages for your company, your teammates and or subcontractors and also denote the business size for North American Industry Classification System (NAICS) Code 541512. Also, please indicate if you, your teammates and/or subcontractors are a Service Disabled Veteran Owned Small Business or a Veteran Owned Small Business. Responses are requested no later than 2:00pm (Eastern Standard Time) on Friday, March 23, 2018 via email to Raymond.Mesler and Carol.Newcomb@va.gov. Point of Contacts: Carol Newcomb, Contracting Officer, Department of Veterans Affairs Technology Acquisition Center, Email Carol.Newcomb@va.gov and Raymond Mesler, Contract Specialist, Email Raymond.Mesler@va.gov. Attachment 1: Technical Requirements: Contractor shall maintain existing CART CL application and databases such that CATH/PCI applications are operational 99% of the time at all installed sites. The Contractor shall be available 24X7 and respond within 4 hours of being contacted by the CART program. The CART suite of applications is built on top of an object-relational model-driven infrastructure using dynamic late binding of application specifications to run-time objects. Programming is done in Delphi and SQL Data interfaces which need to be maintained include: VA VistA RPC Broker for access to VistA databases, systems such as the VA Decision Support System (DSS) for workload and costing, and the VA Real-Time Locator Services (RTLS) for supply chain management of products such as devices and supply items used in the VA Cath labs. The Contractor shall be available 24X7 and respond via e-mail or phone within 4 hours of being contacted by the CART program. This includes defect fixes for the applications and related databases. Error and defect fixes Trouble shooting Deployment of new versions Adaptation and testing with new MS Windows versions (like Windows 10) The Contractor will need to be able to develop and install enhancements to existing CART applications, for example: Integration of alternative data fields into CART-CL Integration of predictive analytics into CART-CL Integration of CART-EP module Integration of CART-PVI module Integration of novel electronic health system API into CART Enhancements to CART-EP module, including integration of PROST Enhancements to CART-PVI module, including integration of PROST Integration of RTLS into CART-CL procedural reporting Integration of RTLS into CART-EP procedural reporting CART-CL Software Salient Characteristics: The software leverages a powerful object-relational model-driven dynamic late-binding run-time architecture to manage all the internal data, data relationships, report generation, and user inputs The software uses a configuration specification to provide information about how the application should function to the architecture, allowing changes to be made through a simple specification changes instead of changing the source code associated with the software. The software collects data relevant to the VA Cardiology department as identified by industry standards, current research, and VA Clinician feedback on all Cardiology procedures performed in the VA and produces a nationally standardized set of reports for inclusion in patient medical history The software is tightly integrated with the VISTA/CPRS system and uses it for patient selection, security, data import and data upload. The software complies with all the rules, regulations, and security protocols mandated by VA, Federal Law, and health care oversight organizations such as The Joint Commission (JACO) authorized by the VA, and must adjust to any new requirements by any of these organizations within a reasonable timeframe The software interfaces with the VA s Real Time Locator System (RTLS) and imports information about devices tracked by RTLS that are used during procedures to provide more accurate accounting of devices and reduce the amount of data entry required by users of the application The software is implemented to permit multiple release versions of the software to operate against the same database. This permits the software upgrade process to happen as each individual hospital approves the update instead of required all sites to update simultaneously The software facilitates procedure coding by mapping all procedures performed into Clinical Procedure Type (CPT) codes The software produces a list of problems encountered with devices used so that this information can submitted to the FDA s Device Surveillance program The software automatically provides alerts when major complications are encountered during procedures and forwards these alerts to a clinical patient safety review team for investigation The software incorporates feedback from the VA, VA Clinicians, and other end users into the design and implementation of new features The software provides security roles that limit the scope of the data that users can view and modify and these security roles also limit access to management features that allow each individual software installation to manage their own location s settings and users. The software uses a sharing and protection mechanism to reuse data elements from previous reports whenever possible to avoid creating duplicated data and to prevent adjustments to shared data The software logs key user actions and any error messages produced by the application into a database table to facilitate support and maintenance of the application The software includes specialized graphical controls and control contents that are dynamically generated based on the contents of key reference tables in the database so that changes in reference tables will automatically generate graphical control changes and changes in graphical control content without requiring source code or programming changes. The software provides the ability to calculate and display health status scores and analytic measurements based on data collected by the software The software produces a data dictionary based on the internal application model and current application specification that provides a baseline for published data dictionary updates for software users.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6446a6a435636f78d29dec1c47fe136d)
 
Document(s)
Attachment
 
File Name: 36C10B18Q2784 36C10B18Q2784.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4131601&FileName=36C10B18Q2784-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4131601&FileName=36C10B18Q2784-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04846783-W 20180309/180307232052-6446a6a435636f78d29dec1c47fe136d (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.