SPECIAL NOTICE
D -- Healthvision HL7 QDX Interface Maintenance
- Notice Date
- 8/23/2012
- Notice Type
- Special Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
- ZIP Code
- 20892-5480
- Solicitation Number
- POTS12-012302
- Archive Date
- 9/14/2012
- Point of Contact
- Rieka Plugge, Phone: 301-496-1199, Julius Y Tidwell, Phone: 301-496-0101
- E-Mail Address
-
rieka.plugge@nih.gov, jtidwell@cc.nih.gov
(rieka.plugge@nih.gov, jtidwell@cc.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- NOTICE OF INTENT The National Institutes of Health, Clinical Center/Office of Purchasing and Contracts, intends to negotiate on a sole source basis with Infor, 641 Avenue of the Americas
New York, NY 10011, pursuant to 41 U.S.C.253(c)(1)--Only one responsible source and no other supplies or services will satisfy agency requirements. This procurement of the National Institutes of Health is to provide the Clinical Center, Department of Clinical Research Informatics with Healthvision License and Technical support maintenance. The Clinical Center utilizes the Cloverleaf HL7 Interface software as its primary HL7 interface engine. The interface engine is responsible for receiving and sending clinical orders and results between the hospital information system and the ancillary services systems. This system is critical to the hospitals primary function of providing safe patient care. The CloverleafHL7 software system is proprietary to HealthVision who developed it. It is believed that HealthVision does not permit 3rd party maintenance and will not release their source code to other entities. The Cloverleaf HL7 interface engine is responsible for receiving and sending clinical orders and results between the hospital information system and the ancillary services systems. This system is critical to the hospitals primary function of providing safe patient care. It is absolutely imperative that there be no interruption in the ongoing operation/functioning of the existing system. It is critical that the system continues to be maintained by a Contractor that is capable of providing the necessary maintenance-including making revisions to the source code as circumstances may dictate. The North American Industry Classification System (NAICS) code is 511210, Size Standard - $25.0 million dollars. Interested parties may identify their interest and capability. Interested parties may respond to this requirement by submitting written capabilities/specifications to the Contract Specialist at the address stated above. This notice of intent is not a request for competitive proposals; however, all responses received within 8 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely with the discretion of the Government. Information received will normally be considered for the purpose of determining whether to conduct a competitive procurement. If no affirmative responses are received within 8 days of this notice to determine whether a qualified source is more advantageous to the Government, the order will be issued to Infor. This procurement is to be processed using Simplified Acquisition Procedures-Commercial Item Acquisition in conjunction with FAR Part 12 Commercial Item Acquisition of Commercial Items. There is no solicitation package available. Interested parties must provide sufficient information to demonstrate their ability to provide the following Cloverleaf HL7 licenses and provide the maintenance support services: Production, Job Number 001556-10; Test and Dev, Job Number 001556-10; Hot Stand-by Use with Production, Job Number 001556-10; Hot Stand-by Use with Test and Dev, Job Number 001556-10; Disaster Recovery, Job Number 001556-10; and Data Integrator, Job Number 001556-10. The vendor responses must demonstrate their expertise in ALL of the areas described above. Please note that failure to specifically demonstrate capability to provide the required services in your response to this market survey may affect the Government's review of industry's ability to perform these services. The vendor's response shall be in sufficient detail to allow the Government to assess the capability of your firm. Vendors must send written capability responses by August 30, 2012 to the Contract Specialist at the following e-mail address pluggern@cc.nih.gov. For any questions, please contact Ms. Rieka Plugge at (301) 496-1199.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/POTS12-012302/listing.html)
- Place of Performance
- Address: National Institutes of Health, 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02853453-W 20120825/120824001749-e53faccbc30ad9f195b5e25cac86cd6c (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 |