Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2019 FBO #6440
SOURCES SOUGHT

D -- Medical Product Data Normalization

Notice Date
7/10/2019
 
Notice Type
Synopsis
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
36C77619Q0165
 
Response Due
7/17/2019
 
Archive Date
9/15/2019
 
Point of Contact
Clayton.Smith2@va.gov
 
Small Business Set-Aside
N/A
 
Description
Request for Information 36C77619Q0165 Medical Product Data Normalization I. Introduction: This sources sought notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The VA is currently conducting market research to locate qualified, experienced and interested potential sources. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this sources sought announcement. NAICS 518210 (size standard $32.5 million) applies. The Veterans Health Administration (VHA) is seeking interested sources (contractors) for a near-future solicitation and procurement for Medical Product Data Normalization for the Veterans Health Administration (VHA). This action will provide for the resources to sustain data synchronization initiatives and common electronic catalog tools for business intelligence. The primary purpose of this requirement is to sustain the Product Data Bank (PDB) and its MedPDB application and Medical Master Catalog (MMC) data feeds for medical/surgical items by building the necessary standardized and synchronization data foundation monthly, which data is made available by the MedPDB and MMC applications to improve medical decision-making best practices. The PDB moves federal government partners in healthcare related missions, such as the Veterans Administration (VA), towards a single unique methodology of product identification to enhance sourcing and best practices while supporting both peacetime and contingency logistics, e.g. national disaster, war, or global emergencies. This action also enables government to operate within commercial healthcare initiatives to standardize product data that promotes both patient safety and supply chain efficiencies. At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. II. Requirements: Please see attached DRAFT SOW. III. Submittal Information: Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response of no more than 20 pages in length, single spaced, 12 point font minimum that addresses the above information. The Government will not review any other data, attachments that are in excess to the 20 pages. Please also include a cover page (not included in page limit) which includes, at a minimum, the company s name, address, Dunn & Bradstreet number, GSA contract number (if applicable), point-of-contact name, phone number, and e-mail address. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. Past Experience Provide the following information on a maximum of three similar projects completed within the last three years for which the responder was a prime or subcontractor. The name, address, and dollar value of each project The Prime Contract Type, Firm Fixed-Price, or Time and Material The name, telephone and address of the owner of each project A brief description (no more than a few paragraphs) of each project and why it is relevant to this requirement., including difficulties and successes Your company s role and services provided for each project B. Capabilities / Qualifications: Capability/Qualifications A written response (no more than 5 pages) providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. Description of the capabilities/qualifications/skills your company possesses to perform services described in the scope of work. Company business size and status - (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Women-Owned Small Business, etc.), the number of years in business, affiliate information: parent company, potential teaming partners. Please also provide the number of employees your business has or has access to. Sub-Contracting Limitations Please provide clarification that you can maintain compliance with sub-contracting limitations in accordance with the latest FAR and VAAR clauses. It is requested that the above information be provided no later than Wednesday, July 17th, 2019 at 1:00PM EST. Responses should be emailed to Clayton Smith at Clayton.Smith2@va.gov. All Email Correspondence for this project must reference the RFI Number, Project Identifier and Project Title in the subject line of the email.   Example:   RFI 36C77619Q0165, Medical Product Data Normalization. No phone calls will be accepted. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Primary Point of Contact: Clayton Smith, Contract Specialist E-Mail: Clayton.Smith2@va.gov Nicholas Sparks, Contract Officer E-Mail: Nicholas.Sparks@va.gov See attached SOW (DRAFT) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/ISC/OISC/36C77619Q0165/listing.html)
 
Record
SN05365061-F 20190712/190710230025 (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  © 1994-2020, Loren Data Corp.