Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2019 SAM #6596
SPECIAL NOTICE

99 -- Modern National Resource Allocation System. This Request for Information (RFI) is issued by the Health Resources and Services Administration (HRSA) for the purpose of planning and market research only.

Notice Date
12/19/2019 8:43:38 AM
 
Notice Type
Special Notice
 
NAICS
5415 —
 
Contracting Office
HEALTH RESOURCES AND SERVICES ADMINISTRATION Rockville MD 20857 US
 
ZIP Code
20857
 
Solicitation Number
HRSA20191114
 
Response Due
2/14/2020 12:00:00 PM
 
Archive Date
02/29/2020
 
Point of Contact
Roger Batchelor
 
E-Mail Address
RBatchelor@HRSA.GOV
(RBatchelor@HRSA.GOV)
 
Description
This Request for Information (RFI) is issued by the Health Resources and Services Administration (HRSA) for the purpose of planning and market research only.� A solicitation is not being issued at this time.� This notice does not commit HRSA to issue a solicitation, nor does it restrict HRSA to a particular acquisition approach.� Any information provided to HRSA as a result of this RFI is strictly voluntary.� Responses will not be returned, nor will HRSA reimburse respondents for the costs of preparing and submitting responses. While the information obtained from responses to this RFI may be used for planning purposes, and/or in the development of an acquisition strategy or solicitation, there is no guarantee that any solicitations will result from this notice.� Respondents are responsible for appropriately marking confidential or proprietary information contained in their responses. The purpose of this notice is to obtain information on a modern IT architecture that can perform the primary functions of a national resource allocation system.� Specifically, HRSA requests that respondents provide information about whether they have knowledge of such a system, have a current system, or are capable of developing a system that will provide or perform the following primary functions: Matching � ability to run algorithms using allocation policies developed by the Organ Procurement and Transplantation Network (OPTN) to create ranked lists of potential recipients. Patient and Donor Data Management � ability to record, retain, and review clinical and other information on donors, transplant candidates, and transplant recipients from OPTN Members (i.e. transplant centers, organ procurement organizations, and histocompatibility labs). Online Functionality � ability to enter and transmit clinical and other information on donors, transplant candidates, and transplant recipients; capability to transmit notifications of offers, acceptances of offers, patient safety concerns, decision-making tools, data transfer, and to facilitate logistics. Application Programming Interfaces� capability to allow direct clinical and other data transmission between multiple authorized providers. Membership Database � ability to record, retain and review member information. THIS RFI IS STRICTLY MARKET RESEARCH. HRSA WILL NOT ENTERTAIN QUESTIONS REGARDING THE RESULTS OF THIS MARKET RESEARCH. AS FURTHER MARKET RESEARCH, HRSA WILL BE HOSTING AN INDUSTRY INFORMATION DAY TO ASSIST WITH MARKET RESEARCH.�SEE ATTACHMENT FOR DETAILS.��� Background HRSA is conducting market research to obtain information on a modern national resource allocation system for organ procurement and matching, having the following capabilities and requirements to perform the primary functions identified above. �HRSA is seeking this information to allow for an informed determination of potential future procurement efforts in this area.���� System Capabilities HRSA seeks information about a system with the capability to: Maintain a national waiting list of individuals who need organs; Use established medical criteria, including regular updates, to match organs with individuals (children, and adults) on the waiting list; Support a twenty-four-hour telephone service to facilitate matching organs with individuals included on the waiting list; Allow physicians and other health professionals to access information regarding organ donation; Collect and maintain data concerning organ donation and transplants, which currently stands at 8 terabytes consisting of 24 billion rows of data with approximately 30,000 database elements; and Respond to several million queries per year from authorized users. System Requirements HRSA seeks information about a system that meets the following essential requirements: Information Security Categorization � In accordance with Federal Information Processing Standards Publication (FIPS) 199 and National Institute of Standards and Technology (NIST) Special Publication (SP) 800-60, Volume II, Appendix C, the overall risk level of the system is expected to be high. Federal Security Requirements � The system will be expected to meet the requirements of applicable federal laws, regulations, and policies that include, but are not limited to, the HHS Information Security and Privacy Policy (IS2P); Federal Information Security Modernization Act (FISMA) of 2014, (44 U.S.C. 101); National Institute of Standards and Technology (NIST) Special Publication (SP) 800-53, Security and Privacy Controls for Federal Information Systems and Organizations; Office of Management and Budget (OMB) Circular A-130. Security, Confidentiality, and Personally Identifiable Information (PII) � The system contains highly sensitive, confidential PII. The system must ensure that all information technology (IT) security measures are updated, and maintained in accordance with National Institute of Standards and Technology (NIST) documentation, and other Federal guidelines as appropriate. �System should be able to securely support multiple users from approximately 500 member institutions. Data Integrity � Data integrity is paramount to the success of the system and rigorous error checking and validation must be conducted. Accessibility and Disaster Recovery Capabilities - Accessibility of the system must be maintained at all times, and disaster recovery capabilities are required to ensure continuity of system operations at all times. Business Intelligence � The system should include emerging business intelligence (BI) technology, such as dashboards, geocoded maps, public data query tools, and other technologies to satisfy the Office of Management and Budget�s (OMB�s) Open Government Initiative. Usability and User Support � The system should be designed to reduce administrative burden for users, and should include a 24/7 help desk. Application Programming Interfaces� The OPTN includes a large number of hospitals, centers, and labs; the system must be able to transmit and receive data between them and the national resource allocation system. Flexibility/Scalability � The system should be modular and flexible to accommodate potential integration of other systems designed to support the primary functions. �The system should be able to grow as system needs expand and as new technologies emerge. Responses HRSA seeks information resource allocation IT systems that can meet the primary functions, requirements, and capabilities identified above.