SPECIAL NOTICE
R -- Medical Logistics Authoritative Data Exchange and Medical Logistics Database Subscription Services for the DHA Medical Logistics Directorate
- Notice Date
- 6/25/2024 8:36:00 AM
- Notice Type
- Special Notice
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- W4PZ USA MED RSCH ACQUIS ACT FORT DETRICK MD 21702-5014 USA
- ZIP Code
- 21702-5014
- Solicitation Number
- PANMRA-24-P-0000-004063
- Response Due
- 7/17/2024 7:00:00 AM
- Archive Date
- 08/01/2024
- Point of Contact
- Brandon Roebuck, Erin Maddox
- E-Mail Address
-
brandon.m.roebuck.civ@health.mil, erin.j.maddox.civ@health.mil
(brandon.m.roebuck.civ@health.mil, erin.j.maddox.civ@health.mil)
- Description
- This notice announces the intent by the U.S. Army Medical Research Acquisition Activity (USAMRAA) in support of the Defense Health Agency (DHA) Medical Logistics (MEDLOG) Directorate to negotiate on a sole source basis in accordance with (IAW) FAR 6.302-1 with the Emergency Care Research Institute (dba as ECRI), 5200 Butler Pike, Plymouth Meeting, PA 19462-1203 as the only responsible source that can provide the Authoritative Data Exchange and Database Subscription Services. THs DHA MEDLOG requires medical logistics authoritative exchange and database subscription services, to support the modernization and data standardization and health alerts and equipment management lines of business (LOBs). The contractor will use industry data to normalize, cleanse and structure an authoritative equipment and supply data standardization to enhance business process effectiveness in standardization, product recall identification and manage unnecessary data duplication. Additionally, the product will continue to provide an authoritative data exchange to support modernization and data standardization of Health Alerts and Equipment Management LOBs. The contractor shall include three (3) custom data feeds via a manual mechanism and/or through DHA approved Business to Business (B2B) gateway to support product catalog data attributes and data standardization, which will (i) assist in normalizing data before it is committed to the database and exercised in a business process; (ii) matches equipment and supplies to provide an accurate, timely identification of all product recalls. To accomplish the Authoritative Data Exchange services, the contractor shall provide Supply Guide, which encompasses data standardization to include analysis of medical device inventory, normalization of product attributes and providing product catalog data. The contractor shall also provide Product Catalog which will allow for classification of inventories including product identifier, product name/common model nomenclature, code/catalog number, manufacturer identifier, Universal Medical Device Nomenclature System term/nomenclature, industry status, and product type (to include, Federal Supply Classification, risk level, life expectancy, accountability status, required maintenance activities (i.e., maintenance action type), required maintenance frequency (i.e., interval/periodicity) and device definitions of Medical Devices and Equipment. The expected in-depth level of information enables the Medical Treatment Facilities (MTFs) that DHA MEDLOG supports to accurately track deficient medical devices and medical materiel. The authoritative data exchange is considered an external Information Technology (IT) product to the DoD; and is not a National Security System (NSS) nor will it interconnect with a NSS or transmit National Security Information. Through the use of an Internet-based portal, the following database subscription services are also required at a minimum: A) The Capital Market Analytics tool includes live, on-demand access to member interest graphs and trends, popular models and manufacturers, pricing, and discount trends, as well as configuration analyses and line-item price benchmarking. B) The Functional Equivalents tool gives unbiased guidance on the supply alternatives healthcare supply chain and how it can now find functionally equivalent medical-surgical supplies and implants to help improve quality and lower costs. C) Utilization Analytics tool identifies large saving opportunities and improves patient care by benchmarking product usage of medical surgical supplies against peer organizations and those within your health system to identify best/worst performers, and informed best practices, as well as pinpointing elevated purchase quantities which could indicate �at-risk� situations and assist in developing a corrective action plan. D) Alerts Workflow tool that helps ensure the removal of harmful products before they reach the patient. Additionally Alerts Workflow can be customized to the organization�s needs and seamlessly offers integration with Computerized Maintenance Management Systems to help expedite the removal of potentially harmful products. E) Alerts Automatch module is required to identify relevant alerts on medical supplies and equipment through comparing the inventory/purchase order history and notifies staff daily of affected products to reduce time spent on recalls. The subscription services will allow each MTF to identify areas in need of improvement and different optimization methods. The nomenclatures and device codes provided through the software subscriptions are the same nomenclatures and device codes used to populate the Defense Medical Logistics Standard Support (DMLSS). This information is used in the process of the Medical Material Quality Control Program and each of the Services life-cycle logistics for procurement of medical devices and materiel. ECRI is the only company that provides independent analysis of medical devices and technology, which is compiled, updated and made available in real time through an online subscription-based portal. In addition, Supply Guide, Product Catalog, Capital Market Analytics, Functional Equivalents, Utilization Analytics, Alerts Workflow and Alerts Automatch are all ECRI proprietary products and subscriptions. As a result, ECRI is the only source that can provide the required Data Authoritative Exchange and Subscription Services. Award to any other source would result in increased costs, risk of schedule delays, data transfer delays and the possibility of quality issues. In addition, the introduction of third parties would require modification and testing to the current DMLSS system so that a new vendor could obtain access to the B2B gateway. The additional modification and testing of the DMLSS system would result in a minimum 6-to-8-month delay and an interruption in services which would significantly impair the ability of the DHA MEDLOG to provide the authoritative data and respond to potential alerts in a timely fashion, leading to lapses in coverage for the MTFs that the DHA MEDLOG support. The North American Industry Classification System (NAICS) for this requirement is 541990� All Other Professional, Scientific and Technical Services and the PSC Code is R612 � Support � Administrative: Information Retrieval. USAMRAA issued a Sources Sought Notice/RFI PANMRA-24-P-0000-004063 on SAM.gov for a period of 15 calendar days and none of the responses were able to provide all the requirements for the Authoritative Data Exchange and Database Subscription Services as well as being able to provide data directly as an independent source from their company to DHA MEDLOG without being a third-party provider. This Notice of Intent is not a request for competitive proposals, and no solicitation� document will be posted for this requirement. However, parties interested in responding to this notice shall submit a capability statement sufficient to determine capability in providing the same products and subscriptions. All capability statements received by closing of this notification of this synopsis will be considered by the Government. Submissions that request documentation, request additional information or that solely ask questions will be determined to not be an affirmative response. Responses determined not to be an affirmative response are not valid and no further action may be taken with the 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 normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This announcement fulfills the synopsis requirements under FAR 5.102(a)(3) and 5.203(a). If no written responses are received by the date listed below, which reflects at least fifteen (15) days after the publication of this notice, this solicitation will be issued as a sole source without further notice. Contract award is anticipated to be made by 30 August 2024. Please submit all questions and responses concerning this notice to the Contract Specialist, Brandon Roebuck at brandon.m.roebuck.civ@health.mil. Interested concerns must identify their capability in writing to the above e-mail address no later than 10:00 AM Eastern Daylight Time (EDT), 17 July 2024. No phone calls will be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1e13272a952a4195b4974514f63a5fb9/view)
- Place of Performance
- Address: Frederick, MD 21702, USA
- Zip Code: 21702
- Country: USA
- Zip Code: 21702
- Record
- SN07106652-F 20240627/240625230113 (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 |