INTRODUCTION - Veterans Affairs

?TC "SECTION A" \l 1TC "A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS" \l 2

PAGE 1 OF1. REQUISITION NO. 2. CONTRACT NO.3. AWARD/EFFECTIVE DATE4. ORDER NO.5. SOLICITATION NUMBER6. SOLICITATION ISSUE DATEa. NAMEb. TELEPHONE NO. (No Collect Calls)8. OFFER DUE DATE/LOCALTIME9. ISSUED BYCODE10. THIS ACQUISITION IS UNRESTRICTED ORSET ASIDE: % FOR:SMALL BUSINESSHUBZONE SMALLBUSINESSSERVICE-DISABLEDVETERAN-OWNEDSMALL BUSINESSWOMEN-OWNED SMALL BUSINESS(WOSB) ELIGIBLE UNDER THE WOMEN-OWNEDSMALL BUSINESS PROGRAMEDWOSB8(A)NAICS:SIZE STANDARD:11. DELIVERY FOR FOB DESTINA-TION UNLESS BLOCK ISMARKEDSEE SCHEDULE12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDERDPAS (15 CFR 700)13b. RATING14. METHOD OF SOLICITATIONRFQIFBRFP15. DELIVER TO CODE16. ADMINISTERED BYCODE17a. CONTRACTOR/OFFERORCODEFACILITY CODE18a. PAYMENT WILL BE MADE BYCODETELEPHONE NO.DUNS:DUNS+4:PHONE:FAX:17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKEDSEE ADDENDUM19.20.21.22.23.24.ITEM NO.SCHEDULE OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT(Use Reverse and/or Attach Additional Sheets as Necessary)25. ACCOUNTING AND APPROPRIATION DATA26. TOTAL AWARD AMOUNT (For Govt. Use Only)27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDAAREARE NOT ATTACHED.27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDAAREARE NOT ATTACHED28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________ 29. AWARD OF CONTRACT: REF. ___________________________________ OFFERCOPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED ________________________________. YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIEDSET FORTH HEREIN IS ACCEPTED AS TO ITEMS:30a. SIGNATURE OF OFFEROR/CONTRACTOR31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT)30c. DATE SIGNED31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT)31c. DATE SIGNEDAUTHORIZED FOR LOCAL REPRODUCTION(REV. 2/2012)PREVIOUS EDITION IS NOT USABLEPrescribed by GSA - FAR (48 CFR) 53.2127. FOR SOLICITATIONINFORMATION CALL:STANDARD FORM 1449OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS5336A79718Q000203-06-2018Rhoda Green, rhoda.green@708-786-525904-19-20182:00 PM CST36A797Department of Veterans AffairsNational Acquisition CenterBuilding 371st Avenue, One Block North of CermakHines IL 60141Y3345101250 EmployeesXN/AX 36A797Department of Veterans AffairsNational Acquisition CenterBuilding 371st Avenue, One Block North of CermakHines IL 60141 36A797Department of Veterans AffairsNational Acquisition CenterBuilding 371st Avenue, One Block North of CermakHines IL 60141See CONTINUATION PageVISN 20 Radiology PACSSee CONTINUATION PageXX1Rhoda GreenPicture Archiving and Communications System (PACS)REQUEST FOR QUOTATIONS (RFQ)For VISN 20 veteran Affairs Medical Center Facilities (VAMC) at the following Facilities:Portland VAMC/Puget Sound VAMC/AMERICAN Lake CBOC/Roseburg VAMC/Eugene CBOC/White CITy VAMC/Boise VAMC/spokane vamc/walla walla vamc/anchorage vamc/ RFQ Number: 36A79718Q0002 Issued: March 1, 2018CAUTION NOTICEVISN 20 has an immediate need to replace the Radiology PACS systems being solicited via this Request for Quotation (RFQ). Extension requests for offers and/or extension requests for responses to a Government requested clarification/discussions may not be granted.In accordance with RFQ section 4.7.1., the vendor must have an existing ATO or ATC for the system being offered at time of RFQ submission.The government intends to purchase a turnkey system, therefore, any professional services required for integration with existing databases, PACS, EHRs, or any other project must be included. This also applies to third party services. Vendors must include comprehensive Professional Services including Onsite Project Management, Workflow Analysis, and Efficiency Reengineering as a part of their offering to ensure that the PACS is deployed smoothly and to the optimum benefit of each facility. Vendor shall provide interfaces to current Third Party Applications and future Third Party Applications at no additional charge. Current Third Party vendors are:Nuance PowerScribe 360Nuance Peer Review/Critical ResultsTera Recon 3DCerner EHRFuture dose monitoring software (vendor unknown at this time)Tumor tracking software (vendor unknown at this time)Any future 3rd party vendor softwareVendors shall only offer specific capabilities that are commercially available at the time of offer submission, and not future releases. All items being offered must be contained on the vendors DIN-PACS IV contract or submitted in a modification request to be added to their contract at the time of submission. Significant delays resulting from product addition modifications could result in the selection of another vendor whose system is already on contract. Vendor shall provide an enterprise system where all facilities can cross read for each other. A Radiologist at one facility shall be able to read for another facility and those studies and reports will remain at the facility that the Radiologist read for.Vendors are required under the DIN-PACS program terms and conditions to provide full warranty support of all new hardware and software, supplies and services for a period of 12 months after final acceptance.The Veterans Administration (VA) will not perform acceptance testing of the system until the entire system, including 3rd party products included with the system, have been installed and a Notice of Readiness to inspect has been submitted to the Contracting Officer and COR listed on the delivery order. Each site will have its own POC and testing will be performed upon completion at each site.VA regulations do not allow for used computer/server hard drives and drives used for data migration to be returned to OEM vendors. Quoted migration and maintenance must include “keep the drive” clauses.Remote access to the PACS shall be accomplished utilizing the use of the Citrix gateway which is managed by Office of Information and Technology (OI&T) and Network and Security Operations Center (NSOC). The Citrix gateway is the only authorized method of connecting for remote support services between the VA and a trusted commercial partner. The vendor is responsible for procuring a DISA approved FIPS 140-2 point to point virtual private network (VPN)/firewall device that will reside on the commercial partner’s network. All vendor personnel, providing remote support, will have a current National Agency Check with Inquiries (NACI) and PIV card.All submissions will be restricted to either (i) vendors currently holding a Defense Logistics Agency (DLA) DIN-PACS IV Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, or (ii) vendors having submitted a proposal for award of a DIN-PACS IV contract from DLA, even if not yet awarded, however, the award of such a delivery order will be contingent upon the successful vendor having been awarded a DIN-PACS IV contract by the time of delivery order issuance.-End Caution Notice-Table of Contents TOC \o "1-3" \h \z \u HYPERLINK \l "_Toc256000000" 1.INTRODUCTION PAGEREF _Toc256000000 \h 7 HYPERLINK \l "_Toc256000001" 1.1 Request for Quotations (RFQ) Intent PAGEREF _Toc256000001 \h 7 HYPERLINK \l "_Toc256000002" 1.2 Scope of Work PAGEREF _Toc256000002 \h 7 HYPERLINK \l "_Toc256000003" 1.3 Locations PAGEREF _Toc256000003 \h 7 HYPERLINK \l "_Toc256000004" 1.4 Requirement Overview PAGEREF _Toc256000004 \h 9 HYPERLINK \l "_Toc256000005" 2.VAMC INFORMATION PAGEREF _Toc256000005 \h 9 HYPERLINK \l "_Toc256000007" 2.1 Portland VAMC PAGEREF _Toc256000007 \h 9 HYPERLINK \l "_Toc256000009" 2.2 Seattle VAMC PAGEREF _Toc256000009 \h 12 HYPERLINK \l "_Toc256000010" 2.3 Boise VAMC PAGEREF _Toc256000010 \h 13 HYPERLINK \l "_Toc256000011" 2.4 Walla Walla VAMC PAGEREF _Toc256000011 \h 15 HYPERLINK \l "_Toc256000012" 2.5 White City VAMC PAGEREF _Toc256000012 \h 16 HYPERLINK \l "_Toc256000013" 2.6 Spokane VAMC PAGEREF _Toc256000013 \h 18 HYPERLINK \l "_Toc256000014" 2.7 Roseburg VAMC PAGEREF _Toc256000014 \h 19 HYPERLINK \l "_Toc256000015" 2.8 Anchorage VAMC PAGEREF _Toc256000015 \h 21 HYPERLINK \l "_Toc256000016" 3.Vendor Instructions PAGEREF _Toc256000016 \h 22 HYPERLINK \l "_Toc256000018" 3.1 General Offer Instructions PAGEREF _Toc256000018 \h 22 HYPERLINK \l "_Toc256000019" 3.2 Offers must respond to this RFQ using the enclosed spreadsheets and VA Form 6550: PAGEREF _Toc256000019 \h 23 HYPERLINK \l "_Toc256000020" 3.3 Vendor Inquiries – Point of Contact PAGEREF _Toc256000020 \h 24 HYPERLINK \l "_Toc256000021" 3.4 Cost of Offer PAGEREF _Toc256000021 \h 25 HYPERLINK \l "_Toc256000022" 3.5 Confidentiality PAGEREF _Toc256000022 \h 25 HYPERLINK \l "_Toc256000023" 3.6 Rejection of Offers PAGEREF _Toc256000023 \h 25 HYPERLINK \l "_Toc256000024" 3.7Vendor Selection PAGEREF _Toc256000024 \h 25 HYPERLINK \l "_Toc256000025" 3.8 Payment Terms and Invoicing PAGEREF _Toc256000025 \h 26 HYPERLINK \l "_Toc256000026" 3.9 Supporting Documentation PAGEREF _Toc256000026 \h 26 HYPERLINK \l "_Toc256000027" 4.Minimum Requirements PAGEREF _Toc256000027 \h 26 HYPERLINK \l "_Toc256000028" 4.1 General Requirements PAGEREF _Toc256000028 \h 26 HYPERLINK \l "_Toc256000029" 4.2 System Requirements PAGEREF _Toc256000029 \h 28 HYPERLINK \l "_Toc256000030" 4.3 Clinical Requirements PAGEREF _Toc256000030 \h 35 HYPERLINK \l "_Toc256000031" 4.4 Migration Requirements PAGEREF _Toc256000031 \h 40 HYPERLINK \l "_Toc256000032" 4.5 Network Requirements PAGEREF _Toc256000032 \h 41 HYPERLINK \l "_Toc256000033" 4.6 Training Requirements PAGEREF _Toc256000033 \h 43 HYPERLINK \l "_Toc256000034" 4.7 Security Requirements PAGEREF _Toc256000034 \h 44 HYPERLINK \l "_Toc256000035" 4.8 Implementation Plan and Timeline PAGEREF _Toc256000035 \h 48 HYPERLINK \l "_Toc256000036" 5.EVALUATION Criteria for Award PAGEREF _Toc256000036 \h 49 HYPERLINK \l "_Toc256000037" 5.1 Evaluation Criteria for Minimum Requirements PAGEREF _Toc256000037 \h 49 HYPERLINK \l "_Toc256000038" 5.2 Evaluation Criteria for Desired Features PAGEREF _Toc256000038 \h 50 HYPERLINK \l "_Toc256000039" 5.3 Evaluation of Past Performance PAGEREF _Toc256000039 \h 50 HYPERLINK \l "_Toc256000040" 5.4 Evaluation Criteria for Price PAGEREF _Toc256000040 \h 51 HYPERLINK \l "_Toc256000041" Pricing will be evaluated based on the total cost of ownership (sum of all elements). The evaluated total price will include the following elements: PAGEREF _Toc256000041 \h 51 HYPERLINK \l "_Toc256000042" 5.5 Technical (Required/Desired Features), Past Performance & Price Relative Weights PAGEREF _Toc256000042 \h 51 HYPERLINK \l "_Toc256000043" 6.Appendix PAGEREF _Toc256000043 \h 51 TOC \o "2-3" \h \z \t "Heading 1,1,Style6,3,Title,1,Style7,2" HYPERLINK \l "_Toc256000044" 1.INTRODUCTION PAGEREF _Toc256000044 \h 7 HYPERLINK \l "_Toc256000045" 1.1 Request for Quotations (RFQ) Intent PAGEREF _Toc256000045 \h 7 HYPERLINK \l "_Toc256000046" 1.2 Scope of Work PAGEREF _Toc256000046 \h 7 HYPERLINK \l "_Toc256000047" 1.3 Locations PAGEREF _Toc256000047 \h 7 HYPERLINK \l "_Toc256000048" 1.4 Requirement Overview PAGEREF _Toc256000048 \h 9 HYPERLINK \l "_Toc256000049" 2.VAMC INFORMATION PAGEREF _Toc256000049 \h 9 HYPERLINK \l "_Toc256000050" 2.1 Portland VAMC PAGEREF _Toc256000050 \h 9 HYPERLINK \l "_Toc256000051" 2.2 Seattle VAMC PAGEREF _Toc256000051 \h 12 HYPERLINK \l "_Toc256000052" 2.3 Boise VAMC PAGEREF _Toc256000052 \h 13 HYPERLINK \l "_Toc256000054" 2.4 Walla Walla VAMC PAGEREF _Toc256000054 \h 15 HYPERLINK \l "_Toc256000055" 2.5 White City VAMC PAGEREF _Toc256000055 \h 16 HYPERLINK \l "_Toc256000056" 2.6 Spokane VAMC PAGEREF _Toc256000056 \h 18 HYPERLINK \l "_Toc256000057" 2.7 Roseburg VAMC PAGEREF _Toc256000057 \h 19 HYPERLINK \l "_Toc256000058" 2.8 Anchorage VAMC PAGEREF _Toc256000058 \h 21 HYPERLINK \l "_Toc256000059" 3.Vendor Instructions PAGEREF _Toc256000059 \h 22 HYPERLINK \l "_Toc256000061" 3.1 General Offer Instructions PAGEREF _Toc256000061 \h 22 HYPERLINK \l "_Toc256000062" 3.2 Offers must respond to this RFQ using the enclosed spreadsheets and VA Form 6550: PAGEREF _Toc256000062 \h 23 HYPERLINK \l "_Toc256000063" 3.3 Vendor Inquiries – Point of Contact PAGEREF _Toc256000063 \h 24 HYPERLINK \l "_Toc256000064" 3.4 Cost of Offer PAGEREF _Toc256000064 \h 25 HYPERLINK \l "_Toc256000065" 3.5 Confidentiality PAGEREF _Toc256000065 \h 25 HYPERLINK \l "_Toc256000066" 3.6 Rejection of Offers PAGEREF _Toc256000066 \h 25 HYPERLINK \l "_Toc256000067" 3.7Vendor Selection PAGEREF _Toc256000067 \h 25 HYPERLINK \l "_Toc256000068" 3.8 Payment Terms and Invoicing PAGEREF _Toc256000068 \h 26 HYPERLINK \l "_Toc256000069" 3.9 Supporting Documentation PAGEREF _Toc256000069 \h 26 HYPERLINK \l "_Toc256000070" 4.Minimum Requirements PAGEREF _Toc256000070 \h 26 HYPERLINK \l "_Toc256000072" 4.1 General Requirements PAGEREF _Toc256000072 \h 26 HYPERLINK \l "_Toc256000073" 4.2 System Requirements PAGEREF _Toc256000073 \h 28 HYPERLINK \l "_Toc256000075" 4.3 Clinical Requirements PAGEREF _Toc256000075 \h 35 HYPERLINK \l "_Toc256000076" 4.4 Migration Requirements PAGEREF _Toc256000076 \h 40 HYPERLINK \l "_Toc256000077" 4.5 Network Requirements PAGEREF _Toc256000077 \h 41 HYPERLINK \l "_Toc256000078" 4.6 Training Requirements PAGEREF _Toc256000078 \h 43 HYPERLINK \l "_Toc256000079" 4.7 Security Requirements PAGEREF _Toc256000079 \h 44 HYPERLINK \l "_Toc256000080" 4.8 Implementation Plan and Timeline PAGEREF _Toc256000080 \h 48 HYPERLINK \l "_Toc256000082" 5.EVALUATION Criteria for Award PAGEREF _Toc256000082 \h 49 HYPERLINK \l "_Toc256000083" 5.1 Evaluation Criteria for Minimum Requirements PAGEREF _Toc256000083 \h 49 HYPERLINK \l "_Toc256000084" 5.2 Evaluation Criteria for Desired Features PAGEREF _Toc256000084 \h 50 HYPERLINK \l "_Toc256000087" 5.3 Evaluation of Past Performance PAGEREF _Toc256000087 \h 50 HYPERLINK \l "_Toc256000088" 5.4 Evaluation Criteria for Price PAGEREF _Toc256000088 \h 51 HYPERLINK \l "_Toc256000089" Pricing will be evaluated based on the total cost of ownership (sum of all elements). The evaluated total price will include the following elements: PAGEREF _Toc256000089 \h 51 HYPERLINK \l "_Toc256000090" 5.5 Technical (Required/Desired Features), Past Performance & Price Relative Weights PAGEREF _Toc256000090 \h 51 HYPERLINK \l "_Toc256000091" 6.Appendix PAGEREF _Toc256000091 \h 51INTRODUCTION1.1 Request for Quotations (RFQ) IntentVISN 20 is working with multiple VAMC’s to procure and implement replacement Picture Archiving and Communication Systems (PACS) 1.2 Scope of WorkThe primary goal of this acquisition is to provide a PACS and a 4-year post warranty maintenance plan for all VAMC’s included in the RFQ. Please note that all PACS are