SOLICITATION NOTICE
65 -- Add authoritative data exchange service as well as add SELECTplus™ and TruVu™. - Notice of Intent
- Notice Date
- 6/29/2017
- 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
- HT0003717208
- Point of Contact
- Andrew A. Hampton,
- E-Mail Address
-
andrew.a.hampton3.civ@mail.mil
(andrew.a.hampton3.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- DEPARTMENT OF THE NAVY NAVAL MEDICAL LOGISTICS COMMAND NOTICE OF INTENT The Naval Medical Logistics Command (NMLC) intends to negotiate on a sole source basis (IAW FAR 13.501(a)) Sole source (including brand name) acquisitions. The proposed source is ECRI Institute, 5200 Butler Pike, Plymouth Meeting, PA 19462. The requiring activity is the Defense Health Agency (DHA) to meet the developmental requirements of the Joint Medical Logistics Functional Development Center (JMLFDC), Fort Detrick, MD in support of the Army, Air Force and Navy. The proposed acquisition is to add authoritative data exchange service as well as add SELECTplus TM and TruVu TM healthcare and information technology management programs. The existing contract 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. The modification shall add authoritative data exchange service to support DMLSS modernization in Health Alerts and Equipment Management Lines of Business. The requirement is for the vendor to develop custom data feeds to support three (3) Services that provide authoritative data in the areas of 1.) Product catalog data attributes; 2,) AutoMatch data attributes for equipment and supplies and 3,) Data Standardization services. This data service modification requirement shall facilitate the normalization, cleanup, precision identification and alignment of approximately 1M unstructured/as built data records used in the DMLSS and Theater Enterprise Wide Logistics Systems (TEWLS) Medical Logistics applications that are developed by the Joint Medical Logistics Functional Development Center (JMLFDC). The data required must be purchased and as such to minimally comply with DoDI 8320.02, Sharing Data, Information, and Information Technology (IT) Services in the Department of Defense, dated Aug 5, 2013 systems that have received investment funds for modernization and managed by a Community of Interest (COI) are to ensure that data is visible, accessible, understandable, trusted, and interoperable throughout their lifecycles for all authorized users. Both Equipment Management and Hazard Alerts are managed by COIs as defined by the National Information Assurance Glossary CNSS instruction 4009; dated 26 April 2010 as "A collaborative group of users who exchange information in pursuit of their shared goals, interests, missions, or business processes, and who therefore must have a shared vocabulary for the information they exchange." Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. This acquisition is being conducted in accordance with FAR Part 12 and FAR 13. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 519130 with a Small Business Size Standard of 500. This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes technical data and price information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work. Capability statements shall not exceed 5 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on 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 or to proceed with a sole source purchase order. If a vendor challenges the basis of this requirement, please email product capability statements (formats for submission: PDF, MS Word, or MS Excel) to Andrew Hampton at andrew.a.hampton3.civ@mail.mil. Closing date for challenges is no later than 3:00 PM. ET on 14 Jul 2017. No phone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/HT0003717208/listing.html)
- Record
- SN04563222-W 20170701/170629235804-f1ff1a69ad6bf3ca53066762b146abec (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 |