SPECIAL NOTICE
D -- Notice of Intent to Award - Documents
- Notice Date
- 3/10/2015
- Notice Type
- Special Notice
- NAICS
- 541512
— Computer Systems Design 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
- IHS-SN-0001
- Archive Date
- 4/2/2015
- Point of Contact
- Michael Fischer, Phone: 3014436749, Stephen J. Yuter,
- E-Mail Address
-
michael.fischer@ihs.gov, stephen.yuter@ihs.gov
(michael.fischer@ihs.gov, stephen.yuter@ihs.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment One- Statement of Work Notice of Intent Document This is NOT a solicitation for proposals, proposal abstracts or quotations. All responses may be used for market analysis in determining the availability of potential qualified businesses for the purposes of determining an appropriate acquisition strategy. The Indian Health Service (IHS) Division of Acquisition Policy (DAP) intends to award a bridge contract to Joslin Diabetes Center, 1 Joslin Avenue, Boston, MA 02215 for continuity of support services. DAP will utilize acquisition procedures under the authority of FAR Part 6.302-1 "Only One Responsible Source" for the Indian Health Service for services and equipment provided by the Joslin Diabetes Center for operation of the IHS-JVN Teleophthalmology Program. This notice of intent to award is not a request for competitive proposals. The purpose of this notice is merely to obtain capability statements to allow interested firms an opportunity to demonstrate their qualifications for the standards below. Project Background: The Joslin Vision Network (JVN) is a specialized teleophthalmology modality for the remote diagnosis and management of diabetic retinopathy. JVN is a proprietary telemedicine system developed by the Joslin Diabetes Center (JDC) based in Boston. The Comprehensive Diabetes Management Program (CDMP) is a suite of software applications residing on the IHS JVN/CDMP server that provides multiple functions critical to the clinical operation of the JVN including patient management, database maintenance, reporting, quality assurance (QA), RPMS/EHR interoperability, and DICOM image management. As such, the CDMP serves as the platform for clinical operation of the JVN in the IHS and also is being used in a similar fashion by other IHS telemedicine modalities for remote health monitoring. Both the JVN and CDMP were developed as a collaboration of the JDC, DoD, VHA, and the IHS. The software is owned by JDC, but federal funding of its development (in part) established the basis for its royalty/license free use by federal users, in perpetuity. Deployment and use of the JVN system in the IHS allows participating facilities to image the funding of patients with diabetes for the purpose of remote diagnosis and management of diabetic retinopathy (DR). The JVN has been deployed nationally at 96 sites in 25 states in Indian country as the IHS-JVN Teleophthalmology Program (IHS-JVN). This program uses the JVN technology to acquire and transmit retinal images from AI/AN's with diabetes. Evaluation of these images by readers at the IHS-JVN National Reading Center allows the remote diagnosis of level of DR and diabetic macular edema (DME) with development of a treatment plan consistent with established standards of care. The program is validated at the American Telemedicine Association (ATA) Category 3, and retinal evaluations by this program qualify for IHS GPRA tallies for annual DR examinations in Indian country. The imaging and reading service is generally reimbursable by Medicare, Medicaid, and private insurance companies. The IHS-JVN retains ownership and control of all deployed equipment and is responsible for operational support, maintenance, repairs, and replacement as needed. The IHS-JVN also provides onsite deployment services, training, support, reporting, and QA for all its telemedicine operations. Project Purpose: The purpose of the contract is to maintain ongoing development, implementation, and support of the IHS-JVN teleophthalmology activities in Indian country with services and equipment. These services and equipment are provided by the Joslin Diabetes Center in accordance with the directed spending language contained in IHS congressional appropriations to support the following telemedicine based activities. For more detailed requirements please refer to the Statement of Work (Attachment One). The period of performance for the proposed bridge contract consists of a base period of six (6) months and an option period of three (3) months period of performance. Interested concerns may identify their interest and submit a capability statement that demonstrates their ability to provide the services required in the timeframe required. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. NO SOLICITATION IS AVAILABLE; THEREFORE, REQUEST OF SUCH DOCUMENT WILL BE CONSIDERED INVALID RESPONSES. A determination by the Government not to compete this proposed requirement is solely within the discretion of the Government. If no affirmative responses are received within 7 days from the date of this synopsis, the Contracting Officer will proceed with issuance of an award to Joslin Diabetes Center under the authority of 41 United States Code (U.S.C.) 253(c)(1) as set forth in Federal Acquisition Regulation (FAR) 6.302-1. Qualified firms must also include the following information a. DUNS. b. Company Name. c. Company Address. d. Current GSA Schedules appropriate to this Award. e. Do you have a Government approved accounting system? If so, please identify the agency that approved the system. f. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All offerors must register on the CCR located at http://www.ccr.gov/index.asp g. Company Point of Contact, Phone and Email address All responses are due to the Contract Specialist NLT Wednesday, March 18, 2015 10:00AM (EST). Capability statements should be e-mailed directly to the Primary Point of Contacts (POC) listed below. SUBMISSIONS WILL ONLY BE ACCEPTED VIA ELECTRONIC MAIL. No telephone calls will be accepted. Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for submission is three (3) pages. If no capability statements are received which specifically demonstrate the requirements above, the Government shall proceed with a bridge contract to: Joslin Diabetes Center 1 Joslin Place Boston, MA 02215 Disclaimer and Important Notes: This notice does not obligate the Government to award a contract. Any information provided by industry to the Government as a result of notice 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 must be registered in the System for Award Management (SAM). 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). Government Official Designated for Receipt of Capability Statements Primary POC: Michael T. Fischer Contract Specialist Email: Michael.Fischer@ihs.gov Phone: 301.443.6749 Secondary POC : Stephen J. Yuter Contracting Officer Email : stephen.yuter@ihs.gov Phone : 301.443.4872
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/IHS-SN-0001/listing.html)
- Place of Performance
- Address: Pheonix, Arizona, United States
- Record
- SN03662669-W 20150312/150310234927-fd125a2be360c4c6a66c4bd1e92afad0 (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 |