being solicited with an 8-year lifecycle (1 warranty and 7 years of post-warranty maintenance), however vendors are only being requested to include 4 years of post-warranty maintenance in their offers because it is anticipated that during post warranty year 4?a technology and software refresh may be performed (subject to Government funding). Any future system hardware and/or software upgrades, replacements, or additional maintenance costs during the 8-year lifecycle may be sole sourced to the awardee if the pricing can be determined fair and reasonable.Contractor shall include maintenance and upgrades of all hardware and software, including any Operating System Software such Microsoft or other OS software for the term of the contract. (Hardware Upgrade means: if the hardware will not support your software anymore, then the vendor will upgrade the hardware to meet your hardware requirement needed to run your software at no additional cost for the life of the contract)(Software upgrade means any software upgrades to your product will be applied to this system at no additional charge for the life of this contract)(Maintenance means any required work or repairs needed for hardware or software will be covered by the vendor for the life of this contract)Contractor shall provide a process to maintain live production while the system is getting a hardware or software updates.All software licenses needed to operate your enterprise system (such MS OS or SQL or Oracle, ect. ) will be provided as part of this contract and shall be maintained for the life of the contract.1.3 LocationsVISN 20 is comprised of multiple physical sites, comprising eight (8) main organizational entities and (5) smaller facilities. The care facilities are located at the following locations and will also include smaller Community Based Outpatient Clinics (CBOCs) listed here. All installation/configuration work is expected to take place on-site at the following VAMC’s:Portland VA Medical Center3710 SW Veterans Hospital RoadPortland, OR 97207Seattle VA Medical Center1660 South Columbian WaySeattle, WA 98108American Lake CBOC9600 Veterans DriveTacoma, WA 98493Alaska VA Medical Center1201 North Muldoon RoadAnchorage, AK 99504Boise VA Medical Center500 Fort StreetBoise, ID 83702Roseburg VAMC913 NW Garden Valley BlvdRoseburg, OR 97471Spokane VAMC4815 N. Assembly StreetSpokane, WA 99205White City VAMC8495 Crater Lake HighwayWhite City, OR 97503Walla Walla VAMC77 Wainwright DriveWalla Walla, WA 99362Eugene CBOC3355 Chad DriveEugene, OR 97408Sacramento Data Center*1100 N. Market Blvd.Sacramento, CA 95834Vancouver Data Center1601 E Fourth Plain BlvdVancouver, WA 98661Minneapolis VAMC (software only)One Veterans DriveMinneapolis, MN 55417*Sacramento is currently the data center and could move to Vancouver.1.4 Requirement Overview The proposed system must result in the achievement of the following requirements:Installed PACS that are in compliance with all specifications, terms, and conditions of the Defense Logistics Agency Troop Support Digital Imaging Network-Picture Archive and Communications System (DIN-PACS) IV contract, and the provisions set forth in this RFQ.Replace all existing PACS and make accessible to physicians throughout VISN 20.In accordance with the minimum requirements outlined below, enable the distribution of Radiology exams for tele-radiology support if applicable. VAMC INFORMATION2.1 Portland VAMCThe VA Portland Health Care System (VAPORHCS) is a two-division, Joint Commission accredited 1A facility that administers a full range of primary, emergency, specialty, tertiary, and long-term care to Veterans throughout Oregon and Southwestern Washington. In addition to two main divisions located in Portland, Oregon and Vancouver, Washington, VAPORHCS operates nine Community Based Outpatient/Outreach Clinics (CBOCs) located in Newport, Lincoln City, Warrenton, Bend, Salem, Fairview, Downtown Portland, West Linn, Hillsboro, and The Dalles. The VAPORHCS catchment area covers more than 30,000 square miles and 26 counties. In addition to these clinics, VAPORHCS also operates a Community Resource & Referral Center (CRRC) which serves homeless Veterans in downtown Portland. The facility provides comprehensive medical care to approximately?96,000 eligible beneficiaries (veterans). It currently has a twenty-bed intensive care unit and a 277-bed facility.There are 12 Radiologists. Portland reads for Puget Sound from 0800-2000hrs daily.Portland: ModalitiesA list of imaging devices at the VAMC that will connect to the proposed systems is available in Table 1. Table 1: Portland ModalitiesQtyMODALITY/DEVICEMANUFACTURERMODELDICOM2Nuc Med/Spect CT SiemensT1 and T2Y1Nuc MedSiemensSpect Work StationY1Nuc Med/Gam CamPhilipsSkylightY1Nuc MedGESkylight Work StationY1Nuc MedPhilipsPegasusY1Nuc Med/Pet CTPhilipsIngenuity TFY7UltrasoundGELogiq E9Y5UltrasoundGEVivid E9Y1UltrasoundPhilipsCX50Y1UltrasoundPhilipsEpiq GY1UltrasoundSiemens AcusonCypressY1UrologyDornierGenesisY1UrologySiemensUroskop AccessY1Hybrid ORPhilipsFD 20Y1Hybrid ORPhilips3D Work StationY1O-ArmMedtronicO-ArmY2O-ArmMedtronicStealth Work StationY1AngioPhilipsFD 20/20Y1AngioPhilips3D Work StationY1AngioToshibaInfinixY1AngioVital ImagesVitrea 3DY1CTPhilipsIngenuity 128Y1CTPhilipsIQonY1MRI 3TPhilipsAchieva XRY1MRI PhilipsView Forum EVY1MRI 1.5TGEOptimaY1MRI 1.5T MobilePhilipsAchievaY1R/FGEP500Y1R/FForesightTIMSY1R/FGEDRM Work StationY1R/FSiemensLuminosY1Fixed C-ArmSiemensMPRY3C-ArmGE/OEC9900Y1C-ArmGE/OEC9800Y1C-ArmOrthoscanMini-CY2C-ArmPhilipsVeradiusY1ServerPhilipsISP 8.0Y1ServerPhilipsISP Spectral 6.5Y4ServerTeraReconAquariusY5VM ServerGEDoseWatchY1Bone SuppressionRiverRainClearReadY10Xray RADShimadzuRadSpeedY2Cath LabSiemensArtis Zee Bi-PlaneY1Bone DensityGEIDXAY6PortablesCanonRAD PROYPortland: Annual WorkloadAnnual Radiology department workload for 2016 and 2017 is summarized in Table 2.Table 2: Portland Annual WorkloadYear/ModalityTotalExamsTele-Rad20169400053052017940005732Portland: Current PACS ConfigurationThe VAMC PACS or imaging storage infrastructure is summarized in Table 3. Total Exams represents the number of exams currently in the database and not necessarily the number of exams that have images on the local PACS cache.Table 3: Portland PACSManufacturerModelVersionTotal ExamsTotal Storage Usage*AgfaIMPAX6.7557,103K30.0TB* Total Exams are the number of exams registered in the current PACS database within the past year. Total Storage Usage is based on a recent query of the storage size of the exams currently stored in cache and may not reflect exact values.Portland: Tele-Radiology InformationProvides reading services for the VAMC summarized in Table 4.Table 4: Tele-Radiology Site PACSAnnual ExamsSeattle VAMCAgfa PACS 6.7500*Supports in a back-up capacity onlyPortland receives after hours reading support from National Teleradiology Program (NTP) reading services.2.2 Seattle VAMC VA Puget Sound Health Care System is a Joint Commission-accredited, level 1-A tertiary health care system, regional amputation center, polytrauma network site, research, and academic 416-bed medical center featuring seven Centers of Excellence. The facility provides comprehensive medical care to approximately 105,000 eligible beneficiaries (veterans). It currently has a Thirty-bed intensive care unit.Seattle: ModalitiesA list of imaging devices at the VAMC that will connect to the proposed systems is available in Table 5. Table 5: Seattle ModalitiesQtyMODALITY/DEVICEMANUFACTURERMODELDICOM1Nuclear Medicine PhilipsPrecedence Y1Nuclear MedicinePhilipsForte Y1Nuclear MedicineSiemensINTEVO 6Y1Nuclear MedicineDIGIRADX-ACTY5UltrasoundPhilipsIU22Y3ULTRASOUNDSONOSITEVARIOUSY3MRIPHILIPSACHIEVA 1.5RY9UltrasoundPhilipsEpiq Y4XrayFUJIFDR D-EVO Y2CR READERFUJI5000Y2CTGELightspeed RT 16/DISCOVERY HD750Y2CTPhilipsiCT/ IngunityY1MRIGE 450WY1XrayGEPrecision500Y2XRAY R/FSIEMENSARTIS DTA/QY1XRAYSIEMENSAXIOM ARITSOSY1 XraySiemensLuminousY5XrayGE9900YXRAYPhilipsPulseraY2XrayGE9800Y3Bone DensityHologicDiscovery QDR SeriesY5 PortablesVirtual ImagingRad pro 40KWY1PORTABLESGEAMX700Y1XraySiemensUroskopY1XrayLiebel-FlarsheimHPDRHSFPySeattle: Annual WorkloadAnnual Radiology department workload for 2016 and 2017 is summarized in Table 6.Table 6: Seattle Annual WorkloadYear/ModalityTotal ExamsTELE20169200050002017920005000Seattle: Current PACS ConfigurationThe VAMC PACS or imaging storage infrastructure is summarized in Table 7. Total Exams represents the number of exams currently in the database and not necessarily the number of exams that have images on the local PACS cache.Table 7: Seattle PACSManufacturerModelVersionTotal ExamsTotal Storage Usage*AgfaIMPAX6.739,481K30.0 TB* Total Exams are the number of exams registered in the current PACS database within the past year. Total Storage Usage is based on a recent query of the storage size of the exams currently stored in cache and may not reflect exact values.Seattle: Tele-Radiology InformationProvides reading services for the VAMC summarized in Table 8.Table 8: Tele-Radiology Site PACSAnnual ExamsSpokaneAgfa PACS 6.72500*Supports in a back-up capacity onlySeattle receives after hours reading support from National Teleradiology Program (NTP) reading services.2.3 Boise VAMCThe Boise VAMC is a 46-bed facility with an adjacent 32-bed extended care unit which houses nine-beds for inpatient substance abuse. The Boise VAMC also operates Community Based Outpatient Clinics (CBOCs) in Twin Falls, and Caldwell, Idaho, an Outreach Clinic In Burns, Oregon, Mountain Home, and Salmon, Idaho. The Boise VAMC is an acute care teaching hospital, providing a full range of patient care services, with state-of-the-art technology as well as education and research. Comprehensive health care is provided through primary care, secondary, and long-term care in areas of medicine, surgery, psychiatry, physical medicine and rehabilitation, oncology, dentistry, geriatrics, and extended care. The facility provides comprehensive medical care to approximately 29,134 eligible beneficiaries (veterans). It currently has a 10-bed intensive care unit.The department has 4 Radiology Technicians and 5 Radiologists. Boise: ModalitiesA list of imaging devices at the VAMC that will connect to the proposed systems is available in Table 9. Table 9: Boise ModalitiesQtyMODALITY/DEVICEMANUFACTURERMODELDICOM1XrayGEGE D8000y2XrayGEGE XR656y1C-ArmPhilipsMD ELEVAy1Nuclear MedicineGEGE530Cy1MRISiemensMagneton Aeray1Nuclear MedicineGEInfiniay1CT scannerGEDiscovery CT750 HDy2UltrasoundPhilipsLogiq E9y1C-armGEOEC 9800y1C-armGEOEC 6800y3C-armGEOEC 9900y1XrayGEP550DyBoise: Annual WorkloadAnnual Radiology department workload for 2016 and 2017 is summarized in Table 10.Table 10: Boise Annual WorkloadYear/ ModalityTotal Exams201639000201739000Boise: Current PACS ConfigurationThe Boise PACS or imaging storage infrastructure is summarized in Table 11. Total Exams represents the number of exams currently in the database and not necessarily the number of exams that have images on the local PACS cache.Table 11: Boise PACSManufacturerModelVersionTotal ExamsTotal Storage Usage*AgfaIMPAX6.7543,7607 TB* Total Exams are the number of exams registered in the current PACS database within the past year. Total Storage Usage is based on a recent query of the storage size of the exams currently stored in cache and may not reflect exact values.Boise: Tele-Radiology InformationProvides reading services for the VAMC summarized in Table 12.Table 12: Tele-Radiology Site PACSAnnual ExamsN/AAgfa PACS 6.70*Supports in a back-up capacity onlyBoise receives after hours reading support from National Teleradiology Program (NTP) reading services.2.4 Walla Walla VAMC The Jonathan M. Wainwright Memorial VA Medical Center (Walla Walla VAMC) is a Joint Commission-accredited facility located in Walla Walla, Washington, which serves Veterans within a 50,000 square-mile primary service area that encompasses 16 counties in portions of three states, including southeastern Washington, northeastern Oregon, and central Idaho. This facility is one of eight regional sites belonging to VHA’s Veterans Integrated Service Network 20 (VISN 20), which serves a region that encompasses the states of Oregon, Idaho, Washington, and Alaska.. The facility provides comprehensive medical care to approximately 18,820 eligible beneficiaries (veterans). It currently is a 36-bed facility.The department has 3 Radiology Technicians and 1 Radiologists. Walla Walla: ModalitiesA list of imaging devices at the facility that will connect to the proposed systems is available in Table 13. Table 13: Walla Walla ModalitiesQtyMODALITY/DEVICEMANUFACTURERMODELDICOM1CR ReaderAgfaCR 35-XY2 X-RayFuji-Cr plate readerXG5000Y1CTGELightspeed VCT 64 sliceY1Bone DensityGEDexaY2UltrasoundGELogiq E9YWalla Walla: Annual WorkloadAnnual Radiology department workload for 2016 and 2017 is summarized in Table 14.Table 14: Walls Walla Annual WorkloadYear/ModalityTotal Exams201610000201710000Walla Walla: Current PACS ConfigurationThe Walla Walla PACS or imaging storage infrastructure is summarized in Table 15. Total Exams represents the number of exams currently in the database and not necessarily the number of exams that have images on the local PACS cache.Table 15: Langley PACSManufacturerModelVersionTotal ExamsTotal Storage Usage*AgfaIMPAX6.7407,0904 TB* Total Exams are the number of exams registered in the current PACS database within the past year. Total Storage Usage is based on a recent query of the storage size of the exams currently stored in cache and may not reflect exact values.2.5 White City VAMCThe VA Southern Oregon Rehabilitation Center & Clinics (VA SORCC) is a Joint Commission, Commission on Accreditation of Rehabilitation Facilities (CARF), and College of American Pathologists (CAP) accredited facility serving as a national resource for Veterans. As VA’s only free standing rehabilitation center, this 366-bed facility serves as a regional and national resource for underserved special populations, e.g., homeless, chronic mentally ill and substance abuse. VA SORCC provides quality residential treatment in psychiatry, addictions, medicine, bio-psychosocial, physical and vocational rehabilitation. Primary outpatient medical, dental and mental health care is offered to Veterans living in the southern Oregon and northern California region. Rural healthcare clinics include: Klamath Falls Community Based Outpatient Clinic (CBOC) and Grants Pass CBOC which provides primary and mental health care. The facility provides comprehensive medical care to approximately 18,048 eligible beneficiaries (veterans). There are 3 Radiologists. The department has 4 Radiology Technicians. White City: ModalitiesA list of imaging devices at the VAMC that will connect to the proposed systems is available in Table 16. Table 16: White City ModalitiesQtyMODALITY/DEVICEMANUFACTURERMODELDICOM1XrayPhilipsDigital DiagnostY1XrayPhilipsEasy Diagnost Eleva 4.0Y1CTPhilipsIngenuity 64 sliceY2UltrasoundToshiba4200FAYWhite City: Annual WorkloadAnnual Radiology department workload for 2016 and 2017 is summarized in Table 17.Table 17: White City Annual WorkloadYear/ModalityTotal Exams201610000201710000White City: Current PACS ConfigurationThe White City PACS or imaging storage infrastructure is summarized in Table 18. Total Exams represents the number of exams currently in the database and not necessarily the number of exams that have images on the local PACS cache.Table 18: White City PACSManufacturerModelVersionTotal ExamsTotal Storage Usage*AgfaIMPAX6.7286,6634 TB* Total Exams are the number of exams registered in the current PACS database within the past year. Total Storage Usage is based on a recent query of the storage size of the exams currently stored in cache and may not reflect exact values.White City: Tele-Radiology InformationProvides reading services for the VAMC summarized in Table 19.Table 19: Tele-Radiology Site PACSAnnual ExamsSpokaneAgfa PACS 6.75000*Supports in a back-up capacity only2.6 Spokane VAMCThe Mann-Grandstaff VA Medical Center, Spokane, Washington, is a Joint Commission accredited, complexity level 3 facility serving Veterans across three states covering 64,000 square miles. The medical center operates two Community Based Outpatient Clinics (CBOC) in Coeur d’Alene, Idaho and Wenatchee, Washington, as well as three contracted Rural Health Clinics in the following areas: Libby, Montana; Sandpoint, Idaho; and Tonasket, Washington. The facility provides comprehensive medical care to approximately 31,293 eligible beneficiaries (veterans). It currently has a four-bed intensive care unit and a 70-bed facility.The department has 4 Radiologists and 6 Radiology Technicians. Spokane: ModalitiesA list of imaging devices at the VAMC that will connect to the proposed systems is available in Table 20. Table 20: Spokane ModalitiesQtyMODALITY/DEVICEMANUFACTURERMODELDICOM1Nuclear Medicine Philips/ADACForteY1Nuclear MedicinePhilipsCardio MDY1UltrasoundSiemensSequoia 512Y1UltrasoundSiemensSequoia S 2000Y1CTGELightspeedY1MRIGEHDXT 3.0 TY1X-rayCannonURS++Y3X-rayGERXIY1X-rayPhilipsEasy Diagnost ElevaY1Bone DensityGEBone densitometerY4PortablesCannonRad-proY* Expected to be replaced in the near futureSpokane: Annual WorkloadAnnual Radiology department workload for 2016 and 2017 is summarized in Table 21.Table 21: Spokane Annual WorkloadYear/ModalityTotal Exams201639000201739000Spokane: Current PACS ConfigurationThe Spokane PACS or imaging storage infrastructure is summarized in Table 22. Total Exams represents the number of exams currently in the database and not necessarily the number of exams that have images on the local PACS cache.Table 22: Spokane PACSManufacturerModelVersionTotal ExamsTotal Storage Usage*AgfaIMPAX6.7816,9557 TB* Total Exams are the number of exams registered in the current PACS database within the past year. Total Storage Usage is based on a recent query of the storage size of the exams currently stored in cache and may not reflect exact values.Spokane: Tele-Radiology InformationProvides reading services for the VAMC summarized in Table 23.Table 23: Tele-Radiology Site PACSAnnual ExamsSeattle VAMCAgfa PACS 6.75000White CityAgfa PACS 6.7300*Supports in a back-up capacity onlySpokane receives after hours reading support from National Teleradiology Program (NTP) reading services.Spokane receives EICU support from Minneapolis where Minneapolis views Spokane PACS images from their OI&T workstation2.7 Roseburg VAMC The Roseburg VA Health Care System (RVAHS) is a Joint Commission accredited, complexity level three organization, consisting of a medical center located in Roseburg, OR, two Community Based Outpatient Clinics located in Brookings and North Bend, OR, and the Eugene VA Health Care Center in Eugene, OR. The Roseburg campus consists of 114 acres and 42 buildings. RVAMC offers primary care, surgical services, long term care, and mental health inpatient and outpatient services. Specialty services not provided by RVAMC are offered through the Portland VA Medical Center or in the communities in our primary service areas. The facility provides comprehensive medical care to approximately 26,792 eligible beneficiaries (veterans). It is a 112-bed facility.There are 4 Radiologists. The department has 5 Radiology Technicians.Roseburg: ModalitiesA list of imaging devices at the VAMC that will connect to the proposed systems is available in Table 24. Table 24: Roseburg ModalitiesQtyMODALITY/DEVICEMANUFACTURERMODELDICOM1Nuclear Medicine GEInfiniaY4UltrasoundGELogic E9Y2UltrasoundPhilipsEpic E7Y1UltrasoundGELogic EY2CTPhilipsIngenuity 128 Y1MRIGESigna 1.5TY1MRIPhilipsIngenia 1.5TY2X-rayFujiFR DevoY2X-rayPhilips R&FEasy DiagnostY1X-rayPhilips Rad Room?Y1Bone DensityGELunarY3PortablesGEOEC 9900YRoseburg VAMC: Annual WorkloadAnnual Radiology department workload for 2016 and 2017 is summarized in Table 25.Table 25: Roseburg Annual WorkloadYear/ModalityTotalExams201631671201731199Roseburg VAMC: Current PACS ConfigurationThe Roseburg PACS or imaging storage infrastructure is summarized in Table 26. Total Exams represents the number of exams currently in the database and not necessarily the number of exams that have images on the local PACS cache. Table 26: Roseburg PACSManufacturerModelVersionTotal ExamsTotal Storage Usage*AgfaIMPAX6.7195,6477 TB* Total Exams are the number of exams registered in the current PACS database within the past year. Total Storage Usage is based on a recent query of the storage size of the exams currently stored in cache and may not reflect exact values.Roseburg: Tele-Radiology InformationProvides reading services for the VAMCs summarized in Table 27.Table 27: Tele-Radiology Site PACSAnnual ExamsWhite CityAgfa IMPAX 6.7200Roseburg receives after hours reading support from National Teleradiology Program (NTP) reading services.2.8 Anchorage VAMCThe Alaska VA Healthcare System (AVAHS) is a Joint Commission accredited, complexity level 3 facility serving Veterans throughout Alaska. The parent facility is in Anchorage, Alaska and is adjacent to the 673d MDG, Joint Base Elmendorf Richardson which is a VA/DoD Joint Venture Hospital. Five VA Community Based Outpatient Clinics (CBOC) are in Fairbanks (358 miles north of Anchorage), Kenai (158 miles south of Anchorage), Wasilla (41 miles north of Anchorage), Juneau (569 air miles from Anchorage) and Homer (222 miles south of Anchorage). The Fairbanks VA CBOC is embedded in Bassett Army Community Hospital under a VA/DoD interagency sharing agreement. The Homer VA CBOC is served by staff from the Kenai VA CBOC. The Juneau VA CBOC operates with a sharing agreement with the U.S. Coast Guard both of which are located in the Juneau Federal Building. The facility provides comprehensive medical care to approximately 18,148 eligible beneficiaries (veterans). There is 1 Radiologists. The department has 3 Radiology Technicians. Anchorage: ModalitiesA list of imaging devices at the VAMC that will connect to the proposed systems is available in Table 28. Table 28: Anchorage ModalitiesQtyMODALITY/DEVICEMANUFACTURERMODELDICOM1UltrasoundPhilipsIU22Y1CT @ JBERToshibaAquillionY1MRI @ JBERGE3TY1MRI @ JBERGESigna HDx 1.5Y1XrayPhilipsOptimusY1XrayPhilipsEasy DiagnostYAnchorage: Annual WorkloadAnnual Radiology department workload for 2016 and 2017 is summarized in Table 29.Table 29: Anchorage Annual WorkloadYear/ModalityTotal Exams2016900020179000Anchorage VAMC: Current PACS ConfigurationThe Anchorage PACS or imaging storage infrastructure is summarized in Table 30. Total Exams represents the number of exams currently in the database and not necessarily the number of exams that have images on the local PACS cache.Table 30: Anchorage PACSManufacturerModelVersionTotal ExamsTotal Storage Usage*AgfaIMPAX6.3338,6245 TB* Total Exams are the number of exams registered in the current PACS database within the past year. Total Storage Usage is based on a recent query of the storage size of the exams currently stored in cache and may not reflect exact values.Anchorage: Tele-Radiology InformationProvides reading services for the VAMC summarized in Table 31.Table 31: Tele-Radiology Site PACSAnnual ExamsN/AAgfa PACS 6.70*Supports in a back-up capacity onlyAnchorage receives after hours reading support from National Teleradiology Program (NTP) reading services.Vendor Instructions 3.1 General Offer InstructionsSoft copies of the offers shall be sent to the designated POC at the NAC either via email/upload* or Compact Disk (CD). Additionally, one hard copy offer shall be sent to the following location:Department of Veterans AffairsNational Acquisition CenterNational Contract ServiceC/O Rhoda GreenP.O. BOX 76Hines, IL 60141Email: HYPERLINK "mailto:rhoda.green@" rhoda.green@ *Please restrict direct emails to UNDER 10MB as larger sized emails will not reach NAC VHA email accounts. Vendor may also upload to the AMRDEC Safe Access File Exchanged (SAFE) website () and the VA will download the files when a notification email is received.**Hard copy offers can be sent after the soft copy has been submitted. Hard copies should be received no more than 2 business days after the soft copy.3.2 Offers must respond to this RFQ using the enclosed spreadsheets and VA Form 6550: Technical Volume- The Technical Volume spreadsheet contains the following eleven tabs and will assist the Technical Evaluation Team in locating the detailed responses listed in the Technical Volume. The Technical Volume must not exceed 100 pages:Cover Sheet/Table of Contents – Vendors must fill in their name and DIN-PACS contract number.General Requirements – Lists the Statement of Work (SOW) Minimum and Desired Requirements. Vendors must indicate if their offered solution meets the requirement, provide additional comments as to how the offered solution meets or doesn’t meet the requirement, and identify any additional documentation/references being provided as part of the offer that further explains how the vendor meets the requirement.System Requirements- Lists the Statement of Work (SOW) Minimum and Desired Requirements. Vendors must indicate if their offered solution meets the requirement, provide additional comments as to how the offered solution meets or doesn’t meet the requirement, and identify any additional documentation/references being provided as part of the offer that further explains how the vendor meets the requirement.Clinical Requirements– Lists the Statement of Work (SOW) Minimum and Desired Requirements. Vendors must indicate if their offered solution meets the requirement, provide additional comments as to how the offered solution meets or doesn’t meet the requirement, and identify any additional documentation/references being provided as part of the offer that further explains how the vendor meets the requirement.Migration Requirements- Lists the Statement of Work (SOW) Minimum and Desired Requirements. Vendors must indicate if their offered solution meets the requirement, provide additional comments as to how the offered solution meets or doesn’t meet the requirement, and identify any additional documentation/references being provided as part of the offer that further explains how the vendor meets the work- Lists the Statement of Work (SOW) Minimum and Desired Requirements. Vendors must indicate if their offered solution meets the requirement, provide additional comments as to how the offered solution meets or doesn’t meet the requirement, and identify any additional documentation/references being provided as part of the offer that further explains how the vendor meets the requirement.Training- Lists the Statement of Work (SOW) Minimum and Desired Requirements. Vendors must indicate if their offered solution meets the requirement, provide additional comments as to how the offered solution meets or doesn’t meet the requirement, and identify any additional documentation/references being provided as part of the offer that further explains how the vendor meets the requirement.Security- Lists the Statement of Work (SOW) Minimum and Desired Requirements. Vendors must indicate if their offered solution meets the requirement, provide additional comments as to how the offered solution meets or doesn’t meet the requirement, and identify any additional documentation/references being provided as part of the offer that further explains how the vendor meets the requirement.Implementation Plan and Timeline- Vendors must provide an implementation plan and timeline for all 12 sites. The plan must describe the vendors plan to implement all 12 systems at different locations.STS Calculations-. The vendor shall provide calculations that clearly show that the memory size and configuration offered are sufficient to meet this requirement. – Note: Screenshots of spreadsheets often do not show enough information to evaluate the storage memory size. Thus, vendors are encouraged to provide their short term storage calculations as part of the proposal. Vendors who wish to provide the short term storage calculations in Excel format, should use this tab.Past Performance- – Vendors should indicate in this tab if all of the documents for past-performance evaluation are included in their offer.Price Volume- In addition to Quotes, vendors must provide an excel workbook summarizing price elements (Hardware, Software, Training, Installation, Implementation & Training, Post Warranty per site, Data Migration, and Storage Archiving) by facility Vendors will be evaluated on their total price (sum of all elements). Vendor Workups- Shall be completed using the attached Vendor Workup excel spreadsheet for each facility listed in Section 2.VA Form 6550- must be completed and submitted with response. Vendors must provide the ACL and port configurations as part of the 6550.All items being offered must be contained on a vendors DIN-PACS IV contract or submitted in a modification request to be added to their contract at the time of offer submission.Offers must be received no later than 2:00 PM CST on Thursday, April 19, 2018. Any offer, modification, revision, or withdrawal of an offer received after the exact time specified for receipt of offers is “late” and will be handled in accordance with FAR 52.212-1, Instruction to Offerors -- Commercial