Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2025 SAM #8529
SPECIAL NOTICE

D -- Synchronicity Picture Archiving Communications System (PACS)

Notice Date
4/1/2025 8:33:16 AM
 
Notice Type
Special Notice
 
NAICS
513210 —
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24425Q0539
 
Response Due
4/8/2025 9:00:00 AM
 
Archive Date
04/23/2025
 
Point of Contact
Jefferson Mann, Contract Specialist, Phone: 717-202-5456
 
E-Mail Address
jefferson.mann@va.gov
(jefferson.mann@va.gov)
 
Awardee
null
 
Description
NOTICE OF INTENT TO SOLE SOURCE: IAW FAR 5.101 this notice is to advise the public that The Department of Veterans Affairs, Regional Procurement Office East (RPOE), Network Contracting Office 4, intends to award a sole source, Firm-Fixed-Price contract pursuant to FAR 13.106-1(b)(2) to Fujifilm Healthcare Americas Corporation (HCUS) located at 81 Hartwell Ave, Ste 300, Lexington, MA, 02421, for a base year with four (4) option years, exercisable at the Government s discretion. The Pittsburgh VA Medical Center (VAMC) requires Sonosite Synchronicity Workflow Manager licenses, data migration, software and support. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS or QUOTATIONS. Responsible sources that believe they can meet the requirements may give written notification by submitting capability information that clearly demonstrates the capability to perform all required work and applicable certifications/licenses for the Hardware/Software. Capability information is required prior to the response due date and time, to establish the ability of the source to meet this requirement. Capability information should not be a generic mission statement or marketing material. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to perform the requirements and must include relevant corporate experience along with the applicable contract number, total contract dollar amount, contract period of performance, details of the relevant services and customer point of contact with corresponding telephone number and email address. Responses must include following information: 1. Company Name 2. SAM number 3. Company s address 4. Point of Contact information (title, phone number and email address) 5. Business size. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government will not be responsible for any costs associated with the preparation of responses to this notification. Responses are due by 12:00pm ET, Tuesday, April 8, 2025. No submissions will be accepted after this date and time. Responses shall be submitted via email to jefferson.mann@va.gov. Telephone inquiries will not be accepted. The NAICS code for this acquisition is 513210 and the size standard is $47 Million. Statement of Work (SOW) A. GENERAL GUIDANCE Title: Full Implementation of Sonosite Synchronicity Workflow Manager at the Pittsburgh VA Medical Center. Scope of Work: The contractor shall maintain software updates/upgrades, licenses, 7x24x365 telephone diagnostic, and remote support of the Sonosite Synchronicity Workflow Manager Critical Care Department License. The contractor will facilitate data migration transfer from previous Q-path Telexy server to VA Pittsburgh Server for Synchronicity data storage. The facility is located at: Pittsburgh VA Medical Center (VAMC) University Drive C Pittsburgh, PA 15240 Background: The Medical Center requires software to store and archive ultrasound exams for patient care and education. Sonosite Synchronicity Workflow Management software is used to manage point of care ultrasound workflow including data entry, reporting, image storage, credentialing, quality assurance, and program tracking. Performance period: This contract will be for a one-year base period with four one-year option periods, exercisable at the Government s discretion. Type of Contract: Firm-fixed-price. B. GENERAL REQUIREMENTS I. General 1. Contractor shall provide all necessary licenses, personnel, equipment, materials, supervision, and other items and non-personal services necessary to support the implementation and go live of the Synchronicity Workflow Manager at the Pittsburgh VAMC Critical Care Department 2. All services will be provided remotely unless mutually agreed upon by both parties. 3. The planning period for go-live of the Critical Care Department License is estimated to be 21 days from Contract effective date to first use. The implementation will proceed uninterrupted and take no longer than 60 days unless mutually agreed upon by both parties. 4. FujiFilm Sonosite (FFSS) will assign a Synchronicity Implementation Consultant for the duration of the project that will remain the same designated person until the VA Pittsburgh sign off that project is complete, unless mutually agreed upon. Implementation Consultant will conduct weekly status meetings and provide a weekly status update in writing to Program Manager Point of Contract (POC). 5. Pittsburgh VAMC Project Team: Program Point of Contact (POC): Andrea Ploof (Andrea.Ploof@va.gov) Director of Ultrasonography, Dept. of Critical Care Medicine: Christopher Schott (Christopher.Schott@va.gov) Information Systems Biomed Equipment Support Specialist: Nathan Hile (Nathan.Hile@va.gov) II. Training of users and support team on application 1. FFSS will: a. Provide consultation to VAMC on development of training materials b. Provide Synchronicity training to VAMC core group of up to eight (8) clinical users and IT staff (train-the-trainer approach) 2. Pittsburgh VAMC will: a. Develop all training materials for clinical and IT staff b. Provide a core group of users for FFSS Synchronicity (train-the-trainer) c. Provide training for all clinical and IT users that are not part of core group III. Go Live Event Planning 1. FFSS and Pittsburgh VAMC will jointly: a. Determine go-live date, no later than 60 days from effective date of contract b. Develop a detailed go-live plan to include staffing and coverage c. Develop any escalation procedures for the go-live event 2. FFSS will provide three eight-hour daytime shifts of remote coverage for the go-live event IV. Data Migration 1. FFSS and Pittsburgh VAMC will jointly: 2. FSS will: a. Perform data migration from Q-path Telexy to Pittsburgh VAMC Synchronicity b. Ensure all patient data is free from corruption, and accessible in Synchronicity system 3. Pittsburgh VAMC will: a. Provide key contact information to FFSS Technical Support b. Provide VAMC system accessibility and IT support for data migration V. Project completion and hand over to Sonosite Technical Support 1. FFSS and Pittsburgh VAMC will jointly conduct an implementation to support turnover call 2. FFSS will: a. Provide documentation of system setup and completed project plan b. Provide documentation of support processes and contact information for ongoing Technical Support c. One hundred twenty (120) days after project completion, FFSS will conduct a post-install review and optimization session. 3. Pittsburgh VAMC will: a. Provide sign-off that project is complete. b. Provide key contact information to FFSS Technical Support C. CHANGES TO STATEMENT OF WORK Any changes to the scope of work or this SOW shall be authorized and approved only through written modification of the contract by the Contracting Officer (CO). A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. D. CONFIDENTIALITY AND NONDISCLOSURE: It is agreed that: The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. E. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS 1. Contractors must comply with VA Information Security requirements in order to obtain/maintain access to the VA network to include remote access. 2. All remote access to the VA network must be via an approved site-to-site VPN connection or CAG. 3. The following language from VA Handbook 6500.6 is required in this contract: Appendix C: Paragraphs #2(all), #3(all), #4(all), #5(all), #6(all), #7(all), #8(all), #9(all), #10(all), #11(all), #12(all), #14(all). 4. Contractor employee(s) requiring computer access must sign and comply with Appendix D Contractor Rules of Behavior. (attached) 5. Contractor must complete VA Privacy and Information Security Awareness and Rules of Behavior training prior to the performance of the contract and annually thereafter. Training must be completed in VA s TMS system (https://www.tms.va.gov/). Contractors must use the TMS Managed Self Enrollment method to complete the training in TMS. The POC must ensure that all contractors are validated in the PIH domain. Proof of training completion must be verified and tracked by the POC. 6. An ISA-MOU is required for a site-to-site connection.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/605b34e6f4b740dd87bf94ef4a36774b/view)
 
Record
SN07392919-F 20250403/250401230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.