Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 07, 2013 FBO #4396
SOLICITATION NOTICE

R -- DIGITIZING CONVERSION SERVICES

Notice Date
12/5/2013
 
Notice Type
Presolicitation
 
NAICS
561410 — Document Preparation Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018914TZ015
 
Response Due
12/16/2014
 
Archive Date
1/1/2014
 
Point of Contact
SEAN MCGINLEY 215-697-5025 LEANNE HANGER, 215-697-9690
 
Small Business Set-Aside
N/A
 
Description
The NAVSUP Fleet Logistics Center Norfolk, Contracting Department, intends to solicit on a sole source basis a requirement for digitizing conversion of the Navy Members ™ Service Treatment Records (STRs), both Medical and Dental, and the delivery of the scanned STRs to the VA through the Healthcare Artifact and Information Management Solution (HAIMS) in support to the Navy ™s Bureau of Medicine and Surgery (BUMED), Falls Church, VA. The required start date is 1 JAN 2014. The procurement is being processed through other than full and open competition pursuant to the statutory authority of Section 4202 of the Clinger-Cohen Act of 1996 - a sole source acquisition under the authority of the test program for certain commercial items, as implemented by FAR 13.501(a). The Government intends to solicit and negotiate with Anacomp, Inc., a small business. The provision of the required services requires access to PII/PHI. All contractor employees under the resultant order who require access to Personal Health Information and Privacy Act protected information are categorized no lower than IT-II. At a minimum, each contractor employee must be a US citizen and have a favorably completed NACLC to obtain a favorable determination for assignment to a non-critical sensitive or IT-II position. The contractor ™s facility, infrastructure and processes must be certified compliant with federal standards for secure handling of Personally Identifiable Information (PII) and Protected Health Information (PHI) and the contractor must possess current Authority to Operate (ATO) under A&A. These standards are: National Institutes of Standards and Technology (NIST) 800-53 Level 3 Office of Management and Budget (OMB) Circular A130 Privacy Act of 1974 Health Information Portability and Accountability (HIPAA) Act of 1996 The Contractor must hold a current International Standards Organization (ISO) 9001:2008 Certification for the digitization of government records from an accredited ISO certification organization. Additionally, to facilitate necessary quality assurance surveillance, the required services must be performed within the U.S. Capital Region. The contractor shall be required to scan an estimated 5 -7 thousand STRs and deliver an estimated 1.08 million deliverable images per month. The resultant order will be for a base period of performance of 1 JAN through 30 JUN 2014 and will contain two six-month options. The required services do meet the FAR definition of commercial item. The government intends to use simplified acquisition procedures as authorized by FAR Subpart13.5. This is an interim action in support of a short-term solution and the resultant order will provide the requiring activity with the necessary services while the contracting office solicits and awards a contract or contracts in support of a long-term solution through competitive procedures. Anacomp, Inc. is currently providing similar services in support of BUPERS and the VA and is the only known source that can reasonably be expected to begin performance of these services by 1 JAN. Anacomp is the only firm with the requisite facilities, equipment, personnel, expertise and capacity to immediately take on this effort. Failure to acquire these services from Anacomp, Inc. on a sole source basis will seriously jeopardize BUMED's ability to carry out its mission, will damage the continuity of care for Navy personnel transitioning to the VA, and will the delay the processing of claims and the provision of benefits to many eligible veterans. In accordance with FAR 5.102(a), the solicitation will be made available electronically, upon its release, at www.neco.navy.mil, even though the only response that will be considered is that from Anacomp, Inc. Interested persons may identify their interest and capability to respond to this requirement by 10 DEC 2013. This notice of intent is not a request for quotations/proposals. However, the Government will consider information received by 10 DEC 2013. Information received as a result of this notice of intent will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed procurement action based upon responses received is solely within the discretion of the Government. The Government will not pay for information submitted in response to this notice. The NAICS code is 561410 and the small business size standard is $14M. Issuance of a competitive solicitation in support of a long-term solution is anticipated around 1 JUL 2014. For questions regarding this announcement, please contact Sean McGinley, Code 280.3A, at (215) 697-5025, or at sean.mcginley1@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018914TZ015/listing.html)
 
Record
SN03245826-W 20131207/131205234329-7bd86707d5951ac56988952f9d4e7e3c (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.