Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2018 FBO #6097
SOURCES SOUGHT

D -- Indian Health Service - Clinical Data Mart Operations & Maintenance

Notice Date
8/1/2018
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 5600 Fishers Lane, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
IHS-18-236-SS-0050
 
Archive Date
8/9/2018
 
Point of Contact
Vito Pietanza,
 
E-Mail Address
vito.pietanza@ihs.gov
(vito.pietanza@ihs.gov)
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
INDIAN HEALTH SERVICE (IHS) SOURCES SOUGHT for Indian Small Business Economic Enterprise (ISBEE) This is an "Indian Small Business Economic Enterprise" (ISBEE) Sources Sought announcement only. This Source Sought is a market research tool being used to determine the availability of qualified Buy-Indian owned small businesses. This is NOT a solicitation for proposals, proposal abstracts, or quotations. All responses will be used for market analysis in determining the availability of potential qualified Buy-Indian owned small businesses that may be used to determine the appropriate acquisition strategy. No solicitation is being issued at this time. Background: The Data Mart program works with the IHS Office of Clinical and Preventive Services (OCPS) for clinical programs/products, the Office of Public Health Support (OPHS) for Government Performance Results Act (GPRA) performance measures and services supported by this contract and is managed by the Office of Information Technology (OIT). The Data Mart Program supports several "data marts" for various IHS or programs. A data mart is an automated system that contains a number of core functions such as reporting, security, graphics and data refresh activities to satisfy a particular requirement. Data mart requirements are defined by the requesting program. Each data mart's database structures, data movement or data "refresh" processes, data validation, programming logic and code must be maintained and documented. IHS supports the Joint Commission approved performance measurements at approximately 19 sites. This program supports national hospital accreditation activities for both direct and tribally operated Joint Commission accredited hospitals. The Government is interested in Indian Small Business Economic Enterprise vendors regarding the performance of this requirement. The Government will use this information in determining its small business set-aside decision. Interested vendors are requested to provide their aforementioned information, along with interest and a Capability Statement (*no more than 3 Pages). No pricing input is being requested. The Government requests interested vendors to submit a written response to this notice which includes: 1. Company name and a brief description of their company's business size (i.e. annual revenues and employee size) 2. Company point of contact, mailing address, telephone and fax numbers, DUNS number, and website address 3. 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 4. Business status (Indian Small Business Economic Enterprise). Type of company is validated via the System for Award Management (SAM). All respondents must register on SAM located at https://www.sam.gov 5. Description of same/similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 6. Anticipated teaming arrangements (i.e. prime contractor/subcontractor, joint venture, mentor-protege relationship, etc.) 7. Applicable GSA Schedule number or other available procurement vehicle 8. Date Submitted Responses must be submitted not later than Wednesday, August 8, 2018 at 12:00 P.M. (EST). Capability Statements will not be returned and will not be accepted after the due date. The maximum number of pages for submission is three (3) pages (excluding cover page). Capability statements should be e-mailed directly to the Primary Point of Contact (POC) listed below. SUBMISSIONS WILL ONLY BE ACCEPTED VIA ELECTRONIC MAIL. * TELEPHONE CALLS AND QUESTIONS WILL "NOT" BE ACCEPTED. * Disclaimer and Important Notes. This notice does not obligate the Government to award a 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).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/IHS-18-236-SS-0050/listing.html)
 
Place of Performance
Address: To be determined, United States
 
Record
SN05015794-W 20180803/180801231431-b5ae454904c1c6a7a3f3981c3127e77e (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.