Items, (f) Late submission. A letter committing the vendor to the offer must be signed by a responsible and authorized officer of the company and accompany the offer. Quotes must be good through November 30, 2018.By submitting an offer your company agrees to all applicable provisions, terms and conditions associated with this RFQ.3.3 Vendor Inquiries – Point of ContactAny questions, requests for clarification or requests for data in connection with the procurement shall be made to HYPERLINK "mailto:rhoda.green@" rhoda.green@ and HYPERLINK "mailto:aldwyn.singleton@" aldwyn.singleton@. Questions should be sent via email no later than 2:00 PM CST on Thursday, March 15, 2018.3.4 Cost of OfferThe Government shall not be responsible or liable for any costs incurred by the vendor in the preparation and submission of their response.3.5 ConfidentialityAll information contained in this RFQ is considered to be the exclusive property of the Government. Recipients of this RFQ are not to disclose any information contained within unless such information is publically available. This RFQ is provided for the sole purpose of enabling the vendor to develop a response.3.6 Rejection of Offers The Government reserves the right to reject any or all offers which are deemed to be incomplete, late in submission, or unsatisfactory in any way. The Government shall have no obligation to award a delivery order for products, work, goods, and/or services as a result of this RFQ.Vendor SelectionThis RFQ is being issued under the DLA Troop Support DIN-PACS contract program. All submissions will be restricted to either (i) vendors currently holding a Defense Logistics Agency (DLA) DIN-PACS IV Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, or (ii) vendors having submitted a proposal for award of a DIN-PACS IV contract from DLA, even if not yet awarded, however, the award of such a delivery order will be contingent upon the successful vendor having been awarded a DIN-PACS IV contract by the time of delivery order issuance. All items being offered must be contained on a vendors DIN-PACS contract or submitted in a modification request to be added to their contract at the time of offer submission. This acquisition will result in a single vendor being selected to provide the specified PACS. The government anticipates award of a Firm Fixed Price delivery order(s). The RFQ will result in a single vendor selection, however the resultant award may consist of multiple delivery orders to cover the entire VISN. The split of resultant orders may be based on location or any other criteria deemed appropriate. The vendor selection for the delivery order(s) will be based on the Government’s evaluation and determination of which vendor will provide the overall best value to the Government, taking into consideration the minimum requirements, the evaluated technical requirements (desired features), past performance, and price. Pricing will be evaluated based on the total cost of ownership, taking into account the initial acquisition cost, and the post warranty maintenance costs for four (4) years following the warranty period. The evaluated total price will include the following elements: Hardware, Software, Training, Installation, Implementation & Training, Post Warranty per site, Data Migration, and Storage Archiving. Vendors will be evaluated on their total price (sum of all elements). The Government intends to make an award based on initial offers submitted. However, it reserves the right to conduct negotiations if the contracting officer determines them necessary. The Government will place a delivery order in accordance with the ordering terms and conditions specified in the DIN-PACS IV program. 3.8 Payment Terms and InvoicingThe payment terms for the delivery orders award against this RFQ, will consist of a commercial interim payment of 80% of the total price of the equipment/system. The interim payment will be authorized after the awardee delivers the equipment and the receipt of the equipment is confirmed by the Contracting Officer. The remaining 20% of the total price of the equipment/system will be paid after final inspection and acceptance. Any commercial interim payments are contract financing payments for prompt payment purposes and are not subject to the interest penalty provisions of the Prompt Payment Act in accordance with FAR Subpart 32.9Invoices must be submitted electronically through Tungsten ( HYPERLINK "" ).3.9 Supporting DocumentationThe vendor’s offer shall clearly demonstrate how the offered solution can meet each of the requirements outlined in this RFQ including each of the requirements outlined under the Minimum Requirements section (Section 4). Vendors’ responses to each of the Minimum Requirements outlined in Section 4 of this RFQ should be documented in the Technical Volume and Technical Summary Spreadsheet.Minimum RequirementsAt a minimum, vendors must meet the following requirements and provide an explanation on how the requirement will be achieved. Offerors simply providing general statements or paraphrasing/parroting the SOW/RFQ in whole or in any part may result in a rating of unacceptable and THE OFFER MAY NOT BE EVALUATED FURTHER.If a vendor meets all of the minimum requirements they will be evaluated on their ability to meet the desired capabilities defined below in accordance with THE EVALUATION criteria stated herein and how they exceed the minimum requirements:Notice:???In the instance that the vendor fails to price items needed to meet a minimum requirement contained within this RFQ, the vendor will still fulfill the requirement at no additional cost to the government.?4.1 General RequirementsThe vendor shall agree to submit, along with their Notice of Readiness to Inspect, a detailed parts list for each component of the system. The list will be divided into 2 categories: Software Received and Hardware Received. Each item will be labeled at install with vendor’s part number, and if not already present, a serial number. The list will include the following data: Each part, component, or module shall include, but is not limited to, the following data:Manufacturer’s NameItem Name/Product DescriptionManufacturer’s Serial NumberManufacturer’s Model NumberContract Part Number (or other unique identifier) for each componentLocation of equipment on site at time of installationComponent End of Service Life (EOSL) or End of Warranty if other than one year, if availableFor each location/system installed the vendor agrees to provide a detailed network layout of the PACS and all connected devices to it at time of acceptance.Vendors shall propose a PACS solution that includes all hardware, software and licenses required for operation. The offers shall include quotations with line item pricing with the equipment and software products sub-totaled separately from the installation, integration, other professional services, clearly distinguishing items included in their offer that are being offered but are not currently on your DIN-PACS price book. Vendor shall agree to locate all equipment on VA premises, or other locations as determined by VISN 20.Vendors shall propose maintaining a formal working relationship with a number of private academic institutions and military bases that VISN 20 has current agreements with: for instance, the Portland Veterans Administration Medical Center (VAMC) is a medical affiliated facility with Oregon Health Sciences University (OHSU). Puget Sound is affiliated with University of Washington. There are PACS to PACS MOU’s in place to securely and directly (i.e. not on CD but through direct fiber and network connections) transfer data between the applications/organizations. It is required that these relationships shall be maintained by the awardee by installing a workstation at these facilities so that the workstation can view the associated facilities studies. For example: OHSU will have a PACS workstation installed from this contract and this workstation will be connected to Portland’s PACS system.In addition to these affiliations, we have a requirement to send images to private sector Radiologists working in groups as contractors with the VA. Finally, some VA radiologists and clinicians may also need access to the PACS images in their homes (via home tele radiology, utilizing VPN and network connectivity). These relationships shall also be maintained by the awardee.Unless otherwise noted the VA shall be responsible for all network connectivity from the modality wall jack and to all components that are attached to the local and wide area networks (WAN), with the vendor’s responsibility ending at the wall jack. Specific network configuration and speed will be provided when the contract is award.Vendors must offer a post warranty maintenance plan to support the PACS for a period of 4 years following warranty expiration. The post warranty maintenance plan must meet or exceed the scope of work of A2 option maintenance as defined in the DIN-PACS IV solicitation. All post warranty maintenance quotations shall include line item pricing with subtotals for hardware, software and licenses. Option years shall cover all hardware, software and licenses to maintain the system.Option years shall include training for PACS Administrators off site and Radiologist training on site.Desired: At fully integrated (networked) sites, the Contractor shall provide an option for full time on-site technical support for system maintenance, training and administration. This individual shall be referred to as the Contractor provided full time on-site system administrator.The Contractor shall provide software updates to installed system functionality at no additional cost to the Government. Desired: As part of the service during the option years, the vendor provides specific assigned Service Desk personnel that are familiar with the VA VISN 20 workflow to support all trouble tickets entered by VISN 20 sites. Provide timely resolutions/updates for the trouble tickets.Vendor shall include enough licenses, HL7 integrations, and voice recognition integrations as required All sites will have a single Powerscribe 360 server that is based in Portland, Oregon. The PACS vendor will require a single integration to the local Powerscribe server (12 sites with 8 servers). The Powerscribe 360 Server will insure completed reports are sent to the proper Electronic Health Record (EHR) host regardless of location to include reading sites or Teleradiology sites. If two separate sites are sharing worklists there must be the ability to lock out an exam so that two radiologists are not capable of reading the same exam.4.2 System RequirementsThe Radiology PACS shall incorporate standards-based communications to ensure interoperability with the systems that integrate with the Radiology PACS. These system interfaces include:?Vendor Neutral Archive (VNA) [IMPAX Data Center (IDC) Regional Archives]?Vendor Neutral Archive (VNA)Enterprise clinical imaging archive (ECIA) for query and retrieves ?Vendor Neutral Archive (VNA) Software so that other system may store their images with in the VISN 20 PACS VNA (Cardiology, Dermatology, PDF reports, ect…)?iCAD (Second Look, Power Look)?Dose Monitoring (Radimetrics)?MRS (Mammography Reporting System)?Cerner Radnet (COTS Radiology Information System)?Computerized Patient Record System (CPRS)?Powerscribe 5.0 and 360?All Radiology acquisition devices listed in Tables 1-43.Desired: VNA shall scale to store all imaging produced by VISN 20, both diagnostic and non-diagnostic.VISTA/CPRS functions as the current VHA Radiology Information System (RIS). The data content of CPRS shall be fully utilized in the vendor’s proposed system. The PACS must:All vendors must be HL7 approved at the time of proposal submission and maintain approval through the life of the contract. Please use the following link for additional information concerning HL-7 interface approval HYPERLINK "" .Be capable of HL7 data transfer between RIS and the PACS. Receive HL7 order (ORM) messages from the RIS and provide DICOM Modality Worklist to any modality that is capable of supporting.Accept HL7 study or patient updates from the RIS and apply to the metadata of the associated study and or patient data managed by the PACS.System has the capability to display metadata updates via audit logs or system logs and flag any discrepancies to the administrator.Exam order entry transfer from the RIS to the PACS to support prefetching and transfer of patient demographic information.Transfer of radiographic report text from the RIS to the PACS and bi-directional transfer of status information to provide synchronization of the two systems with changes (similar to a change of status between the cPACS and Vista study status…..waiting , edited, complete).Vendor Work list must be capable of interfacing with VA RIS work lists as an option.Vendor is responsible for interfacing and configuring cPACS with modalities.The interface between a modality and the PACS shall not decrease the patient throughput of the modality. The PACS shall support integration of all image acquisition equipment (modalities). The integration shall be based on the DICOM requirements noted in the VistA DICOM Conformance Statement.The vendor shall provide, upon request, conformance-testing results that validate the vendor’s DICOM Conformance Statement. The PACS shall conform to applicable requirements of the VistA Imaging/DICOM Conformance Statement and VistA/DICOM Conformance Requirements for Image Acquisition Modalities. The DICOM specifications noted above would be validated by the VistA Imaging Development Team in cooperation with the vendor prior to system acceptance if they can be accomplished within a reasonable time frame as determine by the VISN 20 Radiology Committee or PACS Project Manager. The presence of proprietary data tags shall not negatively impact DICOM Service Class Provider (SCP) operations. Your proposal should include a list of other forms of data that can be accepted by the PACS for storage and user access, such as scanned documents and audio clips.The vendor shall be ISO 9001 compliant.Vendor shall provide all necessary OS software, database software such as SQL or Oracle to maintain the servers or any other software that is needed to maintain the system at no additional cost. This includes software updates as needed to maintain the system and keep the servers up to date.If the vendor is not already approved to connect to VISTA/CPRS - vendor shall agree to complete any interface integration at no additional cost to the Government. Interface testing must be completed prior to final acceptance of the system.Vendors shall include a copy of their DICOM conformance statements with their offer. This DICOM conformance statement will be used to validate that the offered system conforms with minimum requirements related to DICOM as set forth in the RFQ. VISN 20 uses the VistA (Veterans Information Systems and Technology Architecture), Hospital/Radiology Information System (HIS). Refer to Joint VA/DoD DICOM Modality Conformance Requirements (most current revision) for clarification on communications between VistA and the commercial PACS. Vendor shall support and comply with Joint VA / DoD DICOM Conformance Requirements for Digital Acquisition Modalities.Vendor shall provide a means to ensure that both the vendor’s database and VistA Imaging are updated with the same studies as they are generated from the modality. Vendor shall supply a method to ensure auto-routed images from PACS to VistA have occurred. Vendors shall include a copy of their Integrating Healthcare Enterprise (IHE) integration statement with their offer. If 3rd party products are offered as a part of their proposed solution, those products should be included in the IHE integration statement.It’s desired that the proposed solution supports the following IHE profiles:Desired: Scheduled Workflow (SWF)Desired: Patient Information Reconciliation (PIR)Desired: Consistent Presentation of Images (CPI) Key Image Notes (KIN)Desired: Access to Radiology Information (ARI)Desired: Mammography Image (MAMMO)Desired: Consistent Time (CT)Desired: Cross-enterprise Document sharing for Imaging (XDS-I.b)Desired: Teaching File and Clinical Trial Export (TCE)Desired: Image Object Change Management (IOCM)Desired: Cross Reading between facilities should be accessible with one log in. A Radiologist should be able to be logged into one facility and can change to another facility without having to log in again.Desired: Single-sign on for PACS Administrators to access core admin functionality/settings i.e. user administration, role/permissions assignment, exam edits to include fixing, merging, splitting, deleting, and transferring.