Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2019 SAM #6595
SOURCES SOUGHT

D -- Policy Stat Software

Notice Date
12/18/2019 11:19:12 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
 
ZIP Code
73114
 
Solicitation Number
246-SS-20-0001-CIH
 
Response Due
1/8/2020 8:00:00 AM
 
Archive Date
01/23/2020
 
Point of Contact
Sean Long, Phone: 918-342-6509
 
E-Mail Address
sean.long@ihs.gov
(sean.long@ihs.gov)
 
Description
SOURCES SOUGHT NOTICE U.S DEPARTMENT OF HEALTH & HUMAN SERVICES INDIAN HEALTH SERVICES CLAREMORE INDIAN HOSPITAL POLICY STAT SOFTWARE THIS SOURCE�S SOUGHT NOTICE DOES NOT CONSTITUTE A PRE-SOLICITATION NOTICE, REQUEST FOR PROPOSAL (RFP), REQUEST FOR QUOTATION (RFQ), OR AN INVITATION FOR BID (IFB). THIS IS A MARKET RESEARCH SURVEY PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 5 TO IDENTIFY POTENTIAL SOURCES AND TO DETERMINE AN ACQUISITION STRATEGY. This notice is not to be construed as a commitment by the Government. The Government will not reimburse Contractors for any costs incurred as a result of their participation in this survey. The Department of Health and Human Services, Indian Health Services, Claremore Indian Hospital, is conducting a market survey to determine the availability and technical capability of qualified business concerns including sm5all businesses, small disadvantaged businesses (SDB), 8(a) small businesses, woman-owned small businesses (WOSB), veteran owned small businesses (VOSB), service-disabled veteran-owned small businesses (SDVOSB), and� Historically Under-utilized Business Zone (HUBZone) small businesses capable of providing a user friendly interface for facilities to draft, file and archive policies and procedures.� The service should provide organization and standardization of policies and documents for each facility as well as an automated approval and review process for the Oklahoma Area, which consist of two hospitals, five health centers, and a headquarters administrative office. ��� The services needed are as follows: 1. Initial uploading/importing of current policies and procedures to include standardization and creation of uniform policies according to the template that is chosen by each facility. 2. Unlimited training for staff, end users and administrators throughout the contract. 3.� Oversight for managers through a dashboard that contains various reports (policies pending signature, number of days pending for signature, policies set to expire, etc.). 4.� Archiving of older versions of policies that have been updated and are now obsolete.� 5.� Ability to create various approval workflows for each department or policy/document. Qualifications: The contractor shall: Be FedRAMP approved if cloud based system is being offered for service; Have on-site solutions such as a server or other ancillary equipment that enables them the ability to provide the services at individual facilities if cloud based in not being offered. Provide 8x5 consulting in system application and protocols. The consultant should have extensive experience and a high degree of knowledge of the Joint Commission standards applicable to ambulatory care clinics as well as hospitals. Consultant shall be proficient and knowledgeable in Joint Commission survey processes. The anticipated North American Industrial Classification System (NAICS) code is 541512, Computer System Design Services, with a small business standard of $30 million. The Claremore Indian Hospital is Located in Claremore, Oklahoma.� All responding business firms are requested to identify their firm�s size and type of business to the anticipated NAICS code. Claremore Indian Hospital is under the Indian Health Services and is conducting market research to identify sources that have experience in policy stat management software. INFORMATION REQUESTED: Interested sources should submit a capability statement detailing the company�s ability to perform the policy management software described above. The capability statement must include the following information: Company name, address, point of contact, e-mail address, telephone number, DUNS, TIN, CAGE code, and any �Doing Business As Name.� Business type, business size in relation to NAICS code 541512, and identification of socio-economic procurement program(s) the company is eligible to participate in (HUBZone, service- disabled veteran-owned, small disadvantaged business, 8(a), woman-owned, and veteran- owned). Indicate if the company is domestically or foreign-owned (if foreign owned, please indicate country of ownership). Indicate if the company, teaming partners, principals, or subcontractors have had a contract or subcontract terminated for default within the last five years. If so, why? Provide a description of the company�s (including teaming partners, subcontractors, and/or joint ventures, if applicable) experience over the last five years performing policy state software services. The company�s experience description should identify the following: The size (dollar value), duration, scope, and complexity of the contract/project; The type of contract (i.e., fixed price, cost reimbursement, etc.); The company�s role as either a prime or subcontractor; and The contract or project number (including GSA contract number and task/delivery order numbers), and point of contact and contact information (name, address, and phone) at the agency or company where work was performed. Standard company brochures may be included with your response. Submission of company brochures without the capability statement is not considered a sufficient response to this Sources Sought. Do not include promotional materials. Submission of a Sources Sought does not commit an interested party to submit a proposal. Submission Requirements: 1.� Page limit - five (5) 8 � x 11 pages 2. 1-inch margins (top, bottom and sides) 3. Times New Roman font - 12 point 4. Page limitation does not include (1 cover page or 1 letter of introduction page) 5. Do not include promotional materials Interested firms responding to this market survey must provide a capability statement demonstrating their experience, skills and capability to fulfill the Governments requirements for the above in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b). The capability statement shall be in sufficient enough detail, but not exceed five (5) pages TOTAL, so that the Government can determine the experience and capability of your firm to provide the requirements above.� The Government technical team will then assess the experience & capabilities based on:� 1) technical expertise relevant to the requirement and 2) relevant past performance.�� Please specify one primary and one alternate Point of Contact (POC) within your firm, including telephone numbers and email addresses Your capability statement needs to include a list of three customers (Government/non-Government) within the past 5-years highlighting similar work in nature, scope, complexity, and difficulty and a brief description of the scope of work. A determination by the Government to proceed with the acquisition as a set-aside is within the discretion of the Government. If capability statements are not received from at least two (2) responsible small businesses, or if the Government determines that no small business concerns are capable of performing this requirement based upon an assessment of the capability statements submitted, then the Government may proceed with a full and open competition Email Responses Only: Responses and questions to this Sources Sought must be submitted electronically to Mr. Sean Long, Supervisory Contract Specialist, at sean.long@ihs.gov.� The e-mail shall contain the following subject line: Response to Sources Sought Notice � Policy Management Software System. The Capability Statement must be received no later than 10:00 A.M., Central Time on January 8, 2020. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Primary Point of Contact: Sean Long Supervisory Contract Specialist (918)342-6509 Sean.long@ihs.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ab3f6f82f96b441da570d1428ab853fb/view)
 
Place of Performance
Address: OK 74017, USA
Zip Code: 74017
Country: USA
 
Record
SN05520670-F 20191220/191218230141 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.