SOURCES SOUGHT
D -- Armed Forces Billing and Collection Utilization Solution
- Notice Date
- 1/17/2025 11:45:04 AM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- DEFENSE HEALTH AGENCY ROSSLYN VA 22209 USA
- ZIP Code
- 22209
- Solicitation Number
- HT003825RFIABACUS
- Response Due
- 1/28/2025 11:00:00 AM
- Archive Date
- 02/12/2025
- Point of Contact
- Sharjeel Javaid
- E-Mail Address
-
sharjeel.j.javaid.civ@health.mil
(sharjeel.j.javaid.civ@health.mil)
- Description
- Request for Information (RFI) Armed Forces Billing and Collection Utilization Solution General. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Proposals are not being sought and unsolicited proposals will not be accepted. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Background. The Defense Health Agency Contracting Activity (DHACA) on behalf of Program Executive Office Defense Healthcare Management Systems (PEO DHMS) is seeking information from industry regarding the availability of software solutions similar to the Armed Forces Billing and Collection Utilization Solution (ABACUS). The Defense Healthcare Management Systems Program Executive Office utilizes the ABACUS software, to provide Services Uniform Business Offices (UBOs) with an industry standard, best practice means for billing, collection and reporting of medical services provided by DoD Military Treatment Facilities (MTFs) Worldwide. Purpose. The purpose of this Request for Information (RFI) is to is to identify potential sources that can provide an interim software solution with capabilities similar to the Revenue Cycle Management functions available in ABACUS. The Government seeks to understand the market availability, technical capabilities, and potential cost structures of such solutions. See attached draft Performance Work Statement (PWS) for details regarding the initiative. Information Requested. Participants are requested to submit the following information in the format outlined below. The response should be detailed but no more than four pages and address the information requested below (title pages, cover letter, etc., will not count against the page limit). Respondents are highly encouraged to submit a tailored response rather than a generic capability statement to ensure the needed information is provided. Company Information: Name of the company Address Point of contact (name, phone number, email) DUNS number and CAGE code Business Size: The NAICS for this effort is 541511, Custom Computer Programing Services. Based on this NAICS, identify your business size as Small or Large. If a small business, identify if any of the following are applicable: HUBZone, Service Disabled Veteran Owned, Veteran Owned, Small Disadvantaged Business, Woman Owned, or Economically Disadvantaged Woman Owned. Participants are also encouraged to recommend a more suitable NAICS that accurately reflects the scope of the initiative. When making your recommendation, please update your business size classification based on the proposed NAICS and provide a concise rationale explaining how the recommended NAICS aligns effectively with the initiative's objectives. Technical Capabilities: Include sufficient details on how the objectives outlined in the attached PWS will be effectively addressed, to include the following: Description of the software solution Technical specifications and features Compliance with Department of Defense and Defense Health Agency cybersecurity requirements Experience with cloud-based managed service offerings Past Performance: Relevant past performance information, including previous contracts with DoD or other federal agencies, to include a brief description of the project, contract number, period of performance, prime or subcontractor status, dollar value of the project. If there is no direct performance or experience with the stated initiative, please explain how you will effectively fulfil the initiative utilizing proposed teaming arrangements and other arrangements. Cost Information: Rough Order of Magnitude (ROM) cost estimate for the software solution Pricing structure (e.g., subscription-based, perpetual license, etc.) Additional Information: Any other relevant information that may assist the Government in its market research Submission Instructions. Responses to this RFI should be submitted electronically to Mr. Sharjeel J. Javaid: sharjeel.j.javaid.civ@health.mil, no later than 28 January 2025, 1400 EST. Please include �RFI Response - ABACUS Software Solution� in the subject line of the email.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b9b9c264c96e4b529cc09016749bb2fb/view)
- Place of Performance
- Address: Arlington, VA 22209, USA
- Zip Code: 22209
- Country: USA
- Zip Code: 22209
- Record
- SN07316995-F 20250119/250117230106 (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 |