*Each IHE profile will be rated as a separate desired capability.A test server, for each VAMC, shall be included as a part of the overall solution. The purpose of the test server is to test system updates, patches, or other changes prior to being incorporated into the production system. The test server should also be utilized as a short-term failover if the primary server goes offline. The test server should serve the role of the primary database backup destination. The test server shall be on a separate physical server. The test server will be physically installed at the site, as opposed to a remote location. Desired: The solution shall have the ability to run a DICOM viewing application independent of a network connection to the server. The application must display DCM files from CD and the local drive on the PACS workstations. This is the contingency for any network downtime and there is a reliance on the modalities to export DCM files in this situation. Vendor shall guarantee 99.0% up-time for the system (i.e. core, local and archive servers) and 90.0% for individual Diagnostic and Quality Control Workstations on an annual basis. It is understood that downtime does not include “scheduled” downtime. System up and down -time is defined as the same as the DIN-PACS IV contract. VISN 20 utilizes Agfa’s IMPAX Data Center (IDC) as the long-term image repository or Vendor Neutral Archive (VNA).The VNA supports:DICOM Storage Commitment messages to verify successful store options from PACSDICOM Retrieve instances for single DICOM images and image UID.DICOM Retrieve instances for study instance UID.The proposed PACS shall provide DICOM Query and Retrieve functions from other DICOM devices.Multiple simultaneous DICOM Retrieve requests. The proposed PACS must:Automatically archive only finalized/reported studies to an IDC for long term storage.Proposed PACS shall comply with the latest version of “DICOM Conformance, HL7 Standards Requirements” and support IHE standards such as scheduled workflow profile, in particular, the DICOM services Storage Commitment and MPPS.The proposed PACS shall interface with VistA (via HL7 and/or DICOM) to receive patient and exam information, either directly or through imaging equipment as an intermediary. The PACS shall be capable of communicating imaging reports back to the VistA Radiology/Nuclear Medicine package, either directly or via an integrated radiology voice recognition system.The current official interfacing with VistA is to have the cPACS query the Vista Imaging DICOM text gateway via DICOM for the radiology orders and DICOM study Instance UID, and cache that info for the various modalities to query from the cPACSVistA currently is the primary source of data entry. VistA notifies external applications when changes occur to certain identified types of information using HL7 standards. VistA and the PACS shall exchange information about scheduled procedures, patient demographics, and final reports. The two systems shall also peRFQrm mutual data integrity functions such as patient and exam merge, exam cancellation, and status tracking and synchronization. Integrated PACS and VistA work list management is also expected. Each facility is using VistA and has its own instance of VistA with the VISN Data center serving as a backup and located in Sacramento, CA. Since the PACS will communicate with multiple instances of VistA, the proposed PACS shall uniquely identify each imaging study, regardless of the site of origin. This shall be done by appending the accession number with a site identifier in such a way as to guarantee that the reports are ultimately sent back to the correct VistA system and that any additional site identifiers which might be appended to the accession number, etc. are stripped off before the information is sent back to the appropriate VistA system.Future DICOM HL7 methodology for VHA is to have the VistA Imaging HIS/RIS provide the orders with the DICOM Study Instance UID via HL7 to the cPACS, where the imaging modalities communicate via DICOM with the cPACS for the patient orders and DICOM Study Instance UID. However, the VistA solution today without VistA Radiology v3.0 patch 47 does not support this. The vendor should be prepared to implement this method in the future.Since the one CPACS will communicate with multiple instances of VistA, the proposed CPACS shall uniquely identify each imaging study, regardless of the site of origin. It shall do this in such a way as to guarantee that the reports are ultimately sent back to the correct VistA system and that any additional site identifiers which might be appended to the accession number are stripped off before the information is sent back to the appropriate VistA system. These individual instances will have their own individual HL7 interface instances as well.Automatically create a DICOM basic text Structured Report (SR) object to include the textual data from the ORU report received from the RIS. The SR object must include the same Study Instance Unique Identifier as the associated images and be archived to the IDC. If an addendum is made to the report after the initial SR object was archived, a new SR object needs to be created and include the original as well as the amended text and archived to the VNA.“Archive and remember”: the PACS database must be able to track archived studies and retrieve them when queried by the user. Upon user request, the system shall automatically retrieve from the VNA in the cases where the item has been purged from the local storage and resides in the VNA instead. Should automatically or manually perform DICOM queries (C-find) and retrieves (C-move) from multiple IDC’s/VNA’s. Retrieve DICOM SR objects of an associated study from the VNA and display the textual report information in the report window of the PACS user interface.Have the capability to automatically pre-fetch relevant prior studies from VNA’s based on Patient ID and triggered by an order (ORM) from the RIS. The PACS shall have the ability to perform an “enterprise query” or query multiple DICOM sources with one click and display the results from all queried sources to the end user for potential retrieval.This VNA shall support capture, storage and management in the original Native file formats for non-DICOM images.As part of the VNA the vendor shall provide a true HTML 5, no cache, zero foot print download viewer.Relevant prior pre-fetch criteria must be configurable based on DICOM element criteria to include, specialty, modality, study date, and number of priors. Desired: Option to pre-fetch based on patient name, DOB, and gender or last four of the Social Security number as an alternative to Patient ID.Desired: Relevant priors that meet pre-fetch criteria and are already present on local PACS image cache will not be retrieved from the VNA.Desired: Support for Image Object Change Management (IOCM). Ability to forward the metadata related to patient updates/changes to the VNA.Desired: Audit log tracking for all metadata changes sent to the VNA via DICOM. With easy accessed to the Audit log by the PACS Administrator. The proposed solution shall have the capability of adding the three digit facility Identifier code to the accession number in the DICOM header on new images acquired at VHA sites, and all the supported clinics to identify the acquiring facility. The vendor shall provide short-term storage (STS) for the local PACS image cache, capable of storing not less than 60 months of current patient studies. Must also include enough storage to accommodate priors that are retrieved from the VNA, plus a 5% workload growth over the lifecycle of the PACS as a buffer for the long term archive in the event that the archive is not accessible from the VAMC. Short term storage must be offered as physical servers, with spinning disc hard drives or solid state drives as the main storage media. Items such as tape drives, which might cause slow operation, will be considered technically-unacceptable. The proposal must clearly identify the items quoted as part of the short term/local storage solution, in a manner that it can be evaluated for compliance with this requirement. The vendor shall provide calculations that clearly show that the memory size and configuration offered are sufficient to meet this requirement. – Note: Screenshots of spreadsheets often do not show enough information to evaluate the storage memory size. Thus, vendors are encouraged to provide their short term storage calculations as part of the proposal. Image retrieval time from short-term storage shall meet the following requirements:Work Station PerformanceUpon completion of the report approval and following a user-defined protocol, images will automatically be purged from short-term storage after 60 months on a first-in-first-out basis to create space for additional studies. Desired: Aging/purge rules shall be site configurable. So, that the site can set the criteria to first study in will be the first study archive and moved off the local CacheDesired: Privileged users shall be able to selectively protect studies and reports from the automatic deletion. Desired: Prior studies retrieved or pre-fetched from the VNA can have different aging/purge rules from STS.Desired: PACS aging/deletion rules from local image storage can be configured based on:ModalityProcedure codeStudy descriptionAny other metadata or database valuesThe PACS shall be licensed to accept scanned documents such as consent forms, study orders, pregnancy statements, import exam reports, etc. and incorporate them into the study jacket as a DICOM object. The solution will include document scanner hardware and licenses for each site included in this RFQ. Two scanners are required per site. The scanners provided should be utilized on a clinical workstation. No additional workstations are needed for the scanner. The PACS shall be capable of importing and reconciling radiology studies from CD/DVD. The vendor shall provide a CD/DVD burner and reader that can encrypt the disk as necessary when creating a copy and have the ability to read and upload outside studies to the vendors PACS system. Vendor will list the brand and model of the product that they will use to meet this requirement. The following VAMC’s require a CD/DVD Importer/Writer and printer:SeattlePortlandBoiseSpokane RoseburgWhite City Walla WallaAnchorageThe PACS shall be capable of backing up applicable databases to a separate physical location dictated by the VHA via network connections within the hospital or some other facility location.Proposed PACS shall not break the current connection between Spokane and VISN 23 Minneapolis facility.Currently there is a VA owned hospital workstation in Minneapolis that can view the current cPACS images in Spokane. This workstation shall need to be updated with the new cPACS viewer software. (Viewer is a thin client application and is not used to read studies. It is only used to view studies from Spokane) PACS shall have the ability to display Maximum-Intensity Projection or Multiplanar Reconstruction (MIP/MPR) and must include an advanced 3D rendering solution for the following sites: Portland, Seattle, American Lake, Boise, Roseburg, Eugene, Spokane, Walla Walla, White City and Anchorage. Advanced 3D rendering must include pulmonary nodule screening, cardiac imaging or virtual colonoscopy with comprehensive 3D post-processing platforms. This will include the ability to detect diseases in the lungs relating to pulmonary nodules for lung cancer screening. Additional minimum capabilities will include: creating curvilinear multiplanar reconstructions with coronary arteries and calculation of Agatson scores with cardiac imaging and virtual colonography fly-through technology.Each facility will be utilizing PowerScribe 360 as the main voice dictation solution. The PACS vendor must include all costs associated with integrating the proposed solution with Powerscribe 360 at each facility. PACS solution must include configuration and support for Teleradiology connections as documented in the Teleradiology tables identified in the VHA information section (Section 2).Offers shall include a server rack at each VAMC for the PACS servers. Must also include server UPS, KVM/monitor, and PDU’s.Desired: Support of DICOM TLS encryption or some other similar manner of encrypting data for sending and receiving exams from PACS to PACS.4.3 Clinical RequirementsVendors should include options of peer review, and critical test results management solution with the proposed PACS for all Facilities included in this solicitation.Desirable: Vendor has a built-in software application in their enterprise system that can give facilities Radiologist’s the ability to do Peer Review from one facility to another.The proposed solution shall be capable of storing and displaying Digital Breast Tomosynethesis (DBT) studies. End users shall have the ability to display prior and current Full Field Digital Mammography (FFDM) and DBT studies at the same size (true, actual, etc.) and time, for side by side comparison.The proposed solution shall be capable of supporting linking/registration and parent/child exams of cross-sectional series by spatial position. The proposed system shall support the creation of teaching folders with clinically useful exams and reports for medical education and research. A mechanism shall be provided to permit a user with proper privileges to select images or exams for inclusion into one or more manually created folders for teaching and research purposes.Retrieval of exams from teaching folders shall be by individual or multiple database elements (i.e., requesting all exams within a particular diagnosis or age range).Teaching files should be exported to file and/or disc.The application should be able to save a presentation state to any study that can be applied anytime the study is opened. This would allow for easy display during tumor board or teaching conferences.Desired: Include any AI Assisted Diagnosis technologies available currently and in future updates/releases.Desired: Protocoling workflow for new exam orders via HL7 communication with Vista or with future EMR system (Cerner).Desired: The VHA desires to have the ability to retrieve metrics from the PACS system using automated tools, integrated within the vendor’s proposed solution. The desired application shall allow clinical and technical personnel to access real-time data and statistical analysis of data contained in the PACS database. The VHA personnel shall be able to create and export reports of selected analytical information, while meeting all patient privacy regulations. Useful data mining parameters would include:Patient and technician radiation dose tracking/surveillanceNumber of studies performed per type within a time periodProductivity indicators that include how long it takes for an exam to be completed to include actual procedures performed and time it takes for an exam to be read.Modality usage trackingPredictive analytics, forecastingQuality Control workflow shall be inherent to the PACS and must allow the capability to visually separate a study from the radiologist queue unless it has been approved by the technologist. Quality Control shall give the technologist capabilities to correct patient information, merge studies, and track technologist repeat exposure rates. As part of the proposal the vendor shall provide a description of their quality control schema to include how errors made on a study are updated by the PACS manager or relevant personnel through a QC workstation or similar device and how foreign (non-VA) studies are imported to the system.The VAMC’s require vendor provided workstations for the Radiologists, Orthopedic Doctors, Radiology Technicians, and PACS Administrators. All workstations will include the Barco QA web software loaded to track monitor calibration for image brightness, contrast, and resolution. All workstations shall have the capability to burn studies to CD/DVD with embedded DICOM viewer(s). All of the PACS sites shall be capable of sharing or viewing any of the to-be-read worklists if required. This would include viewing new exams with relevant prior exams and prior reports. This will include the ability to dictate these exams from one facility to another utilizing a third-party dictation (PowerScribe 360) system that will auto send the complete exam to the correct facility EHR. Diagnostic Workstations Diagnostic workstations shall be installed with Windows 7 Professional (64-Bit) or later and at minimum support quad-core processors, 32GB RAM and 1 TB SSD hard drive. These workstations shall be configured with mice, keyboards, smart card readers, and uninterruptible power supply (UPS). Unless otherwise specified, a 6 MP Barco monitor with two additional 21-inch LCD monitors that display patient administrative data and voice dictation interface will be included with each standard diagnostic workstation. Standard Diagnostic workstations will be referred as DWS in the table below. Unless otherwise specified, a 12 MP Barco monitor with two additional 21-inch non-diagnostic LCD monitors that display patient administrative data and voice dictation interface will be included with each mammography diagnostic workstation. Type and quantity of workstations for each facility is outlined in the Table 35.Table 35: PACS Diagnostic Workstation RequirementsFacilityDiagnostic Workstation Diagnostic Monitors (Fusion or better)Color Nav MonitorsPortland303858Seattle325232Boise101216Spokane122412Roseburg9149White city6126Walla Walla 365Anchorage464Total106164142The system shall provide user-selectable, user-definable protocols for display of the exam according to its specific modality type. The intent of this requirement is to allow physicians’ preferences for display to be satisfied.The workstation shall allow a user with the proper privileges to save the display configuration – e.g. display sequences, orientation and annotations. Site personnel shall be able to assign privileges to users without vendor assistance.The system shall support customizable hanging protocols.The workstation shall support the display of multiple images from one exam on one or more monitors.Both forward and backward sorting/paging shall be supported.The workstation shall support single and multiple angle measurements.The workstation shall support region of interest mean (in image units, e.g., Hounsfield units for CT), standard deviation, number of pixels, and area measurement based on free hand drawing, circles, and ellipses.The workstation shall provide tools allowing the user to position and orient multiple instances of text and graphics (lines, arrowheads, text, and circles) for image annotation and save as DICOM Presentation State Display as described by the Integrating the Healthcare Enterprise (IHE) profile for consistent presentation of images.Capable of displaying Positron Emission Tomography (PET) images, including fused imaging data sets. Preferred that the PACS system is capable of PET fusion with CT and MRI data sets acquired.Should be able to create /manipulate fused images from the raw DICOM source data from the CT and PET acquisitions. To include measurement of SUV values.Workstation shall compute point-to-point measurements with automatically calibrated, user-selectable scales (mm or cm).Multiplanar Reconstruction (MPR) functionality (i.e. 2D MPR, Curved MPR, 3D MPR) shall be available in vendor solution.Product shall support a cine function.The first image, displayed within 3 seconds, shall be the full-fidelity image, not a partial resolution image to facilitate faster display.The VA requires that its privileged PACS users have on-demand images on the workstation screen in 3 seconds or less to all historical patient information and images for all patients who have been imaged in the last 24 months. Some image compression for such historical information may be acceptable provided that radiologists and other user groups find the image quality of the compressed images to be satisfactory for historical or clinical reference. The degree of lossy compression shall be clearly indicated to user.Keyboards attached to the workstations shall be PIV card compliant.PIV cards shall be able to be removed from the Keyboard after you are logged on to the system.Vendor must be flexible and allow 3rd party software to work on their diagnostic workstations without an additional cost for an Integration Fee. Such as (3D software, Dictation Software, Peer Review Software, Critical Results Software, National Teleradiology Program, VISTA EHR, Cerner EHR)Vendor shall collaborate with third party vendors to interface their cPACS software so that their Diagnostic workstation can be a workstation that shall work with multiple applications, without an additional cost or an Integration Fee.Solution shall offer integration at the desktop / software level with image fusion softwareSystem must support viewing of nuclear medicine images as defined by the IHE Nuclear Medicine Image (NMI) profile, including both cardiac and general nuclear medicine. VHA Clinical Workstations vendor software requirementsVendor will provide a solution for clinical image and report viewing capabilities on Government Furnished Equipment (GFE) PCs that run on Windows 07/10 and IE 11 or later: An enterprise license is required for the vendor's software.The Clinical Display Workstation (CLWS) display application shall be available across the enterprise on all VA Desktop machines meeting the minimum standard VA PC configuration. “Available across the enterprise” means: that the diagnostic workstation can view and diagnose images from any of the eight facilities and those diagnosed reports shall flow into the correct cPACS database and VISTA database.The display application for CLWS may present “lossy compressed” images for initial review, but full resolution/full fidelity images shall as a minimum be available on demand. The full resolution/full fidelity request shall be accomplished with a maximum of two mouse clicks, or may be established more permanently in either the individual machine configuration settings or the user specific configuration settingsAt time of installation a Microsoft Installer (MSI) of the application will be provided to staff IT for software deployment for GFE PCs if required for proposed solutions. Instructions and assistance will be provided to IT staff if necessary, but the primary responsibility for configuration and installation of application on GFE PCs will be the Biomedical staff/OI&T. DHA AVHE Citrix XenApp 6.5 or higher is the standard hosting environment for applications in the VHA. The PACS Solution shall have the capability to host their application on this Citrix environment which provides radiologists preliminary viewing capabilities for images and for PACS administrator support. The application must be able to authenticate to the OI&T Region One Domain for single sign on Common Access Card (CAC) access. Enterprise licensing is required for application access through Citrix. Desired: The Vendor shall provide client software that allows clinicians to view the PACS application on the OI&T PCs. This application shall be available as a zero footprint view that has the ability on operate on Windows 7 and/or Windows 10. 4.4 Migration Requirements The Vendor will migrate five years of prior exams plus reports from each of the legacy systems listed in Tables 3 - 45 to the proposed PACS at each corresponding facility within a one-year period from the start of clinical usage (Go-Live date). A minimum of the most recent two years of exams must be migrated prior to go-live. All currently saved data shall be migrated to the new system from the current cPACS into a Vendor Neutral Database. This means all data that is stored on our current cPACS at each of our facilities will be migrated to the new cPACS system by utilizing our current cPACS system data or the data stored in VISTA imaging. This will be determined by awarded vendor on what migration method works best for them.Aging and “archive and remember “rules should also apply to migrated studies from the legacy PACS or VHA VISTA imaging system . Vendor will validate migrated studies against the VNA to confirm archival, then flag the respective studies as being archived, and remember where they are archived for automatic retrieval after being deleted from local Image storage.The Storage System shall be completely redundant, and shall support mirroring and hot swappable technology for fail-safe operation without interruption.There shall be back-up storage provided by the vendor for any reports associated with the backed-up images.The Vendor shall describe their redundant archive strategy in the proposal.Each hospital and its associated imaging centers shall be able to continue to operate effectively in the event of a failure of the central archive or the wide area network. Such operation must include the ability to communicate with local VistA via HL7 messages to allow a functional work list and coordination with voice recognition dictation systems for report generation and uploads. There shall be sufficient local storage of image and report data to allow viewing of the most relevant prior images and reports. A minimum of 60 months of local image storage is required. Manual entry of image data shall be possible in the event of a VistA failure. VISN Storage (i.e. central archive) shall consist of online consolidated storage of all imaging data from all VISN 20 facilities. The VISN Storage shall be located at the Sacramento, CA Data Center or a VA-designated facility within VISN 20 and will be used for minor disaster recovery, such as in the case of hardware failures. Off Site Storage shall be inside the VA domain. Off Site Storage shall be used for catastrophic disaster recovery.Vendor shall provide, at no additional cost, a complete Disaster Recovery solutionVendor shall submit a Statement of Work for accomplishing each migration and VNA validation from start to finish at time of RFQ response submittal. Migration work times are not restricted and shall be accomplished without affecting clinical operations of the proposed solution. The use of onsite vendor personnel for migration must be coordinated with the facility to ensure facility personnel availability. Any third party that is being used for the migration shall be identified. Please note that third party shall have a current, valid PIV card in order to access the VHA network. Migration shall be completed no later than 12 months after installation of the system. The vendor shall agree to provide final reports to the VHA upon completion of each migration that clearly demonstrates validation of successful migration and details how many exams existed for the migration time period in each legacy system, which images were migrated, and which images were not migrated, including technical explanations why they could not be migrated. The report should also disclose a list of all exams that could not be validated as being archived within the VNA.The Vendor will convert all prior reports to basic text SR objects and migrate them to the IDC Regional Archive. Each SR object must include the Study Instance UID of the associated study. In the event that the VA decides to not exercise an option year and to use another product vendor shall be responsible for assisting in validation and migration of data to the new platform at no additional cost as part of the service contract.Copy all stored studies and reports/consults from Contractor’s PACS system to follow-on Contractors systemVerify that copied studies have properly migrated from Contractor’s PACS system and are available for use on the follow-on Contractor’s system.Continue to operate the current PACS system until the follow-on Contractor’s system has been Installed, Tested, Activated and Accepted by the Government.Allow the follow-on Contractor access to interfaces, utilities, and spaces needed to install the new system.4.5 Network RequirementsThe proposed system shall be Internet Protocol version 6 (IPv6) capable. Minimum IPv6 required capabilities include:Conformant with the IPv6 standards profile Maintaining interoperability in heterogeneous environments with IPv4Commitment to upgrade as the IPv6 standard evolves, at no additional cost to the governmentAvailability of vendor IPv6 technical support included in proposal priceThe proposed systems shall be IPv6 capable. IPv6 'capable' is defined as having the capability of receiving, processing and forwarding IPv6 packets and/or interfacing with other IPv6 capable systems/devices and in a manner similar to IPv4. The vendor must provide documentation showing that the proposed solution is IPV6 capable and fully meets this requirement. The proposed system shall be capable of supporting OI&T Naming Services in a Domain realm, through the use of Distinguished Names (DN) and Fully Qualified Domain Names (FQDN) such as DNS/Microsoft Active Directory by fully integrating with the existing VHA OI&T domain thus eliminating the need to create a separate domain. Host name resolution and authentication of subjects and objects (users and services) shall be implemented in accordance with OI&T CRISP approved ports, protocols, and services management (PPSM) such as the Lightweight Directory Authentication Protocol (LDAP). In accordance with a CRISP mandate the use of Public Key Infrastructure (PKI) on all web servers and the use of Common Access Card (CAC) authentication is required. The vendor shall be supportive of the developing IHE Technical Framework with respect to Integration Profiles and Actors to provide the capability of a single User portal interface and Authentication in viewing imaging studies from other Medical Specialties. i.e. Nuclear Medicine, Cardiology, Import Reconciliation Workflow IHE with appropriate Actors.User specific profiles shall be available on all workstations within the VISN Enterprise system regardless of the workstation being located in a different facility or database. The system shall enable all levels of workstations to share a common user profile for each user which specifies at a minimum:Default and User configurable Window width and level presetsDefault and user configurable display protocols per modalityAccess rights and privileges to be assigned by site administrator to individual usersWork list query macrosUser configurable Keyboard shortcutsThese profiles shall be user friendly so that a PACS Administrator can copy one profile from one database to another database.The system shall allow automatically updated work lists. Refresh times to be determined by site.Wordlists shall be generated and stored centrally to the PACS network so that a user, logged on to any workstation, may access any work list from the network and display exams selected from this work list to his/her current workstation location.System shall have a means for managing concurrency to ensure that a study is not simultaneously read by more than one radiologist.Users of the system shall be able to view a listing of prior studies in the work list viewsWork lists shall be able to be customized to reflect the workflow of individual users or user groups.If your system is capable to give remote users access to their worklist through the web client or web portal, describe this in your proposal.If your system can provide an alert when an additional image is added after the radiologist has begun reading the original exam, describe this in your proposal.System shall have a “chat” feature that connects to all VISN sites to allow for consultation on complex casesWhile sharing cases with another Radiologist the origination Radiologist should be able to send a “presentation state” (i.e. the study appears on the viewing Radiologists computer as the same series and slice as on the originating Radiologist with all relevant comparisons similar as well)4.6 Training RequirementsThe vendor shall offer onsite new user training that provides Radiologists, PACS Administrators, and Biomed personnel the knowledge to fully utilize the system. The vendor must agree that training documentation will be provided back to the VHA at time of acceptance testing detailing training date, trained topics, and users trained. The following number of Radiologists, PACS Administrators and Biomedical personnel from each facility require training are listed in Table 48.Table 48: Training RequirementsMTFRadiologistsPACS AdminBiomedPortland2022Seattle2022Boise411Spokane511Roseburg512Walla Walla111White City322Anchorage121TOTAL491212Vendor shall offer System Administrator Training for two Government System Administrators for each installed system for a total of 12 training slots base year and 4 additional slots for the option years. Only tuition for course should be quoted. All travel and Per Diem (Hotel & Meals) costs will be provided by the facility. System administrator training must comprehensively include all application tools/functions, all unique Operating System commands/functions, any and all third party applications for the PACS solution. Additionally, system administrator training must cover all troubleshooting techniques, queue management/monitoring/resolution techniques consistent with vendor system engineer training. Vendor must provide the system administrator course description, syllabus, and location of training at time of offer submission. All training materials shall be provided on CD or DVD to facility for future use and inclusion in local training initiatives. All training courses will be addressed in the context of the course learning objectives and an outline will be provided detailing expectations and course structure.There will be two PACS Administrator training slots provide each year of the four option years of the contract There will be four on site Radiology training slots provide each year of the four option years of the contract4.7 Security RequirementsAll medical devices that reside on VHA OI&T networks are required to comply with the security requirements. The PACS will reside on an operational non-classified network that must meet stringent security requirements beyond those of most commercial healthcare networks. Any solution that will meet the OI&T requirement for network security shall be capable of addressing these unique security requirements. The vendor shall agree to establish appropriate administrative, technical and physical safeguards to protect any and all Government data, to ensure the confidentiality, integrity, and availability of Government data under their control. At a minimum, this shall include provisions for personnel security, electronic security and physical security.Minimum Security Requirements ATO/ATC (DIACAP)PKI Enabled/CAC authenticationComply with all required security scans (Nessus, SCAP, etc.)Comply with ALL STIGs and applicable security checklistsClose or mitigate all CAT I and CAT II Vulnerabilities and mitigate all CAT III vulnerabilitiesMaintain the system security posturePerform Annual Review Utilize the DISA WSUS Utilize the provided McAfee antivirus and malware application Utilize the DISA B2B for all remote maintenance/troubleshootingInformation Assurance (IA)The vendor must have a system designed to meet all VHA Information Assurance (IA) and Network Security Guidelines. The PACS shall comply with the HIPAA mandates and all regulatory guidelines. In the proposal the Vendor shall describe its approach to system patient data security, including any encryption methods employed and the solutions compliance with HIPAA requirements.The system shall have a time-out feature which automatically locks a user if a workstation is left unattended without logging off for a selected time period.The system shall support the association of individual users to one or more user-groups, each having individually configurable access-privileges.Optionally, the system shall be configurable to limit access to certain studies depending on the user’s association with the study.The system shall support system-wide authentication of users through the use of a unique user-ID and password for each user or through an alternative approach with equivalent result.Vendor shall comply with all applicable VA security and privacy regulations, as well as applicable non-VA laws and regulations, such as HIPAA at all eight VISN 20 sites.System shall have complete audit trails that include tracking when an individual sends images to an external device such as a CD burner or external hard drive/flash drive.This audit tool must be user friendly so that a PACS Administrator or ISO can use it to audit the system.System shall allow for user customizable queries to be made using the audit information to produce reports.PACS shall be fully managed locally at each facility by VHA PACS Administrators; Diagnostic workstations and PACS server suite shall be fully accessible with administrator permissions by local PACS Administrators.Vendor shall meet all Information Assurance/Information Security, Service Specific Guidance listed in the DINPACS IV Appendix 6 requirements for the rmation Assurance Vulnerability Management (IAVM)IAVM is focused on maintaining a secure platform as new vulnerabilities and exploits are discovered and released through various software developers and security agencies. The core tool of successful IAVM is the Information Assurance Vulnerability Alert (IAVA). The VHA/OI&T releases IAVAs for local action on the various platforms across the enterprise network. Each VHA Facility is responsible for managing their local network and reporting compliance. Most OI&T IAVAs originate from a real world event such as a patch release or vulnerability notification from a software vendor (e.g. Windows or Oracle patch release), or a US-CERT released from the CERT Coordination Center at Carnegie Mellon University. To have an effective IAVM program, vendors must be proactive in monitoring emerging threats. Some recommended sources for IAVM support are:General Vulnerability alerts, all platforms: HYPERLINK "" security resources: HYPERLINK "" Security resources: HYPERLINK "" order to sustain IAVM the vendor shall: Maintain an active instance of the system in their own lab environment for the duration the system is installed. The maintenance agreement shall maintain the accredited security posture/configuration and ensure it is in continued compliance with the OI&T Information Assurance Vulnerability Management (IAVM) program. The vendor shall proactively monitor, test, and release OS, and application (i.e. Java, Adobe, etc.) patches and notify the VISN 20 PACS Manager within 30 calendars days of the patch being released of the status of if the patch can or cannot be installed, and anticipated dates for when they will be approved. The vendor shall proactively monitor security, running monthly Nessus scans against the system in their lab environment, providing scan results to the VISN 20 PACS Manager, ensuring that all new threats are either patched, or otherwise mitigated according to the IA requirements throughout the life cycle of the equipment.The vendor shall maintain the accredited security posture/configuration and ensure it is in compliance with the OI&T Information Assurance Vulnerability Management (IAVM) program upon each deployment. The vendor shall ensure any new deployments (including rebuilds) deploy the fully patched, accredited version maintained in the lab environment.Patching requirements at time of installAll vendor validated and approved patches up to and including the date of install must be loaded on the system prior to going live. All patching of the system after go live will be the responsibility of the site, in coordination with the vendor.IA MitigationIA mitigation strategies include security updates, service packs, and changes to operating procedures as physical and cyber vulnerabilities are detected. Operating systems, servers, development platforms and the application being delivered to the VHA shall be in compliance with all known applicable guidelines. The vendor must agree to be proactive in working with the VHA to mitigate new threats as they emerge.System AccessThe proposed system shall be capable of integrating with the OI&T Domain/Infrastructure teams active directory security groups for single sign on role based user access and permissions. All domain groups, service accounts both interactive and non-interactive accounts shall be present in the Region One OI&T network. Vendor agrees that they understand that they will not be granted interactive Domain administrator accounts for any purpose on the system.Facility Security System (FSS)Proposed systems that make use of a file system under direct control of an operating system instance, whether physical and/or virtual shall provide the appropriate antimalware safeguards consistent with current IT security practices. The proposed system shall be capable of supporting the use of VHA approved anti-malware applications. The VHA uses McAfee as their solution. The vendor shall provide technical specifications that clearly demonstrate whether the proposed solution can integrate and support, either fully or partially the operation without performance degradation of the medical system/device. AV must be installed on all devices before they are placed on the Region One OI&T network. Systems shall be configured as to allow for the updating of malware definition signatures on a scheduled basis. Scanning shall encompass the entire system (file system, operating system, real-time processes), by default. In cases where scanning of the