Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2010 FBO #3130
SOLICITATION NOTICE

70 -- RECOVERY - NextGate Software License

Notice Date
6/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
IHS1096218
 
Archive Date
7/9/2010
 
Point of Contact
Tory Estabrook, Phone: 301-443-4779
 
E-Mail Address
testabrook@psc.gov
(testabrook@psc.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is IHS1096218. The solicitation is issued as a Request for Quote (RFQ). (iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. (iv) The corresponding NAICS code is 541512 and the small business size standard is $25.0 million. (v) List of contract line item number(s) and items, quantities and units of measure – NextGate Software License, quantity 1. (vi) Description of Requirements – NextGate Software includes Data Quality Manager and Matching Algorithm. Support services are NOT being purchased. (vii) All items are to be delivered FOB destination within 30 days of the award date (and prior to 09/30/2010) to 5300 Homestead Rd. N.E., Albuquerque, NM 87110. (viii) The provision at FAR 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation – Commercial Items, applies to this acquisition. The Government will award a purchase order resulting from this synopsis/solicitation to the responsible quoter whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (x) Quoters are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items, with its offer or acknowledge its listing in Online Representations and Certifications Application (ORCA). (xi) The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. (xii) The clauses at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, Alternate II, applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.); (4) 52.204-11, American Recovery and Reinvestment Act—Reporting Requirements (Mar 2009) (Pub. L. 111-5); (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644); (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)); (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755); (20) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126); (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); (38) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (xiii) Sole Source justification: Only the brand name specified will meet the Government’s need. The US Department of Health and Human Services, Program Support Center, on behalf of the Indian Health Service, intends to award a purchase order to NextGate Solutions, Inc., located at 3579 East Foothill Blvd., Suite 587, Pasadena, California 91107. HHS intends to purchase a software license from NextGate Solutions to assist in the implementation of the Nationwide Health Information Network (NHIN) and to manage the Master Person Index (MPI) with a browser based interface. These projects will help IHS modernize and extend electronic health information technology to improve access, quality, safety, and overall health status of American Indians and Alaskan Natives. The NextGate software license will provide the management tools to help IHS achieve compliance with mandated federal requirements, including the HITECH (Health Information Technology for Economic and Clinical Health) Act, the AHIC-Interoperable Nationwide Health Exchange, the Federal Healthcare Architecture, and the HSPD12-HHS Identity associated with evolving criteria for Meaningful Use Electronic Health Record Certification provisions. NHIN is a set of standards, services and policies that enable a secure health information exchange over the internet. NHIN ties together health information exchanges, integrated delivery networks, pharmacies, government, labs, providers, payers, and other stakeholders. NHIN CONNECT is an open source software package that implements NHIN architecture. Several federal agencies collaborated to build NHIN CONNECT to tie their health IT systems into NHIN, creating a single solution that can be reused by each agency and that meets federal regulations for health IT interoperability. NextGate has adapted a functional core component for resell per a provision of NHIN CONNECT regulations. IHS intends to purchase this product from NextGate because of this core competent modification. Additional customization will be required with the Data Quality Manager included with the license to work in the IHS environment. IHS has a unique environment that is particular to its Native American population and special reporting requirements. NextGate is uniquely qualified for the following reasons: They are currently developing the schema for IHS’ MPI project and, therefore, have gained valuable knowledge of IHS’ unique requirements and systems, including data fields, reports and protocols specific to the Native American population. NextGate is currently working with IHS on other NHIN and MPI related projects that include the implementation of the NHIN CONNECT Health Information Exchange (HIE) and the Personal Health Record (PHR). NextGate has worked with federal, tribal and contractor staff on these applications and have established relationships and communications among these various entities. NextGate knows the challenges working with IHS, including the different types of healthcare facilities that IHS supports. Health services are provided by IHS to federal, tribal and urban healthcare sites and range from large hospitals to small outpatient clinics in a complicated organization that are included in the MPI and NHIN implementation. NextGate has comprehensive knowledge of the Resource and Patient Management System (RPMS), a patient management database system based on the “M” programming language using Intersystems Cache database operating system that IHS uses exclusively at their medical facilities. NextGate has developed messaging capabilities for IHS specifically interfacing between the NHIN, MPI, RPMS and IHS’ PHR. NextGate can deliver the software in a timely manner so that IHS can accomplish goals and requirements prior to 9/30/2010. (xiv) DPAS – N/A (xv) QUOTES ARE DUE ON THURSDAY, JUNE 24, 2010, BY 2:00 PM, EASTERN STANDARD TIME, electronically to the Contract Specialist at testabrook@psc.gov. Software License Agreement must accompany quote for review by HHS Contracting Officer, and, if deemed necessary, HHS, Office of General Counsel. (xvi) Contact Ms. Tory Estabrook, Contract Specialist, at testabrook@psc.gov, regarding the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/IHS1096218/listing.html)
 
Place of Performance
Address: Pasadena, California, United States
 
Record
SN02182268-W 20100620/100618234949-440b7a1a729fd29741fbc6013667904c (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.