Arizona Bids > Bid Detail

SOURCES SOUGHT: Preventive Maintenance Services and Software Support Agreement Renewal for the HL7 Interface

Agency:
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159012226369613
Posted Date: Feb 16, 2024
Due Date: Feb 23, 2024
Source: https://sam.gov/opp/2f43d8084b...
Follow
SOURCES SOUGHT: Preventive Maintenance Services and Software Support Agreement Renewal for the HL7 Interface
Active
Contract Opportunity
Notice ID
IHS1486235_Software_Support_Agreement_for_the_HL7_Interface
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
NAVAJO AREA INDIAN HEALTH SVC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Feb 16, 2024 10:28 am MST
  • Original Response Date: Feb 23, 2024 01:00 pm MST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 09, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DC01 - IT AND TELECOM - DATA CENTER SUPPORT SERVICES (LABOR)
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Chinle , AZ 86503
    USA
Description

This Sources Sought Notice is for the Navajo Area Indian Health Service, Chinle Comprehensive Healthcare Facility issued in accordance with FAR 5.101. The purpose of this notice is to identify potential sources for providing support to our middleware that communicates between Vista Imaging and RPMS with our 12 Lead ECG machines, Cardiac Stress Test, and Pulmonary Fucttion Machines at the Chinle Comprehensive Healthcare Facility. This notice does not commit the Government to issue a solicitation or make an award OR to prelude a solicitation expected to be issued from closure of notice.



Chinle Comprehensive Health Care Facility provides medical care for approximately 35,000 Navajo. Serving a rural area, many of our patients travel 100 miles round trip to receive care and do not have electricity or running water in their homes. And, most of our elderly patients speak only Navajo, and live according to traditional Navajo cultural practices. The Chinle Comprehensive Health Care Facility and Ambulatory Care Center is a 60-bed inpatient hospital and outpatient facility. Services offered are: Adult inpatient and Pediatric Inpatient Care, Outpatient Primary Care, Adult Intensive Care, Emergency Medicine, General Surgery, Podiatry, OBGYN, Labor & Delivery, Women's Health, Midwifery, Mental Health, Pharmacy, Optometry, Dental, PT, OT, Speech Pathology, Audiology, Lab, Public Health and School Health. We live in one of the most scenic areas of the country, and offer almost unlimited opportunities for outdoor recreational activities.



Description of Services: The Contractor shall provide implemented a middleware called Cardio Server. This software is housed on a virtual server at Chinle Comprehensive Health Care Facility. This software acts as a go-between with the devices listed above and Vista Imaging and RPMS. It also acts a platform to provide serial comparison between studies and to ensure provider interpretation is completed and files those interpretations in the medical record.



Duration of Requirement: Date of Award to December 31, 2024



Place of Performance: Support Services Department, Chinle Comprehensive Health Care Facility, PO Box PH, Highway 191 and Hospital Drive, Chinle, Arizona 86503



Instructions to Industry: All capable parties are encouraged to respond. Responses must directly demonstrate the company’s capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above. Generic capability statements are not sufficient and will not be considered compliant with the requirements of this notice.



The Government requests interested parties submit a written response to this notice which includes:




  1. Company Name.

  2. Company SAM Unique Entity Identifier (UEI) number.

  3. System for Award Management (SAM) registration status. All respondents must register on the SAM located at http://www.sam.gov .

  4. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives.

  5. Date submitted.

  6. Applicable company GSA Schedule number or other available procurement vehicle.

  7. Business Size Standard of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.).

  8. Geographic Coverage: Please identify the areas of the United States where your organization provides these services.

  9. Capability Statement: Detailed capability statement addressing the company’s qualifications and ability to provide the requirements listed herein, with appropriate and specific documentation supporting claims of recent organizational and staff capability to support this requirement. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

  10. Experience: Provide a list of 3-5 private industry or Government contracts for the same services that you have performed within the last 3 years. For each contract, include the company’s Point of Contact’s name, email address, telephone number, dollar value of contract, and description of the services provided on the contract. The Government may contact these entities to conduct past performance checks.

  11. If American Indian/Native American owned small business, then complete attached IEE Representation form.



The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; and 3) implement a successful project management plan that includes: compliant with tight program schedules; cost containment: meeting and tracking performance; hiring and retention of key personnel and risk mitigation.



Disclaimer and Important Notes: This notice does not obligate the Government to award contract. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on a government GPE. However, responses to this notice will not be considered adequate responses to a solicitation.



Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Responses must be submitted via email to the Primary POC no later than specified closing date.



**NO QUESTIONS WILL BE ACCEPTED.



Attachments:



-Statement of Work



-IEE Representation form


Attachments/Links
Contact Information
Contracting Office Address
  • PO BOX 9020
  • WINDOW ROCK , AZ 86515
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 16, 2024 10:28 am MSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >