Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
MODIFICATION

D -- Secure Messaging (SM) Software for the Military Health System

Notice Date
2/26/2016
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, Defense Health Agency, Contract Operations Division-S.A., Texas, United States
 
ZIP Code
00000
 
Solicitation Number
HT0015-16-T-0026
 
Archive Date
3/19/2016
 
Point of Contact
David G. Colbert, Phone: 2102216596, Jonathan W. Lind, Phone: 2102218391
 
E-Mail Address
david.g.colbert.civ@mail.mil, jonathan.w.lind.civ@mail.mil
(david.g.colbert.civ@mail.mil, jonathan.w.lind.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
On 28 September 2012, the United States Army Medical Research Acquisition Activity (USAMRAA) awarded FourPoints Technology, LLC, a one-year firm fixed priced contract with four additional one-year options to provide Software as a Service (SaaS) subscriptions, program management support, account administration support, new and super user training, non-standard reports preparation, and information assurance services to the MHS as a means for medical providers to communicate securely with patients. FourPoints identified RelayHealth as their subcontractor to provide the Military Health community with the required Secure Messaging (SM) product and related services. It has taken RelayHealth three years to complete the change management requirements for enterprise wide deployment, consisting of travel, administrative setup, workflow configuration and training at 470 military treatment facilities (MTF) on 200 military installations in 40 US States/Territories and in 8 Foreign Countries. The DHA’s experience with the current contractor demonstrates that a new vendor would have similar change management requirements. Health care providers and beneficiaries of the US Air Force, Army, and Navy, use the product on a daily basis as the de facto DHA interim solution for Provider and Patient communications. SM is a critical component of all MTF and Enhanced Multi-Service Market (eMSM) business processes and plans to enhance access to care, increase enrollment capacity, and improve patient satisfaction. Thousands of vendor and MTF personnel labor hours have been expended to date to configure the current user accounts, develop workflows, train staff and patients, and sustain the system. The DHA's Defense Health Management System Modernization's (DHMSM) new overarching Electronic Health Record (EHR) contract awarded in Jul 2015 includes a similar SM capability. Discussions regarding the deployment of the new capability are still ongoing but an interim solution is needed. DHA's current contract expires on 28 March 2016. The requirement is for a source to provide a fully deployed and operational SM product to all existing Military Treatment Facilities and associated military health care providers no later than 29 March 2016. RelayHealth is the only source that can meet the DHA's schedule for deployment and delivery of an SM product to the approximately 35,000 Health Care providers and supporting staff. Experience with the current contractor has demonstrated that extensive change management/training time for a new product precludes considering other options because it would take at least a year for a new awardee to complete the change management requirements. A break in service would reverse the successes highlighted in the 2014 MHS Review for enhanced access to care, increased patient satisfaction, and National Commission on Quality Assurance (NCQA) recognition for meeting Patient Centered Medical Home (PCMH) core requirements. DHA conducted extensive Market Research to explore interim options, including an Industry Day, follow-on vendor discussions, and review of on-line product information. Although the market provides alternatives for SM services, experience with the current vendor demonstrates extensive deployment and change management requirements result in a break in service. Be advised that the aforementioned information is anticipatory in nature and is not binding. This notice is not a request for competitive proposals; however, any firm believing that they can fulfill the requirement of providing these services may be considered by the Agency. Interested parties shall identify their interest and capabilities in response to this synopsis within 8 calendar days of publication, and must clearly demonstrate their ability to successfully fulfill all of the above. the Government reserves the right not to respond to any expressions of interest received. After 8 calendar days from the date of this publication, any expressions will be regarded as late and will not be considered. Any comments, questions, or concerns regarding this notice must be submitted IN WRITING via e-mail to David Colbert, Contracting Officer at david.g.colbert.civ@mail.mil. No telephone responses will be accepted. Submissions will NOT be reimbursed by the Government and the entire cost of any submission will be at the sole expense of the source submitting the information. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This synopsis is for informational purposes only. Any Justification & Approval resulting from a decision to award the proposed sole source action will be posted on this website. All information received in response to this notice that is marked Proprietary will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Submissions will not be returned nor will the Government confirm receipt of submissions. In addition, respondents should be aware that the Program Office may utilize contractor support personnel from the below listed companies (under existing contracts) to review responses and information submitted. These companies and individual employees are bound contractually by Organizational Conflict of Interest and disclosure clauses with respect to proprietary information, and they will take all reasonable action necessary to preclude unauthorized use or disclosure of a respondents proprietary data. Submissions MUST clearly state whether permission is granted allowing the program office support contractors identified below access to any proprietary information. Information Technology Solutions Consulting (ITSC)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a20bb0e6e9bc41dce6e56df14dd58bd2)
 
Place of Performance
Address: Numerous, United States
 
Record
SN04032176-W 20160228/160226234042-a20bb0e6e9bc41dce6e56df14dd58bd2 (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.