Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2023 SAM #7760
SOLICITATION NOTICE

R -- HHS COVID-19 Privacy Preserving Record Linkage (PPRL)

Notice Date
2/23/2023 5:35:27 AM
 
Notice Type
Presolicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
CDC OFFICE OF ACQUISITION SERVICES ATLANTA GA 30333 USA
 
ZIP Code
30333
 
Solicitation Number
75D30123R72592
 
Response Due
2/24/2023 2:00:00 PM
 
Point of Contact
Mark Draluck, Phone: 7704880938
 
E-Mail Address
syq1@cdc.gov
(syq1@cdc.gov)
 
Description
The Centers for Disease Control and Prevention intends to award, on a sole source basis, a firm fixed price contract to HealthVerity, Inc., 1818 Market St Lbby 6, Philadelphia, PA 19103, for a configurable, non-developmental end-to-end PPRL Software as a Service (SaaS) solution that comprises three components: Locally installed hashing/de-ID engine Key Manager A linkage agent The linkage must act as an honest broker service (HBS) that permits de-identified linkage of individual patient records across systems, organizations, and settings over time.� This PPRL solution will support U.S. Government and STLT PH owners by promoting public health monitoring and situational awareness into the status of the severe acute respiratory syndrome coronavirus 2 (SARS-CoV-2) vaccination, testing and epi surveillance effort across the country.� The SaaS must be able to provide record linkage for up to 100 data owners consisting of STLTs, Federal Government agencies, and commercia health data owners.� The period of performance for this service is for one base year and two option years starting no later than 1 July 2023. In November 2020 the U.S. government engaged in a one-year contract with HealthVerity to provide these services and to provide and support a Software as a Service (SaaS) solution for STLT and federal government agencies (to use in implementing and conducting privacy preserving record linkage. Currently this solution is creating unique IDs for vaccination records from 11 state jurisdictions, 22 pharmacies that report directly to the CDC, Indian Health Services, and 1 dialysis center. The original contract was competed by HHS, for which HealthVerity was determined the best value offeror.� Based on an assertion citing COVID Urgency and the challenges in moving from a PPRL ID generated using HealthVerity to another vendor ID will be completely different and will require rework on the entire COVID-19 operations, the contract was again awarded in Feb 2021 and Feb 2022 (75D30122C13317) to continue providing linkage services for one year each.� In 2023, the US government needs to continue to operate this SaaS solution and to expand the number of STLT and federal agencies responsible for vaccine administration that participate.� Additionally, the Epidemiology and Laboratory Capacity (ELC) grant has also noted that participation in PPRL should be built into upcoming work plans to allow for the linkage of vaccination events.� Currently the participation in this process is voluntary for the data owners. Currently there are over 325 million vaccine records representing 152 million unique individuals who have had HealthVerity PPRL-IDs attached to them.� Replacing the vendor will render all the previous work and currently assigned PPRL-IDs virtually useless.� The entire data set would be required to be rerun which would result in a significant burden to the data submitter and for CDC to reprocess the data.� Additionally, no other vendor would have the ability to link vaccination data to existing HealthVerity real world data.� This linkage spans across medical and pharmacy claims, chargemaster, electronic medical record (EMR), and laboratory data at the patient-level using PPRL.� Other known PPRL sources were consulted to understand opportunities to overcome the concerns stated above.� Solutions included token bridges, however such solutions validated the above stated concerns and present a substantial duplication of previously incurred effort in terms of cost, time, and resources and additionally presents a significant risk in cross party cooperation. This contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1 and 41 U.S.C. 3304(a)(1).� Interested persons may identify their interest and capability to respond to the requirement or submit proposals.� This notice of intent is not a request for competitive offers; however, all offers/responses received within 5 days of the issuance of this notice will be considered by the Government.� A determination by the Government not to compete this proposed contract 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.� All offers/responses should be emailed to Mark Draluck at syq1@cdc.gov by 5:00 P.M. Eastern Time, 24 February 2023.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fffc1590bcfe4a9d8a195643b4563953/view)
 
Place of Performance
Address: Philadelphia, PA 19103, USA
Zip Code: 19103
Country: USA
 
Record
SN06599615-F 20230225/230224211923 (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 |
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.