entire system may negatively affect its operation, the vendor agrees to provide a detailed list of exclusions with justifications within 30 days of the delivery order award.Personnel Security Because of the unique circumstances presented by VHA Region One OI&T networks, personnel security requirements shall be followed to ensure appropriate precautions are taken prior to allowing vendor personnel access to the network. The vendor agrees that any personnel that will be accessing the PACS while installed on the hospital network will have a Contractor fitness determination completed per VA Handbook 0710. All contractor fitness determinations within the VA will be conducted by the SIC. Contractor fitness determinations will be performed in the same manner as employee determinations, using the suitability criteria of 5 CFR 731. VA reserves the right to restrict access to VA facilities, sensitive information, or resources, for any contractor.A contractor on whom unfavorable or derogatory information has been discovered or detected during a personnel investigation will be so advised by the SIC and offered an opportunity to refute, explain, clarify, or mitigate the information in question.The individual should also be advised that the VA will not disclose any details of the adverse information to the contractor’s firm.After final adjudication of unsuitable or unfavorable information on an individual working on a contract the SIC will notify the individual and the COR. The Contracting Officer (or COR if authorized to communicate with the contractor employee’s employer under this circumstance) must communicate to the employer (contract company) that:-The contractor personnel is being denied staff-like access for reasonable cause,-Such a finding makes the contractor employee ineligible to render services (or otherwise perform) under the contract, and-The decision by the Government does not intend to imply that the contract employee’s suitability for employment elsewhere in the company is in any way affected by the VA determination on access to VA facilities or information.All contract personnel assigned to work for or on behalf of VA must undergo a background investigation commensurate with the risk and sensitivity level designation associated with the work to be performed, at the level indicated in the contract through the use of the Position Designation Tool.The investigation is required regardless of the location of the work. This includes contractor employees who use technology for remote access to VA facilities or VA information technology systems as well as those who have direct physical access to any VA data outside of any VA facility.The COR must submit a background investigation request and supporting documents for all contractors in Non-Sensitive positions to the SIC within five calendar days of the contract award. If the SIC cannot apply reciprocity for previously adjudicated background investigations, they will initiate the investigation within five days of receiving all required, complete documentation associated with the request. Administrations can develop their own internal procedures for processing contractor investigations, but the final adjudication of contractor investigations must be determined by the SIC.The contractor will have five days to complete e-QIP and certify and release the required documentation to the SIC. After the contractor returns a complete, valid e-QIP package, the investigation will be submitted to OPM for processing within five days.Failure of the contractor to complete the background investigation process, to include e-QIP and submission of fingerprints and all required documents in a correct and legible form, will result in the revocation of access and removal of the specified noncompliant individual from the contract until such time as the background investigation is scheduled at OPM.VA is not currently a member of the National Industrial Security Program (NISP) and does not have the authority to enter into any national security classified contracts. Approval of any potential classified contracts must be made by the Director, Office of Operations and National Security.Vendor agrees that personnel accessing equipment connected to the hospital network will be complete a Contractor Fitness Determination Request. Copies of this form can be obtained from the Contracting Office. Additionally, vendor agrees that personnel will complete the annual VHA IA training requirements.Health Insurance Portability and Accountability Act (HIPAA)The vendor shall comply with the Health Insurance Portability and Accountability Act of 1996 (HIPAA) (P.L. 104-191). The vendor is specifically cautioned in regard to the administrative simplification provision of the law and the associated rules and regulations published by the Secretary, Health and Human Services (HHS). This includes the Standards for Electronic Transactions, the Standards for Privacy of PHI, the Security Standards and Subtitle D of the Health Information Technology for Economic and Clinical Health (HITECH) Act, which has been included in the final HIPAA Omnibus of January 25th, 2013. The vendor shall confirm that the proposed system complies with HIPAA.4.8 Implementation Plan and TimelineVendors must provide an implementation plan and timeline for all 12 sites. The plan must describe the vendors plan to implement all 12 systems at different locations. Vendors should describe in detail their approach to meeting the following accomplishments:Comprehensive implementation plan to install all 12 systems, including total number of project managers and implementation team(s) involved.Proposed timeline for production go-live for all 8 implementations. “Go-live” date is met by full clinical usage of the system with fulfillment of migration requirements related to go-live (section 4.4) and no reliance on the legacy system.Contractor shall provide on-site, in-depth workflow process evaluation prior to system implementation.Contractor shall describe methods to be used for ensuring each site is prepared for the PACS implementation.Facility Hardware/software installation listThis is a list of facilities that show where the hardware and software are proposed to be installed and is available in Table 49Table 49: 4.8.2Facility Hardware/software installation listFacilitiesTertiary facilitiesPACS ServersDiagnostic workstationsData CenterVHA Workstation Non-Diagnostic Software only Boise?xx?xWhite City?xx?xSpokane?xx?x?Minneapolis???xPortland?xx?x?Vancouver?xxxSeattle?xxxx?American Lake?x?xWalla Walla?xx?xRoseburg?xx?x?Eugene?x?xAnchorage???xxDenver (Disaster Recovery Site)xSacramento (Primary)???x?Current Datacenter’s are in Sacramento and Denver. New system will have the Datacenters in Vancouver, WA and Seattle WA.EVALUATION Criteria for AwardOffers will be evaluated on the basis of the vendor’s proposed solution. Offers shall convince the VA that the vendor is capable of fully providing a solution that meets all minimum requirements identified in the SOW. Offers shall demonstrate an overall understanding of the SOW requirements and identify the vendor’s capability to perform the requirements outlined in the SOW. If a vendor meets ALL of the minimum requirements identified above then their offer will be further evaluated based on the vendor’s ability to meet the desired technical features, past performance, and price. An offer that fails to meet the minimum requirements of the SOW will be rated as UNACCEPTABLE will not be evaluated further and will not be considered for award.5.1 Evaluation Criteria for Minimum RequirementsAt a minimum, vendors must meet the minimum requirements of this RFQ and provide an explanation on how the requirement will be achieved. Offerors simply providing general statements or paraphrasing/parroting the SOW/RFQ in whole or in any part may result in a rating of unacceptable and THE OFFER MAY NOT BE EVALUATED FURTHER. Offers will be evaluated in accordance with the rating table below:RatingDescriptionPassProposal meets ALL minimum requirements. FailProposal does not meet ALL minimum requirements.5.2 Evaluation Criteria for Desired FeaturesThe evaluated features are designated throughout the RFO as “Desired”. It is important to justify and technically explain how the vendor satisfies the “Desired” features for evaluation purposes. The vendor will either meet the requirements of the desired features in their entirety or they will not. The government will rate each of the vendor’s responses to each desired feature as “yes” if the explanation by the vendor meets the requirement or “no” if they do no fully meet ALL aspects of the requirement.? RatingDescriptionOutstandingThe offeror meets 25 or more of the desired features.GoodThe offeror meets between 21-24 of the desired features.AcceptableThe offeror meets between 16-20 of the desired features.MarginalThe offeror meets between 11-15 of the desired featuresPoorThe offer meets 10 or less of the desired features.The government reserves the right to make a tradeoff between two equally rated offers (offers that meet the same number of desired features) based on which desired features each vendor is able to meet. 5.3 Evaluation of Past PerformanceThe past performance evaluation factor assesses the degree of confidence the Government has in an offeror’s ability to supply products and services that meet the Government’s needs, based on a demonstrated record of performance.Vendors shall provide three references, for contracts or delivery orders received for projects of similar size, complexity and dollar amount to the systems being solicited, for which they have successfully completed installation and warranty (they can be in post warranty maintenance) at other facilities. References provided must include the following:Contract or delivery order number or other identificationContract holder name and address or Government activity name and addressPrimary point of contact with telephone number and email addressStarting and ending dates of contractContract type (purchase order, long term contract, etc.)Total dollar value (if total includes outlying maintenance years please explain the total cost for the initial installation and the outlying maintenance cost per year/number of years awarded)Annual Study VolumeDescription of the system purchasedDescribe any problems or discrepancies (i.e. hardware/software damage or defects, incorrect shipments, problems with installation/acceptance, implementation delays, system maintenance not provided in a timely fashion, etc.) encountered during performance and a brief description of how these problems were handled as well as the urgency involved, timeliness of the response/action, and the corrective action taken.Vendors will be assessed on their past performance practices with any VA installations to include post-warranty support where applicable. In cases where there is no past performance experience with the VA, past performance will be based on experience provided by the vendor with other Government agencies or commercial entities. Additionally, past performance information shall also be obtained from other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS) and the Federal Awardee Performance and Integrity Information System (FAPIIS). The government reserves the right to interview Program Managers and other sources with knowledge of a vendor’s past performance. A vendor’s quality of performance will be rated as follows:RatingDescriptionAcceptableQuality and past performance is adequateNeutralNo prior experience UnacceptableQuality and past performance is inadequate, not meeting our needs5.4 Evaluation Criteria for PricePricing will be evaluated based on the total cost of ownership (sum of all elements). The evaluated total price will include the following elements: Hardware, Software, Training, Installation, and Implementation & Training, Post Warranty Maintenance support per facility, Data Migration, and Imaging Archive Storage. 5.5 Technical (Required/Desired Features), Past Performance & Price Relative Weights Technical (required/desired features) is more important than Past Performance, and Past Performance is more important than price. When combined, technical and past performance are significantly more important than price. AppendixGlossary of TermsAE titlesApplication Entity Title - The representation used to identify the DICOM nodes communicating between each other.BAABusiness Associate AgreementCBOCCommunity Based Outpatient Clinic CDCompact Diskcd/m2Candela per square meterCOContracting OfficerCOIConflicts of Interest CORContracting Officer’s RepresentativecPACSCommercial Picture Archive and Communication SystemDICOMDigital Imaging and Communications in Medicine StandardDXWSDiagnostic WorkstationsEDEmergency DepartmentGFEGovernment-Furnished Equipment GFIGovernment-Furnished Information GPO'sGroup Policy ObjectHIPPAHealth Insurance Portability and Accountability ActHIPS (McAfee)Host Intrusion Prevention for ServersHISHospital Information SystemHL7Health Level 7 refers to a set of international standards for transfer of clinical and administrative data between Hospital information systemsIP AddressesInternet ProtocolISOInformation Security OfficerISO 9001International Organization for StandardizationJAVAJava is the foundation for many types of network applications and is used for developing and delivering embedded and mobile applications, Web-based content, and enterprise softwareLANLocal Area Network MOUMemo of UnderstandingMPMegaPixelNIC cardNetwork Interface CardOHSUOregon Health Sciences University OITOffice of Information and Technology. VA’s Information Technology organization.PACSPicture Archive and Communication SystemPHI/PIIProtected Health Information/Personally Identifiable InformationQAQuality AssuranceQCQuality ControlQI CommitteeQuality ImprovementRAIDRedundant Array of Independent Disks for storageRISRadiology Information SystemR01Region One Data CenterSNMP monitorSimple Network Management Protocol for managing devices on IP networksSOWStatement of WorkSPISecurity/Privacy IncidentsSQLStructured Query Language, a special-purpose programming languageUSBUniversal Serial BusVADept. of Veterans AffairsVAMCVeterans Administration Medical Center VHAVeterans Health AdministrationVISNVeterans Integrated Service NetworkVistAVeterans Information Systems & Technology ArchitectureVPNVirtual Private NetworkWANWide Area Network See attached document: Vendor Workup.See attached document: VISN 20 Radiology PACS Technical Volume.End of Document ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download