SOLICITATION NOTICE
R -- BUMED - Service Treatment Records Processing
- Notice Date
- 2/4/2022 6:04:14 AM
- Notice Type
- Presolicitation
- NAICS
- 561410
— Document Preparation Services
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N0018922QZ034
- Response Due
- 2/8/2022 9:00:00 AM
- Point of Contact
- Helen Tyson, Phone: 215-697-9653
- E-Mail Address
-
helen.m.tyson.civ@us.navy.mil
(helen.m.tyson.civ@us.navy.mil)
- Description
- THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. Interested parties may identify their interest and capability to respond to the requirement or submit quotes. It is anticipated that a Firm Fixed Price (FFP) purchase order will be procured utilizing FAR Parts 12 and 13.5.� The applicable NAICS and size standard are 561410 and $16.5M respectively. Information received as a result of this notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed procurement action based on the responses received is solely within the discretion of the Government. The Government will not pay for any information submitted in response to this notice. The NAVSUP Fleet Logistics Center (FLC) Norfolk, Contracting Department, Philadelphia Office intends to acquire, on a sole source basis, Digitalization of Service Treatment Record (STR) services in support of the Bureau of Medicine and Surgery (BUMED) efforts that cannot be supported by the existing federal workforce.� This is a requirement for which a sources sought (N0018922QZ034) was issued and, after careful review of responses received thereto, the Contracting Officer has determined that a sole source award is required.� The proposed sole source contractor is Anacomp, Inc. The requirement will provide for the receiving, inventory, processing, tracking, and final disposition of medical records, dental records, and loose medical treatment documentation for Navy Service Members (SMs) who have separated or retired from the Total Force (i.e. Active Duty, Reserve, and separating members with a remaining Inactive Service Obligation). Under the follow-on requirement, the contractor will continue to be responsible for providing conversion, and programmatic Support Services for the Department of the Navy Bureau of Medicine and Surgery (BUMED) in support of an estimated maximum total of 50,000 Service Treatment Records annually or 8,500,000 deliverable scanned STR images per year. The contractor will provide technical and administrative services to receive and process incoming Service Treatment Records (STRs) for members who have separated or retired from Active Duty, and separating members with a remaining Inactive Service Obligation. This includes scanning and uploading all received records and all loose flowing documents. The contractor is required to have a secure database structure. It must ensure technical implementation to handle the volume of the records; it must also ensure all software and technical support complies with applicable regulations and requirements. This includes creating a secure database structure to facilitate reporting of scanning utilization volume by Unit Identification Code (UIC) compliant with DoD guidance, instructions, and directives that are aligned with the directives of the PWS. The provision of the required services will result in access to Personally Identifiable Information (PII)/Protected Health Information (PHI). The contractor must ensure the AWP report and STR are digitized and uploaded in accordance with AWP User Guide and DoD �HAIMS INTERIM GUDIANCE � STR,� document dated 07/24/2013.� The solicitation shall contain the official period of performance for the base period of the contract, along with any potential option periods beginning on or around 01 March 2022. Upon its release the solicitation will be issued electronically on NECO via www.beta.sam.gov.� Paper copies, faxed copies, or e-mail copies of the solicitation will not be provided.� Interested parties are solely responsible for monitoring the above website for posting of the RFQ and any amendments thereto. It is anticipated that the solicitation will be released on or after 08 February 2022.� The closing date for the receipt of offers will be set forth in the RFQ.� Offerors must be registered in the System for Award Management to be considered for award.� See https://www.sam.gov for further information and instructions.� Any questions/responses to this synopsis should be sent to helen.m.tyson.civ@us.navy.mil and reference this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/23a947b4a1f24629a7f21f51421ebe13/view)
- Place of Performance
- Address: Saint Louis, MO 63120, USA
- Zip Code: 63120
- Country: USA
- Zip Code: 63120
- Record
- SN06233593-F 20220206/220204230108 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |