SOURCES SOUGHT
70 -- Glucometer Software Update
- Notice Date
- 6/28/2023 1:21:30 PM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- BILLINGS AREA INDIAN HEALTH SVC BILLINGS MT 59107 USA
- ZIP Code
- 59107
- Solicitation Number
- SS-75H709-CR23Q-023
- Response Due
- 7/5/2023 1:00:00 PM
- Archive Date
- 07/06/2023
- Point of Contact
- Brittany Bends, Phone: 4066383390, Kristen Smith, Phone: 4062477068
- E-Mail Address
-
Brittany.Bends@ihs.gov, kristen.smith@ihs.gov
(Brittany.Bends@ihs.gov, kristen.smith@ihs.gov)
- Small Business Set-Aside
- BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
- Description
- SOURCES SOUGHT NOTICE This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. Pursuant to 48 CFR Part 326, Subpart 326.603-3 and IHM 5.5-6, Indian Health Service must use the negotiation authority of the Buy Indian Act, 25 U.S.C. 47, to give preference to Indian Economic Enterprises (IEE) whenever the use of that authority is authorized and practicable. The Government is seeking to identify Indian Small Business Economic Enterprises (ISBEEs), Indian Economic Enterprises (IEE), and any other category of vendor capable of performing the below Indian Health Services (IHS) requirement. Any vendor responding to this notice should submit their capability statement as well as the Buy Indian Act Indian Economic Enterprise Representation Form (attached). Consistent with the revised Buy Indian Act, HHS/IHS adopted the definition of an Indian Economic Enterprise (IEE) set forth in 48 CFR 1480.201.� This definition includes the following requirement, amongst others:� �the Indians or Indian Tribes must, together, receive at least a majority of the earnings from the contract.�.� Instructions for submission are outlined further below. DEFINITIONS INDIAN ECONOMIC ENTERPRISE (IEE): Any business activity owned by one or more Indians, Federally Recognized Indian Tribes, or Alaska Native Corporations provided that: The combined Indian, Federally Recognized Indian Tribe or Alaska Native Corporation ownership of the enterprise constitutes not less than 51%; The Indian, Federal Recognized Indian Tribes, or Alaska Native Corporations must, together, receive at least 51% of the earnings from the contract; and The management and daily business operations must be controlled by one or more individuals who are Indians. DESCRIPTION OF REQUIREMENT NAICS: 541519 � Other Computer Related Services Size Standard: �150 employees Duration: One (1) Year with Four (4) Option Years Work Schedule: The contractor shall complete upgrade, interfacing and training to ensure full functioning within 7 days of award.� Unique Requirements: The new program will run with Microsoft Edge and will be interfaced to Resource and Patient Management System. (RPMS), so results from glucometers will cross into system. User identification numbers, training requirements, quality control and reagents information is kept by the program and the point of care coordinator uses the software to input all the necessary information through this program. With the new program, we will have access to the website, where all the date for the glucometer program is kept. The contractor shall provide software that will interface the glucometers with our computer electronic health record and also make the management website available to the program coordinator via Microscoft Edge.� Services needed include but are not limited to the following: Install UniPOC Software for use with current glucometers in use at Crow Northern Cheyenne Hospital, Pryor Health Clinic and Lodge Grass Health Clinic. The software shall be able to: Store Tests Results Interface with RPMS and HER Manage the incoming reagents, quality control, and strip lots Manage the access codes for all employees Track training documents and send notifications for employees needing training. Store quality control results and create prints outs for hard copy storage. Create reports for critical vaulue patients and compliance to reporting requirements. Complete Interfacing with supports from IHS IT team. Results from glucometers must interface into electronic health records ( EHR) system. Provide training for all staff on the UniPOC Software. INSTRUCTIONS TO INDUSTRY ISBEEs are highly encouraged to respond to this notice. However, firms must also understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. To be considered a capable source, responses must directly demonstrate the company�s capability, experience, and ability to provide services as shown below. Your response must include but is not limited to the following: Number of years of experience in providing UniPOC Glucometer Software Requirement.. List of past jobs/contracts in providing UniPOC Glucometer Software Requirement.. The abilities your company possesses in providing UniPOC Glucometer Software Requirement.. Demonstrate how your company meets the definition for Indian Economic Enterprise (IEE) in consideration to this requirement: How, as the prime IEE, will your company receive at least 51% of the earnings from the awarded contract, or together with the subcontractor if the same category, receive a combined 51% of the earnings from the contract How, as the prime IEE or together with the subcontractor if the same category, will management and daily operations be controlled by one or more individuals who are Indians. Failure to address these items in your capability statement could exclude your firm from being determined a capable IEE/ISBEE source. SUBMISSION Interested parties capable of performing the required services may submit a response via email to: Brittany.Bends@ihs.gov and Kristen.Smith@ihs.gov no later than 15 days from the date of the sources sought announcement. Interested parties shall submit their capability response as instructed above and include a copy of the Buy Indian Act Indian Economic Enterprise Representation Form. It is recommended to include the sources sought ID in the subject line. Sources Sought ID: 5. Responses received to this notice will assist in determining the acquisition strategy of the requirement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bb6c0fdb74974dd79fcfc05ba9691b45/view)
- Place of Performance
- Address: Crow Agency, MT 59022, USA
- Zip Code: 59022
- Country: USA
- Zip Code: 59022
- Record
- SN06731051-F 20230630/230629060349 (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 |