SOURCES SOUGHT
D -- BUMED Information Management Directorate (IMD)IT Support Services
- Notice Date
- 2/23/2015
- Notice Type
- Sources Sought
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018915RXXXX
- Response Due
- 2/26/2015
- Archive Date
- 3/13/2015
- Point of Contact
- Antoinette Miles Antoinette.miles@navy.mil
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought notice to determine the availability of potential small business sources capable of providing Echelon II Headquarters-level information technology support services in support of the Bureau of Medicine and Surgery (BUMED) Information Management Directorate (IMD). BUMED IMD requires support in its five branches to include: (1) Enterprise Operations Management (EOM); (2) Transition and Communications Management; (3) Policy and Resource Management; (4) Informatics Management; (5) and Capabilities and Requirements Management. Services are also required to support activities directly related to the Defense Health Agency Health Information Technology Directorate. The mission BUMED IMD is accountable for providing technical and functional subject matter expertise as it relates to IM/IT to the Deputy Surgeon General (DSG) and Surgeon General (SG). IMD must maintain a team of Capability Managers (CMs), Informaticists, and Technologists, which are leveraged to support and inform Navy Medicine Leadership. IMD is responsible for developing Navy Medicine IM/IT policy; standardizing Navy Medicine IM/IT processes; supporting the rationalization of the Navy Medicine IM/IT portfolio; validating Health Information Technology (HIT) assessments and cost estimates; and overseeing and improving compliance and implementation of HIT throughout Navy Medicine. In addition, IMD advocates on behalf of Navy Medicine to the Defense Health Agency (DHA) Health Information Technology Directorate on HIT related issues to enhance Navy Medicine ™s ability to meet the mission. The resultant contractor shall have the capability to provide all of the services required by the BUMED IMD. The required tasks encompass support functions in project management, administration, governance, strategic planning, and direction at the headquarters-level to facilitate the timely access, sharing, and protection of medical information. The resultant contractor is required to ensure the necessary planning, scheduling, and coordination of these tasks to be performed under each of the five areas of IMD. In particular, the resultant contractor shall possess the following capabilities: 1.IT Capabilities and Requirements Management (IT requirements for hardware/software solutions as well as IT program management) 2.Change and IT Communications Management 3.IM/IT Policy and IT Resource Management (with a heavy emphasis on IT Governance) 4.Enterprise Operations (IT Network and Infrastructure Management) 5.Cybersecurity 6.Data Use and Data Sharing Agreements (oversight) A Cost-Plus-Fixed-Fee non-personal services contract is anticipated that will consist of a one-year base period and four (4) one-year option provisions (estimated level of effort is 46,000 hours per year). The North American Industrial Classification System (NAICS) code for this acquisition is 541513 and the size standard is $27.5. Offerors possessing the requisite skills, resources and capabilities (including an approved accounting system for handling cost type contracts) necessary to perform the stated requirement are invited to respond to this sources sought notice via the submission of an executive summary, no more than FIVE (5) pages in length. Responses must use twelve point Times New Roman font. The submission should include the following information: 1) Company name, address, and point of contact with corresponding phone number and e-mail address 2) DUNS number, business size and classification 3) Relevant corporate experience information. Relevant corporate experience information is defined as experience (within the past five years) that is of the same or similar services to that which is described herein and a technical description of ability to meet the requirement. The corporate experience should include the applicable contract number, total number of FTE, contract period of performance, a brief description of the services provided AND the relevancy of the services to the proposed requirement. A customer point of contact with corresponding telephone number and e-mail address should also be included. A brief description of the capability and resources should accompany the references and address technical competencies, organizational experience relative to the key task areas, and provide a statement regarding the accounting system. Standard brochures and/or paraphrasing of the Sources Sought Notice will not be considered sufficient to demonstrate the capabilities of an interested party. All submissions are required to be submitted via e-mail to Antoinette.miles@navy.mil no later than 1600 EST (2:00 PM) on 26 February 2015. Please direct any questions concerning this Sources Sought Notice to Antoinette Miles at Antoinette.miles@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018915RXXXX/listing.html)
- Record
- SN03648854-W 20150225/150223234856-bb4a003fd5f4c71f2186a041725e6b95 (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 |