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

70 -- 626-25-3-701-0042 / 36C249-25-AP-1313 - DSS Infusion Therapy Manager (Pharm)

Notice Date
4/1/2025 11:25:16 AM
 
Notice Type
Special Notice
 
NAICS
513210 —
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24925Q0216
 
Response Due
4/7/2025 6:00:00 AM
 
Archive Date
06/06/2025
 
Point of Contact
Phon Phasavath, Contract Specialist, Phone: 615-225-3416
 
E-Mail Address
Phon.phasavath@va.gov
(Phon.phasavath@va.gov)
 
Awardee
null
 
Description
The Department of Veterans Affairs Medical Center, NCO 9 Network Contracting Office, on behalf of Tennessee Valley Healthcare System Veterans Administration Medical Center is conducting market research through this sources sought notice to seek sources for Infusion Therapy Manager (ITM) software will facilitate chemotherapeutic and other complex medications of high risk and value. An Infusion Therapy Manager (ITM) provides tools to allow key stakeholders the ability and flexibility to standardize facility treatment protocols used in Veteran patient care. The application must provide chemotherapy management functionality for both physician order entry and be interoperable to existing pharmacy verification and IV processing software application systems. Interfaces must be available to the patient's VistA profile, Lab, Pharmacy, Allergies, and Vitals data from VistA to ITM. Implementation and application training should be available for orderable item verification, administration, treatment plan building, treatment plan editing, general end user and site informatics administrators, and mentorship during preparation, implementation, and post-implementation. The North American Industry Classification System (NAICS) Code for this acquisition is 513210. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. Interested parties should register in the SAM as prescribed in FAR Clause 52.232-33. The SAM can be obtained by accessing the internet at www.sam.gov. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to Phon.Phasavath@va.gov no later than April 7, 2025 at 08:00 AM Central Time with the following information/documentation: 1. Name of Company, Address and UEI Number. 2. Point of Contact and Phone Number. 3. Business Size applicable to the NAICS Code: a. HuBZone Small Business Concern; b. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); c. Veteran Owned Small Business Concern (VOSBC); d Small Business Concern; e. Large Business Concern 4. Documentation Verifying Small Business Certification: a. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA. b. If claiming SDVOSBC status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 513210. Requirements/Tasks: Automate, through an end-user friendly and intuitive graphical user interface, all efficient and integrated chemotherapy medication and other specialty medication ordering and management. Allow for chemotherapy protocol standardization and approaches to edit or modify protocols only through elevated privileges or user roles pursuant to local process and procedures. Optimize chemotherapy by streamlining timely communication and status in medication order notification, preparation, and administration within the application. Vendor software application complies with all Veteran s Health Administration safety initiatives and immediately communicates changes or reported patient safety concerns with contingency procedures to TVHS. Vendor software application complies with all Veterans Health Administration Office of Information and Technology and Biomedical services security and networking requirements to safeguard electronic health data. Software application complies with all code VistA package (PSJ, PSJI, PSO, PSD) code patch updates. Prior to vendor software application updates or patches, anticipates and deconflicts any vendor code that would be incongruent with core VistA systems functionality. Software application interfaces with VistA to gather all germane patient information to include but not limited to: Lab, Pharmacy, Allergies, Vitals or any other CPRS data critical for prescribing chemotherapy and complex medications (Example: order checking on dose, maximum dose, medication frequency, duplicate therapy, and interactions). Software application training shall be billed according to competency standards or comfort of up to six (6) main end users and two (2) administrative or elevated super users. The contractor is responsible to provide all costs of their CoVid-19 precautionary measures.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6be8b34d05f849e6b4fa0984b420099f/view)
 
Record
SN07392989-F 20250403/250401230048 (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.