Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 12, 2014 FBO #4766
MODIFICATION

D -- Indian Health Service Clinical Data Mart

Notice Date
12/10/2014
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 801 Thompson, TMP 605, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
15-236-SOL-00001
 
Archive Date
12/30/2014
 
Point of Contact
Kenneth Coriz, Phone: 3014435668, Stephen J. Yuter,
 
E-Mail Address
kenneth.coriz@ihs.gov, stephen.yuter@ihs.gov
(kenneth.coriz@ihs.gov, stephen.yuter@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This requirement is assigned a code of 541511 in the North American Industry Classification System (NAICS), and the size standard for such requirements is $ $27.5M. Anticipated Period of Performance: The anticipated period of performance for this requirement includes a one year base period, with a one-year option. BACKGROUND The Indian Health Service (IHS) develops and supports a comprehensive integrated health information system of systems which supports a broad range of clinical and business functions at IHS, Tribal and Urban (I/T/U) hospitals and clinics across the country. The Data Mart program works with the Office of Clinical and Preventive Services (OCPS) for clinical programs/products, the Office of Public Health Support (OPHS) for Government Performance Results Act (GPRA) performance measures and services supported by this contract and is managed by the Office of Information Technology (OIT). The program also uses the National Data Warehouse (NDW) General Data Mart and Behavioral and Community exports to refresh its production data marts and work in conjunction with the National Patient Information Reporting System (NPIRS). The Data Mart Program supports several "data marts" for various IHS or programs. A data mart is an automated system that contains a number of core functions such as reporting, security, graphics and data refresh activities to satisfy a particular requirement. Data mart requirements are defined by the requesting program. Each data mart's database structures, data movement or data "refresh" processes, data validation, programming logic and code must be maintained and documented. IHS also supports the Joint Commission approved performance measurements at approximately 19 sites. This program supports national hospital accreditation activities for both direct and tribally operated Joint Commission accredited hospitals. This Sources Sought Notice seeks to identify companies that have capability to provide the IHS with to support and maintenance (including minor enhancements) of existing data marts and any newly developed data marts created in the future. SEE DRAFT PWS FOR DETAILS. INSTRUCTIONS TO INDUSTRY Questions: The Government will entertain questions regarding this Market Research; All questions should be submitted to the point of contact listed below not later than 5:00pm EST on Thursday November 20, 2014. Interested small business firms are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Responses must directly demonstrate the company's capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above. The written response to this notice should consist of the following items: a. Company Name. b. Company DUNS number. c. Company point of contact, mailing address, telephone and fax numbers, and website address d. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives e. Date submitted. f. Applicable company GSA Schedule number or other available procurement vehicle. h. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the System for Award Management (SAM). All respondents must register on the SAM located at https://www.sam.gov/portal/SAM/#1 Disclaimer and Important Notes. This notice does not obligate the Government to award contract. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on a government GPE. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Responses must be submitted not later than 12:00pm EST on Monday, December 15, 2014. Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for submission is five (5) pages. As previously stated, the Government will entertain questions regarding this Market Research; All questions should be submitted to the point of contact listed below not later than 5:00pm EST on Thursday November 20, 2014. Primary POC: All capability statements sent in response to this sources sought notice must be submitted electronically (via email) to the Contract Specialist listed below in MS Word or PDF format. The subject line must specify 15-236-SOL-00001. Kenneth Coriz Contract Specialist Office: (301) 443-5668 Email: kenneth.coriz@ihs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/15-236-SOL-00001/listing.html)
 
Record
SN03593054-W 20141212/141210235024-7eebf1d48100f414af0953d199f2a845 (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.