Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2010 FBO #3171
SOURCES SOUGHT

D -- electronic Health Record System (eHR-S) - Attachments

Notice Date
7/29/2010
 
Notice Type
Sources Sought
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-TC, 801 I STREET, NW, Suite 910, Washington, District of Columbia, 20536, United States
 
ZIP Code
20536
 
Solicitation Number
HSCETC-10-R-00032
 
Archive Date
9/3/2010
 
Point of Contact
Charles J. Mann, Phone: 2027322929
 
E-Mail Address
charles.mann@dhs.gov
(charles.mann@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 6: Directives, Policies and Standards Attachment 5: Core and Non-Core Functionalities Attachment 4: Contract Questions Attachment 3: Product Questions Attachment 2: Statement of Objectives (SOO) Attachment 1: Background Information REQUEST FOR INFORMATION (RFI) Release Date: July 29, 2010 THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSALS. NO PROPOSALS ARE SOUGHT. Any responses to this RFI should be submitted by August 19, 2010, 11:00 AM EST. This notice consists of three parts: Part I. Introduction Part II. List of Attachments Part III. How to Respond to this Notice I. INTRODUCTION This notice is a Request for Information (RFI). It is for information and planning purposes and does NOT constitute a Request for Proposal (RFP). It is issued under the authority of FAR 15.201("Exchanges of information before receipt of proposals"). FAR 11.101 ("Order of precedence for requirements documents") requires agencies to develop requirements documents to meet agency needs that utilize performance-oriented documents based on voluntary industry consensus standards to the maximum extent practicable. FAR Subpart 37.6, and the Office of Federal Procurement Policy's (OFPP) "A Guide to Best Practices for Performance-Based Service Contracting"(Oct. 1998), encourage agencies to use performance-based contracting methods that describe work requirements in terms of results required rather than the methods of performance of the work, establish objective measurable performance standards for key elements of the work, use a quality assurance surveillance plan (QASP) to measure work accomplishment against the standards, and use performance incentives to encourage contractors to meet and/or exceed the referenced standards. Furthermore, the Office of Management and Budget (OMB) has directed agencies to take immediate action to govern the appropriate use and oversight of contract types to minimize risk and maximize the value of Government contracts. OFPP's memorandum "Increasing Competition and Structuring Contracts for Best Results" (Oct. 2009) encourages agencies to collaborate with industry, use performance-based acquisitions, choose the best contract type for acquisitions, and use incentives to motivate lower costs in cost-type arrangements. These referenced documents may be accessed electronically at the OFPP website located at http://www.whitehouse.gov/omb/procurement/. Please frame any responses to this notice in accordance with the policies contained in these references. II. LIST OF ATTACHMENTS Please review and respond to the following list of attachments: Attachment 1: Background Information Attachment 2: Statement of Objectives (SOO) Attachment 3: Product Questions Attachment 4: Contract Questions Attachment 5: Core and Non-Core Functionalities Attachment 6: Directives, Policies and Standards III. HOW TO RESPOND TO THIS NOTICE Please direct any questions concerning this notice to Mr. Charles Mann at charles.mann@dhs.gov, or 202-732-2929. Please submit your replies, information and/or comments, whether supportive or critical, to Contract Specialist, Charles Mann electronically at charles.mann@dhs.gov no later than August 19, 2010, 11:00 AM EST. Electronic submissions should be submitted as an e-mail attachment in Microsoft Word. Please repeat each question and provide the response beneath. Please submit the information in the same order and using the same numbering scheme in this notice to facilitate evaluation and organization by Government reviewers. Please limit responses to 50 pages. Replies will be separated from, and have no bearing on, subsequent evaluation of proposals submitted in response to any resulting formal Requests for Proposals (RFPs). The use of information received in response to this notice may be used by ICE for acquisition planning and solicitation preparation activities. Eligibility in participating in a future acquisition does not depend upon a response to this notice. ICE will not critique the responses to this notice and the notice should not be used by Offerors to market their products/services. ICE does not intend to pay for the information solicited and will not recognize any costs associated with responding to this RFI. Proprietary information is neither sought nor desired by ICE. If such information is submitted, it must clearly be marked "proprietary" on every sheet containing such information, and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-TC/HSCETC-10-R-00032/listing.html)
 
Record
SN02222424-W 20100731/100729235628-ad7bcb334c409535a9d2a499cf1388be (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.