Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 12, 2014 FBO #4736
SPECIAL NOTICE

99 -- Notice of Intent: Agreement - Software Module

Notice Date
11/10/2014
 
Notice Type
Special Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 801 Thompson, TMP 605, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
IHSHQ-15-NOI-11102015
 
Archive Date
12/10/2014
 
Point of Contact
Vito Pietanza, , Stephen J. Yuter,
 
E-Mail Address
vito.pietanza@ihs.gov, stephen.yuter@ihs.gov
(vito.pietanza@ihs.gov, stephen.yuter@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A NOTICE OF INTENT (NOI), NOT A REQUEST FOR QUOTE OR PROPOSAL. A SOLICITATION DOCUMENT WILL NOT BE ISSUED AND QUOTES OR PROPSALS WILL NOT BE REQUESTED. The Indian Health Service (IHS) intends to enter into an agreement with ISI Group, LLC (ISI), 5713 Glenwood Road, Bethesda MD, 20817, for a no cost license for software libraries for rendering and manipulating images, subject to negotiation of acceptable terms. The IHS requires a software module compatible with the IHS Resource and Patient Management System (RPMS) to provide the ability for clinical users to view and manipulate medical images, such as radiographs, computed tomography scans and scanned documents within the RPMS Electronic Health Record (EHR) at the point of care. The RPMS EHR is widely deployed across IHS, Tribal, and Urban Indian health programs across the country, and is Certified EHR Technology allowing its users to participate in the Centers for Medicare and Medicaid Services (CMS) Meaningful Use (MU) initiative. IHS requirements for the imaging libraries include: 1) The software shall be compatible with the VueCentric Framework user interface of the RPMS EHR; 2) The software shall be compatible with the Reports and Notes components of the RPMS EHR, without requiring modification of other components; 3) The software shall be compatible with the Veterans Administration's FDA-certified VistA Imaging application; 4) The software shall enable clinical users to select, view, and manipulate images stored in VistA Imaging (i.e. enlarge, zoom, rotate, change contrast) within the RPMS EHR without the need to log into a separate application. The IHS concluded based on its market research that the ISI software libraries are the only source reasonably available that meets all requirements. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive quotes or proposals. However, all information received within fifteen days after date of publication of this announcement will be considered by the Government. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. No pricing input is being requested. Interested firms/companies are requested to provide their aforementioned information, along with their capability statements: 1. Company name and a brief description of their company's business size (i.e. annual revenues and employee size) 2. Company point of contact, mailing address, telephone and fax numbers, DUNS number, and website address 3. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with Government representatives 4. Business status (i.e., Small Business, SDB, 8(a), HUBZone, SDVOSB, WOB, etc.). Type of company is validated via the System for Award Management (SAM). All respondents must be registered on SAM located at https://www.sam.gov 5. Description of same/similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 6. Anticipated teaming arrangements (i.e. prime contractor/subcontractor, joint venture, mentor-protégé relationship, etc.) 7. Applicable GSA Schedule number or other available procurement vehicle 8. Date Submitted Responses must be submitted not later than Tuesday, November 25, 2014, 12:00 P.M. (EST). Capability Statements will not be returned and will not be accepted after the due date. The maximum number of pages for submission is three (3) pages (excluding cover page). Capability statements should be e-mailed directly to the Primary and Secondary Points of Contact listed below. SUBMISSIONS WILL ONLY BE ACCEPTED VIA ELECTRONIC MAIL. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses or the Government's use of such information or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on a government GPE. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Primary POC : Vito Pietanza, Contract Specialist Division of Acquisition Policy/Indian Health Service Department of Health & Human Services vito.pietanza@ihs.gov Secondary POC : Stephen J. Yuter, Director Division of Acquisition Policy/Indian Health Service Department of Health & Human Services stephen.yuter@ihs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/IHSHQ-15-NOI-11102015/listing.html)
 
Place of Performance
Address: Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN03570461-W 20141112/141110234324-80df26a445193045665191f7479b023e (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.