Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 11, 2018 FBO #5983
SOLICITATION NOTICE

70 -- Defense Healthcare Management System Modernization - Standard Solution Baseline

Notice Date
4/9/2018
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Other Defense Agencies, Defense Health Agency, Contracting Office-DHMS, 1501 Wilson BLVD, Suite 600, Rosslyn, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
N0003915D0044b
 
Archive Date
5/9/2018
 
Point of Contact
Matthew G. Hudson, Phone: 7035885564
 
E-Mail Address
matthew.g.hudson2.civ@mail.mil
(matthew.g.hudson2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Defense Health Agency (DHA) - Contracting Office - Defense Healthcare Management Systems (CO-DHMS), in support of the Program Executive Office for Defense Healthcare Management Systems (PEO DHMS) Defense Healthcare Management System Modernization (DHMSM) Program Office, intends to issue a sole source modification to contract N00039-15-D-0044 with Leidos, Inc. of Reston, VA, for all elements of the solution required to implement and maintain a standard solution baseline with the Department of Veterans Affairs and to incorporate the United States Coast Guard (USCG) into the resulting standardized baseline. The contract action described below may be solicited and awarded without full and open competition pursuant to the authority of 10 USC 2304 (c)(1). N00039-15-D-0044 was awarded on July 29, 2015 to Leidos, Inc. after a full and open competition. The total award ceiling was $4,336,822,777 across a potential 10-year ordering period, if all optional ordering periods are exercised and award terms are earned. The contractor will provide an off-the-shelf (OTS) electronic health record (EHR) system for deployment across the enterprise. Leidos, the prime contractor, serves as the service provider-integrator (SPI) of the solution. The DHMSM EHR consists of inpatient and outpatient solutions from Cerner and a dental solution provided by Henry Schein. MHS GENESIS is replacing functionality of core legacy systems (AHLTA, CHCS, and Essentris, among others), and is being deployed to both fixed medical treatment facilities and operational medicine facilities all over the world. The Leidos Partnership supports the integration, configuration, testing, deployment, training, operational management, and sustainment of MHS GENESIS. On 14 OCT 2017, the DHA assumed all contracting responsibilities for the DHMSM contract from the Space and Naval Warfare Systems Command. On 01 JUL 2017, the Secretary of the Department of Veterans Affairs (VA) issued a Determination and Findings (D&F) pursuant to 41 U.S.C. § 3304(a)(7) that it was in the public interest for VA to issue a solicitation directly to Cerner for the acquisition of the EHR system being deployed by the DHMSM PMO in order to enable seamless healthcare to Veterans and qualified beneficiaries. The findings described in the D&F delineated many reasons that a single standard solution baseline would benefit both Departments and the beneficiaries they support. On 22 MAR 2018, the Deputy Commandant for Mission Support - United States Coast Guard, formally requested to partner with PEO DHMS to implement MHS GENESIS for the USCG. USCG military members receive medical and dental care at DoD Medical Treatment Facilities (MTFs), VA healthcare facilities, and from commercial providers under TRICARE contracts. Further, the USCG provides medical and dental treatment and care to DoD beneficiaries at USCG clinics. The USCG's analysis indicated that all of its requirements would be satisfied by the MHS GENESIS solution and that it would achieve the same critical benefits of a single standard solution as DoD and VA; most notably to ensure that every military beneficiary and retiree has access to a single, unified Electronic Health Record. In addition to the existing MHS GENESIS capabilities, the VA contract will require the implementation of extended capabilities that were not available at the time of the original DHMSM contract or were not proposed against the Government's identified requirements. While the original DHMSM contract included enterprise licensing terms that allowed for the incorporation of all existing and future capabilities within the contractor's commercial "Best of Suite", some of the extended capabilities necessary to maintain a single standard solution baseline with the VA and USCG are provided as clinical application services (CAS) not covered by the existing DHMSM license agreement. Moreover, these CAS capabilities cannot be fully realized unless they are implemented in the Cerner environment. In order to fully enable these functionalities, MHS GENESIS requires direct access to proprietary Cerner data, which is only available from Cerner. Utilizing any other solution would prevent access to these capabilities and render it impossible to maintain a single standard baseline solution with the VA and USCG. The scope being added under this modification will allow for the ordering of all services and additional capabilities necessary to maintain a standard solution baseline with the VA and USCG as they implement the solution. The total ordering ceiling will be updated to accommodate the additional services and capabilities, but the period of performance of IDIQ contract N00039-15-D-0044 will remain unchanged. Because of the necessity of maintaining a single standard solution baseline, the Leidos Partnership for Defense Health is the only source for the required services. Be advised that the aforementioned information is anticipatory in nature and is not binding. This notice is not a request for competitive proposals; however, any firm believing that they can fulfill the requirement of providing these services may be considered by the Agency. Interested parties shall identify their interest and capabilities in response to this synopsis within 15 calendar days of publication, and must clearly demonstrate their ability to successfully fulfill all of the above requirements, including permission to connect to proprietary Cerner data and maintain standard solution baseline with the VA and USCG. The Government reserves the right not to respond to any expressions of interest received. Any comments, questions, or concerns regarding this notice may be submitted IN WRITING via e-mail to Matthew Hudson, Contracting Officer at matthew.g.hudson2.civ@mail.mil. No telephone responses will be accepted. Submissions will NOT be reimbursed by the Government and the entire cost of any submission will be at the sole expense of the source submitting the information. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This synopsis is for informational purposes only. Any Justification & Approval resulting from a decision to award the proposed sole source action will be posted on this website. All information received in response to this notice that is marked Proprietary will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Submissions will not be returned nor will the Government confirm receipt of submissions. In addition, respondents should be aware that the DHMSM Program Office may utilize contractor support personnel from the below listed companies (under existing contracts) to review responses and information submitted. These companies and individual employees are bound contractually by Organizational Conflict of Interest and disclosure clauses with respect to proprietary information, and they will take all reasonable action necessary to preclude unauthorized use or disclosure of a respondent's proprietary data. Submissions MUST clearly state whether permission is granted allowing the program office support contractors identified below access to any proprietary information. The MITRE Corporation Booz Allen Hamilton, Inc. Deloitte Consulting SeKON Corporation Loch Harbour Group, Inc.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3aa719d12b79ce44615f6ce0489e4be1)
 
Record
SN04882885-W 20180411/180409230730-3aa719d12b79ce44615f6ce0489e4be1 (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.