Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2007 FBO #1997
SOURCES SOUGHT

D -- RFI from the Tri-Service Infrastructure Management Program Office (TIMPO).

Notice Date
5/14/2007
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-07-RFI-ITS
 
Response Due
6/1/2007
 
Archive Date
7/31/2007
 
Small Business Set-Aside
N/A
 
Description
United States Army Medical Research Acquisition Activity (USAMRAA), 820 Chandler Street, Fort Detrick, MD 21702-5014; Attention: Barry Sayer, Contracting Officer Description The United States Army Medical Research Acquisition Activity (USAMRAA), on behalf of the Tricare Management Activity, is seeking information for the purpose of obtaining market research only. This is NOT A NOTICE OF SOLICITATION; but rather, a request for information (RFI) from industry that will allow the Government to identify interested sources capable of meeting the described requirement, and develop an acquisition strategy. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), invitation for bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED UNDER THIS SYNOPSI S OR UNDER THIS SOLICITATION NUMBER. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Responses to this notice are not offers; will not be accepted by th e Government to form a binding contract; and will not be returned. All information that is marked proprietary and received in response to this RFI, will be handled accordingly. This Notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Should a requirement arise, the full description will be detailed in the resulting solicitation. Questions concerning the requirements for a future solicitation will not be entertained. This is a request for information (RFI) from the Tri-Service Infrastructure Management Program Office (TIMPO). TIMPO is seeking detailed information regarding the interest and ability of public and private firms to provide: 1) computer systems hosting se rvices; 2) systems support and administration; 3) outside infrastructure support, to include long haul infrastructure support services; and 4) daily sustainment of major transactional Department of Defense (DoD) enterprise-wide clinical systems. These sys tems form the DoD Electronic Health Record (EHR), supporting the care provided to the 9.2 million beneficiaries of the Military Health System (MHS) TRICARE Program. Currently in worldwide deployment, these systems provide real-time access to individual an d population healthcare information by authorized personnel worldwide. They also establish the means to gather health care data and assess the medical and dental history and status of individuals as well as the entire MHS population through an enterprise decision support system. These enterprise-wide clinical systems, implemented at over 890 Military Treatment Facilities (MTFs) worldwide, are open architecture, multi-tiered systems based on a client/server model. To date, these systems have processed app roximately 19 million outpatient encounters with close to 1.7 million inpatient clinical encounters per workweek. The systems are engineered to have 99.5% end-to-end availability minimally, and are enabled by a high-availability, high quality of service W ide Area Network. For several years the Defense Information Systems Agency (DISA) has been utilized as a system hosting provider for the MHS, currently hosting well over 15 of our most critical clinical and resource applications. As the DoD, and more importantly the MHS, pu t more emphasis on web based or web enabled applications we foresee our hosting requirements increasing and so we are faced with the very real issue of cost versus business continuity. In an effort to determine the best way forward the MHS is in the proces s of developing a business case analysis (BCA) designed to explore the potential benefits and challenges of hosting outside of a DISA hosting facility from both a fiscal concern as well as a business/functional/operational co ncern. TIMPO requests this information from vendors to aid in the development of a business case analysis (BCA) for evaluation of viable hosting service alternatives. Information provided should include your companys experience relative to the outlined requirem ents and any additional capabilities you would suggest. The new location will be within the continental United States (CONUS), and physically located on a military installation. Additionally, an Alternate Computing Facility (ACF) is required. The ACF wi ll mirror the physical setup of the primary facility. The ACF will be at a minimum, 800  1000 miles away from the primary facility, capable of remote operation, and provide high-speed replication of data between the primary and alternate site. The ACF w ill receive updates from the Primary Computing Facility (PCF) in real time increments. Management of the 101 local cache servers (LCS) housed at local MTFs worldwide is a secondary requirement for the MHS. Respondents should address their ability to prov ide database management, care and feeding, and troubleshooting/monitoring of the LCS at MTFs worldwide. SUBMISSION REQUIREMENTS RESPONSES ARE DUE BY: Responses shall not exceed 50 pages when printed and should be transmitted with attachments in Microsoft Word or pdf format. Maximum allowed electronic file size is 10 megabytes. Multiple emails authorized. Capability Packages must include the following: (1) A brief high-level description of their organization. (2) Capability Statement demonstrating knowledge and ability to perform services. (3) Relevant Past Performance information  demonstrating ability to provide ALL capabilities noted (3) A description of FTE seniority and necessary skill sets, as they correspond to the above mandatory performance and associated hardware requirements. (4) List of customers (both government and private) for which you have performed similar services within the last five years. Include contract numbers, and points of contact. (5) Business status: e.g., Small; Disadvantaged; 8(a); Women-owned; Veteran owned; Large (6) List of current GSA contracts relevant to this requirement, with contract numbers, (7) Contact information  name, title, telephone number, and e-mail address of designated corporate point of contact for this RFI. Contact Information The following is the Point of Contact for this RFI: Philip LaJoie phillip.lajoie@tma.osd.mil 703-681-6123 x1011 A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government.
 
Place of Performance
Address: TRICARE Management Activity ATTN: Romme Burch, Skyline 5, Suite 810, 5111 Leesburg Pike Falls Church VA
Zip Code: 22041
Country: US
 
Record
SN01294307-W 20070516/070514221508 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.