Posted: Aug. 18, 2022, 8:21 a.m. EDT
Community Image Exchange Services (also known as VistA Radiology Image Exchange Services) will be solicited as an SDVOSB set-aside under the Transformation Twenty-One Total Technology Next Generation (T4NG) Indefinite Delivery Indefinite Quantity (IDIQ) contract vehicle. The estimated solicitation will be during the week of August 22, 2022. Enclosed you will find a copy of the final Performance Work Statement as well as the responses to the Questions submitted attached.
Posted: July 6, 2022, 8:27 a.m. EDT
Posted: June 16, 2022, 7:31 a.m. EDT
Request for Information Community Image Exchange Service VA-22-00069519 Introduction This action is intended to be competed under the Transformation Twenty One Total Technology Next Generation multiple award, indefinite delivery, indefinite quantity contract using fair opportunity procedures in accordance with Federal Acquisition Regulation 16.505. This request for information (RFI) is being issued to determine the availability of Vendor Information Pages (VIP) verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran Owned Small Businesses (VOSBs) that are capable of providing the services identified in the attached Performance Work Statement (PWS). This RFI is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. The North American Industry Classification System (NAICS) for this requirement is 541512 with a size standard of $30 million. A company that is not a VIP registered and verified SDVOSB or VOSB (https://www.vip.vetbiz.va.gov/ should not respond to this notice. 2. Submittal Information: All responsible sources may submit a response in accordance with the below information. There is a page limitation for this RFI of 10 pages. The Government will not review any other information or attachments included, that are in excess of the (#) page limit. NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI. Generic capability statements will not be accepted or reviewed. Your response must address capabilities specific to the services required in the attached PWS and must include the following: Interested Vendors shall at a minimum, provide the following information in the initial paragraph of the submission: Name of Company Address Point of Contact Phone Number Fax Number Email address Company Business Size and Status For VOSB and SDVOSBs, proof of verification in VIP. NAICS code(s) Socioeconomic data Data Universal Numbering System (DUNS) Number Existing Contractual Vehicles (GWAC, FSS, or MAC) Provide a summary of your capability to meet the requirements contained within the draft PWS for the following areas: Describe your company s experience with cross-community document exchanging. Describe your company s experience with cloud-based image sharing solutions. Describe your company s experience with Digital Imaging and Communication in Medicine (DICOM), Integrating the Healthcare Enterprise (IHE), and other relevant standards. Describe your company s experience with VistA Imaging development. Corporate experience or expertise in performing these services and specific examples or references. Specific examples or references provided must include the agency, point of contact, dollar value, and contract number. Your company s intent and ability to meet the set aside requirement in accordance with VAAR 852.219-10 (NOV 2020) (DEVIATION) VA Notice of Total SDVOSB and 13 CFR 125.6, which states the contractor will not pay more than 50 percent of the amount paid by the Government to it to firms that are not SDVOSBs. Your response shall include information as to available personnel and financial resources; full names of proposed team members and the PWS requirements planned to be subcontracted to them, which must include the prime planned percentage or the names of the potential team members that may be used to fulfill the set aside requirement. Has the draft PWS provided sufficient detail to describe the technical requirements that encompass the software development and production operations support services to be performed under this effort. ______ YES _______ NO (if No, answer question f) If NO , please provide your technical comments/recommendations on elements of the draft PWS that may contribute to a more accurate proposal submission and efficient, cost effective effort. Responses are due no later than June 27, 2022 at 2PM EST via email to Amanda Bleses, Contract Specialist, at Amanda.Bleses@va.gov and Dana Newcomb, Contracting Officer, at Dana.Newcomb@va.gov. Please note Community Image Exchange Service in the subject line of your response. Mark your response as Proprietary Information if the information is considered business sensitive. The email file size shall not exceed 5 MB.
Background
The Department of Veterans Affairs (VA), Office of Information & Technology (OIT), DevSecOps, Software Product Management, Health aims to provide high-quality, effective, and efficient Information Technology (IT) services to those responsible for providing care to the Veterans at the point-of-care as well as throughout all the points of the Veterans’ health care in an effective, timely and compassionate manner. VA depends on Information Management/Information Technology (IM/IT) systems to meet mission goals. Implementation of the 2018 VA Mission Act has resulted in large numbers of Veterans obtaining imaging studies outside of VA, while continuing to receive clinical care within VA. Effective and efficient VA-provided care depends upon timely access to these Digital Imaging and Communication in Medicine (DICOM) image-based exams. In addition, large numbers of Veterans obtain their imaging studies and/or specific care within the VA but receive other care outside the VA. To obtain the best possible care, Veterans receiving care outside the VA are entitled and encouraged to share their VA-provided image studies with outside providers.
Current image transfer solutions in both directions are cumbersome, inefficient, labor-intensive, and often result in substantial delays to patient care.
Work Details
The Contractor shall deploy, integrate, and maintain commercial image sharing solutions at Veterans Health Administration (VHA) facilities utilizing VistA which have not yet migrated to the Cerner Electronic Health Record (EHR). The commercial products to be deployed shall be Life Image Interoperability Suite by Life Image and Imagex by Medicom, and shall be provided by VA. The Contractor shall provide architectural design expertise, documentation, and associated diagrams to integrate the commercial image sharing solutions with existing VA systems. The Contractor shall provide ongoing application installation, configuration and patching support of Community Image Exchange (CIE) solutions hosted in the VAEC. The Contractor shall provide solution monitoring to ensure availability and performance and provide outage alerting services.
Period of Performance
The Period of Performance (PoP) shall be a 12-month base period with four 12-month option periods and five optional tasks. Optional Task Five is for Transition and Orientation Support with a 60-day PoP. The overall PoP of this effort shall not exceed 60 months.
Place of Performance
Efforts under this TO shall be performed at Contractor facilities.