� This may include general information about such systems and the issues involved in developing them, as well as capability statements from respondents who can demonstrate experience in developing and managing systems of similar scope. �No marketing literature should be submitted in response to this notice. Capability Statements The capability statement, should describe as well as provide information about the respondent�s system or its capability to develop one, along with the time frame necessary to complete development and implementation.�� Respondents must also provide answers to the �Capability Statement Questions�.� Respondents are asked to provide information on primary functions, requirements, and capabilities of a system; what types of platforms may be required; capacity for use of open source, commercial or closed source platforms; and ability for the government to modify the system in the future.� A mere statement that the respondent has the required capability is not sufficient. When submitting a capability statement along with answers to the following questions, respondents must provide specific and detailed information that demonstrates required capabilities for each of the questions and the rough order of magnitude involved. � Capability Statement Questions - System and Technical Capability: Do you have experience developing, in an agile manner, large IT systems that require (a) development and management of complex workflow/case management applications in a secure environment supporting a large number of federal and non-federal stakeholders (Please note: ""secure environment"" in this context refers to handling sensitive and confidential information such as PII for a government agency as well as being familiar with other industry data security best practices); and (b) developing Section 508-compliant web applications?� Experience with real-time workflow management systems is required along with healthcare domain knowledge (e.g. healthcare data sets) being preferred.� Do you have experience maintaining a continuously available system containing billions of records with historical and current data?� or, Do you have the capability to develop a system to do so? Explain how you have developed and/or maintained systems to ensure secure, user-friendly interfaces between federal and/or non-federal entities and individuals? Describe security protocols used as well as user-research methodologies, as applicable. How has your IT solution, as applicable, ensured a continuously available system without disruption as changes are approved? What is your development lifecycle process such that the teams are able to develop, test, and iterate in short sprints, using modern methodologies for a resource allocation system? Is your system�s platform, a cloud-based architecture?� If so, how would it allow for the primary functions, requirements, and capabilities identified above to be online nationally at all times? Identify portions of your system�s architecture that host sensitive data and how it� creates a security posture that complies with the appropriate National Institute of Standards and Technology (NIST) 800-53 requirements, as applicable.� Does your team have experience obtaining and maintaining an authorization to operate (ATO) for a Federal Information Security Management Act (FISMA) 'Moderate' system that undergoes security control assessments (SCA)? In your experience, what is the best way to transition system services between entities, possibly operating on different platforms, to ensure continuous operation with no disruption of critical support services? Based on the background provided, explain how user research combined with Business Intelligence (BI) tools (e.g. Tableau) can help drive the creation of data-driven dashboards, geocoded maps, and data query tools?� How does your system or approach integrate data from disparate software systems?� Is your system capable of minimizing data redundancy from integrated systems and optimize for accuracy and timeliness to provide usable information to federal and non-federal entities and individuals? Rough Order Magnitude Please provide Rough Order Magnitude (ROM) in sufficient detail to allow HRSA to understand the costs of your system or the development, implementation and sustainment of a system.� If applicable to respondent�s system capabilities, the ROM should address the following line items: Development/Tailoring of the solution; Implementation costs; Licensing costs, including opportunities for bulk licensing discounts; Transactions; Interface with new data sources; Recurring license/access fees; Ongoing maintenance and support; and Other cost elements/line items as needed. Responses Requested Interested parties are encouraged to respond to this notice. �However, be advised that generic capability statements are not sufficient for effective evaluation of a respondent�s system capability or its capacity to develop a system to perform the specific required functions. Please submit your responses by 3:00 pm EST on 14 February 2020, to rbatchelor@hrsa.gov in the following format: Microsoft Word (or PDF) document with page size 8.5 by 11 inches, with a minimum of 1� margins. Times New Roman, font size 12 with single spacing between lines. Submission shall not exceed twenty-five (25) pages. �Cover page is not included in the total page count Where applicable, respondents are requested to state their capabilities and expertise in clear and concise language. �Respondents are strongly encouraged to avoid use of excessive marketing and sales language.� Cover Page Respondents shall include the following Business information on the Cover Page:� � � � Notice number, title, and date of issuance Name Address Point of Contact (if applicable), Phone and Email address Confidentiality To the maximum extent possible, please avoid submitting confidential or proprietary information.� Any confidential or proprietary information submitted should be marked as such and will be protected from disclosure except as required by law. �The Government reserves the right to use any unmarked information in any resultant solicitation(s). Disclaimer and Important Notes This notice does not commit the Government to award a contract or constitute an obligation of Federal funds. �The Government reserves the right to use information provided by respondents for purposes other than those specified in this notice. �The Government may not acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Respondents will not be notified of the results of this market research. �Capabilities Statements/Rough Order Magnitude responses will not be returned, and will not be accepted after the due date for responses. Teaming Arrangements Firms seeking to respond to this request as a team must clearly indicate the nature of the teaming arrangement (e.g., subcontracting, joint venture, etc.). �Should HRSA conduct a future procurement for all or part of the national resource allocation system described in this RFI, firms submitting a bid, proposal, or quotation will be required to identify potential conflicts of interest and discuss how the conflicts will be addressed and mitigated.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cf39af7950e34c499861e9da63a4e6f2/view)
 
Place of Performance
Address: Rockville, MD 20857, USA
Zip Code: 20857
Country: USA
 
Record
SN05521114-F 20191221/191219230151 (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.