SPECIAL NOTICE
D -- Notice of Intent to Sole Source APLIS
- Notice Date
- 8/16/2018
- Notice Type
- Special Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH18Q0223
- Archive Date
- 9/15/2018
- Point of Contact
- James Cheng, Phone: 3016191012
- E-Mail Address
-
james.cheng1.civ@mail.mil
(james.cheng1.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This notice announces the intent by the U.S. Army Medical Research Acquisition Activity (USAMRAA) in support of the Defense Health Agency (DHA) Solution Delivery Division (SDD) Electronic Health Records (EHR) Core Program Management Office (PMO) to procure Anatomic Pathology Laboratory Information System (APLIS) Sustainment and Maintenance without competition as prescribed in FAR 13.501(a)(1)(i). Specifically, the Government will procure APLIS Sustainment and Maintenance from Cerner Corporation. Cerner Corporation is the sole source provider of this product with no certified resellers. This support shall include installation and sustainment of all test, training, and production environments, customer support, system and infrastructure maintenance at the host APLIS sites, labor, ODCs and equipment for maintaining hardware and software components, periodic information assurance (IA) evaluations and quality assurance. This support also includes change and configuration management of current and future versions of APLIS to ensure continuous support. Upon transition from the Composite Health Care System (CHCS) to Military Health System (MHS) Genesis, APLIS will directly interface with MHS Genesis. CERNER Corporation is the only contractor that can provide proprietary services and equipment for the CoPathPlus system. CERNER has not licensed the resale right to maintain the CoPathPlus software to any other contractors. CoPathPlus, a COTS product, is a mission-critical Anatomic Pathology Laboratory Information System. CoPathPlus is currently deployed at 10 Military Hospitals and Military Treatment Facility sites and will be deployed to 29 additional sites, both CONUS and OCONUS. Under the terms of its standard commercial license, CERNER, the developer of CoPathPlus components retained the data rights to the software source code. Access to the source code is necessary to accomplish the sustainment services and Risk Management Framework (RMF) services covered by the contract. In addition, CERNER's source code is proprietary; therefore, no other vendor would be able to understand or maintain the system. Consequently, during the period covered by this contract, only CERNER can provide full-service support and equipment for CoPathPlus. Thus, the CERNER is uniquely qualified for fulfilling the contract requirements. CoPathPlus has been implemented at 10 sites with an additional 29 sites scoped for implementation; therefore, significant costs have been invested in the current system. Based on analysis and market research it is estimated that cost associated with procuring, deploying, testing, training and transitioning to a new pathology system would incur significant costs. This additional cost would be considered cost prohibitive and an unnecessary use of Government resources. Furthermore, acquiring an alternate comprehensive pathology system would not fit with the CHCS Program Office's mission to integrate into CHCS all related software and hardware that comprise the MHS Electronic Health Record (EHR) system. CHCS seeks to eliminate organizational redundancies, streamline operations, and enhance the delivery of much needed information technology solutions to all MHS beneficiaries. CoPath currently touches CHCS, which in turn touches all other EHR applications. The integration effort would be delayed, and costs would be incurred in order to successfully remove all integration features via CoPath and instead integrate a new system. The North American Industry Classification System (NAICS) for this requirement is 511210 and FSC D318. This announcement fulfills the synopsis requirements under FAR 5.102(a)(6) and 5.203(a). USAMRAA intends to publish a solicitation no sooner than 15 days after publishing this synopsis. This Special Notice of Intent is not a request for competitive quotes. Information received in response to this notice will be considered solely for the purpose of determining whether a competitive procurement is in the best interest of the Government. If no written responses are received by the date listed below, which reflects at least fifteen (15) days after the publication of this notice, the solicitation will be issued as brand name only. All questions and responses concerning this notice shall be emailed to James Cheng at james.cheng1.civ@mail.mil. Interested concerns must identify their capability in writing to the above email address listed above no later than 3:00 PM ET, 31 August 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH18Q0223/listing.html)
- Place of Performance
- Address: CONUS and OCONUS, United States
- Record
- SN05041032-W 20180818/180816231430-3f843982cb1cfc31d87bd538f06ebc72 (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 |