Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2009 FBO #2728
SOURCES SOUGHT

D -- Electronic Patient Care Reporting System

Notice Date
5/14/2009
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-09-R-00079
 
Archive Date
6/5/2009
 
Point of Contact
John HL Nash, Jr.,, Phone: (202) 447-5582, Christopher Wallis,, Phone: 202.447.5712
 
E-Mail Address
john.nash@dhs.gov, christopher.wallis@dhs.gov
 
Small Business Set-Aside
Total HUB-Zone
 
Description
SOURCES SOUGHT: THIS IS ONLY A SURVEY OF THE MARKET TO DETERMINE IF THERE ARE POTENTIAL CONTRACTORS THAT CAN SATISFY THE FOLLOWING REQUIREMENT: The Department of Homeland Security is considering whether or not to set aside an acquisition for HUBZone concerns, 8(a) concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB) or Small Business concerns. The estimated value of this procurement is between $500,000 and $1,000,000. The applicable North American Industry Class System (NAICS) 2007 codes are 511210 and 518210. The small business size standard is a three-year averaged annual gross receipt of $25.0 million. Bid, payment and performance bonds are required. The solicitation in its entirety and any amendments will be available at no charge online at http://www.fbo.gov under the above solicitation number. This acquisition is to provide all labor, materials, tools, equipment and supervision necessary to provide an electronic patient care reporting system (ePCR) and support services for patient care reporting across DHS and its components. The system will also provide Component Services with web-based access to determine training shortfalls, track the quality of care provided while ensuring that the standard of care is continually met. The services must provide: -compliance with National EMS Information System (NEMSIS) Gold standards, Health Insurance Portability and Accountability Act (HIPAA), federal and state confidentiality, security and transaction code requirements -interface with different types (brands) of medical equipment, such as cardiac monitoring devices -ease of use in documenting a thorough patient assessment, intervention, treatment modalities and disposition of patient -ease of use in generating quality reports; ability to read and write reports based on key data element sets, gather aggregate data, ad hoc query and analyze data in a user friendly intuitive format -validation and verification tools to capture the required reporting and documentation requirements -capability to customize required fields for documentation as it applies to component agencies and end-users -capability of recording the date/time of any medical data entered into the application -installation, implementation, operation, and maintenance support for an ePCR system that provides a full web-based and a mobile off-line application that runs on any computer with internet connectivity These services are required upon contract award. The performance period will be twelve (12) base period plus four (4) twelve (12) month option periods. Proposed Work includes but not limited to: all technical services and support to ensure implementation and continuous operation of an ePCR system for DHS and the component agencies. At the present time, this acquisition is expected to be issued as a Small Business set aside. However, in accordance with FAR 19.1305, if your firm is HUBZone certified or in accordance with19.1405, if your firm is SDVOSB and intends to submit an offer on this acquisition, please respond by e-mail to John.Nash@dhs.gov with “Sources Sought for Solicitation Number HSHQDC-09-R-00079” in the subject line or by fax (202) 447-5725. Please reference the above solicitation number in all correspondence pertaining to this acquisition. Your response should include the following: (a) a positive statement of your intent to submit a proposal for this solicitation as a prime contractor; (b) a statement identifying your certified small business designation; (c) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; and (d) provide evidence of bonding capability to the maximum magnitude of the project, to include both single and aggregate totals. Contractors are reminded that should this acquisition become a HUBZone or SDVOSB Small Business set aside, FAR 52.219-3, Notice of Total HUBZone Set-Aside or 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, will apply, which requires that at least 15 percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other HUBZone small business concerns. Your response is required by May 21, 2009. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone or Service-Disabled Veteran-owned Small Business set aside. Failure to submit all information requested may result in a small business set-aside. If adequate interest is not received from HUBZone concerns and SDVOSB concern by the close of business May 21, 2009, this solicitation will be issued as a Small Business Set-Aside basis or Unrestricted Full and Open Competition without further notice. A decision on whether this will be pursued as a HUBZone or SDVOSB small business set aside, or a Small Business set aside, will be posted on the FedBizOpps website at http://www.fbo.gov. To receive immediate notification of all changes posted electronically for this project; vendors should click on “Add to Watch List”. ***** Contracting Office Address: 245 Murray Lane, SW, Building 410 Washington, DC 20528 Place of Performance: The Contractor will perform work remotely for DHS offices and field agency offices throughout the country, or any facility that may be identified by the government which will provide for continuity of operations.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-09-R-00079/listing.html)
 
Place of Performance
Address: 245 Murray Lane, SW Bldg 410, Washington, District of Columbia, 20528, United States
Zip Code: 20528
 
Record
SN01816601-W 20090516/090514215456-541f2808bcd637abf92a375774dd0f72 (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 |
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.