SOLICITATION NOTICE
65 -- Notice of Intent to Sole Source: ECRI Subscriptions/Authoritative Data Exchange Service
- Notice Date
- 2/22/2017
- Notice Type
- Presolicitation
- NAICS
- 519130
— Internet Publishing and Broadcasting and Web Search Portals
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Logistics Command, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
- ZIP Code
- 21702-9203
- Solicitation Number
- N62645-14-P-2091
- Archive Date
- 3/23/2017
- Point of Contact
- Shannon P. Lertora,
- E-Mail Address
-
shannon.p.lertora.civ@mail.mil
(shannon.p.lertora.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Medical Logistics Command (NMLC) intends to negotiate a modification on a sole source basis (IAW FAR Part 13.501(a)). The proposed source is Emergency Care Research Institute (ECRI), 5200 Butler Pike, Plymouth Meeting, Pennsylvania 19462-1298. NMLC has a requirement to modify N62645-14-P-2091 to add an authoritative data exchange service CLIN to support Defense Medical Logistics Standard Support (DMLSS) modernization in Health Alerts and Equipment Management Lines of Business. The existing contract N62645-14-P-2091 supports the ECRI proprietary products of Health Devices Gold, Alert Tracker, Biomedical Benchmark, and IPM software. These are prepackaged, predefined subscription services that are comprised of various authoritative data elements to address specific requirements of the Department of Defense (DoD) and Commercial Industry. This modification shall facilitate the normalization, cleanup, precision identification and alignment of approximately 1M unstructured/as built data records used in the DMLSS and TEWLS Medical Logistics applications that are developed by the Joint Medical Logistics Financial Development Center (JMLFDC). In addition, these subscriptions, as well as the underlying authoritative data are proprietary products of ECRI. As a result, ECRI is the only vendor that can meet the Government's requirements. This modification will have an initial performance period of 01 April 2017 to 29 September 2017 with two 12-month option periods. This notice of intent is not a request for competitive proposals; however, if a vendor challenges the basis of this requirement, please email challenges and product capability statements (formats for submission: PDF, MS Word, or MS Excel) to Shannon Lertora at Shannon.P.Lertora.civ@mail.mil, reference contract number N62645-14-P-2091. Closing date for challenges is no later than 1300 Local Time, 08 March 2017. No phone calls will be accepted. Please note that a determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N62645-14-P-2091/listing.html)
- Record
- SN04411092-W 20170224/170222235349-9167eefec524fd7d9e3bf7258294bd37 (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 |