Notice of Intent to Sole Source HL7 Benefactor Membership Renewal
ID: OS322969Type: Presolicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFOFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION (ASA)PROGRAM SUPPORT CENTER ACQ MGMT SVCROCKVILLE, MD, 20857, USA

PSC

EDUCATION/TRAINING- TUITION/REGISTRATION/MEMBERSHIP FEES (U005)
Timeline
    Description

    Notice of Intent to Sole Source HL7 Benefactor Membership Renewal

    The Department of Health and Human Services, Department of, Office of the Assistant Secretary for Administration (ASA), Program Support Center Acq Mgmt Svc, has issued a Presolicitation notice for the renewal of HL7 Benefactor Membership.

    HL7 membership at the Benefactor Level is mission critical and necessary to actively participate in ONC-led standards projects. Health Level Seven International (HL7) is a not-for-profit, ANSI-accredited standards developing organization dedicated to providing a comprehensive framework and related standards for the exchange, integration, sharing, and retrieval of electronic health information that supports clinical practice and the management, delivery and evaluation of health services.

    The membership provides maximum voting rights which allows ONC to participate in creating standards and policies for the industry. It also allows for exclusive access to industry information which supports effective strategic decision-making. The membership also provides discounts on training and conference fees that are routinely attended by ONC staff to keep up and stay abreast with the latest standards and technology in electronic health records.

    The intended procurement is classified under NAICS code 541990 – All other Professional, Scientific and Technical Services. The acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures. The contract will be awarded without providing for full or open competition.

    The Government has determined that HL7 is the only vendor in the marketplace that can provide the services required by ONC.

    Interested parties may identify their interest and capability to respond to this notice, but this is not a request for competitive proposals. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency.

    All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All responses must be received by the closing date and time of this announcement and must reference the solicitation number, OS322969.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent to Sole Source – TheraDoc subscription
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH) Clinical Center intends to award a firm fixed-price purchase order for subscription services related to the TheraDoc application, exclusively owned by Premier Healthcare LLC. This procurement aims to secure applications, support, maintenance, and training for the TheraDoc clinical surveillance solution, which is critical for enhancing healthcare delivery and patient safety. The acquisition will follow the Federal Acquisition Regulation (FAR) Part 13 – Simplified Acquisition Procedures, allowing for a sole-source solicitation due to the unique nature of the services required. Interested parties may express their capabilities and submit comments to the NIH by November 21, 2024, with inquiries directed to Ryssa Nix at Ryssa.nix@nih.gov.
    Notice of Intent to Sole Source - Pharmacy Resident Accreditation Agreement - Albuquerque Service Unit
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract for a Pharmacy Resident Accreditation Agreement to the American Society of Health-System Pharmacists Inc. (ASHP) for the Albuquerque Indian Health Center in New Mexico. This contract will cover a base year plus four option years, with the base year running from January 1, 2025, to December 31, 2025, and subsequent option years extending through December 31, 2029. The accreditation services are crucial for ensuring the quality and standards of pharmacy residency programs, which play a vital role in the training of healthcare professionals. Interested parties may submit questions or comments regarding this notice to Supervisory Contract Specialist Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov by January 16, 2025, at 4:00 PM MST, although this is not a request for proposals or quotes.
    Notice of Intent to Sole Source -Maintenance Service Agreement for Hitachi High-Tech America Hitachi S4800I Field-Emission Scanning Electron Microscope
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source firm-fixed-price purchase order to Hitachi High-Tech America, Inc. for a maintenance service agreement concerning the Hitachi S4800I field-emission scanning electron microscope. This procurement aims to secure specialized preventative maintenance and repair services, as Hitachi possesses the proprietary knowledge and immediate access to replacement parts necessary for the upkeep of this sophisticated analytical instrument. The S4800I FE-SEM is crucial for various analytical applications within the CDC, underscoring the importance of reliable maintenance to ensure operational efficiency. Interested parties may express their interest and capability by submitting proposals or quotes to the Contracting Officer, Serina Allingham, at xog9@cdc.gov by 4:30 p.m. EST on January 13, 2025, with any questions due by 12:00 p.m. EST on the same day.
    R426--Audio Care Maintenance and Support Services *SOLE SOURCE*
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 17, intends to award a sole-source contract to MUMPS AUDIOFAX INC. for Audio Care Maintenance and Support Services. This contract will encompass the provision of all necessary labor, materials, equipment, and supervision for remote installation, training, technical support, and ongoing maintenance of Audio Care products throughout the contract's duration. The services are critical for ensuring the effective operation and support of audio care systems used within the Veterans Health Administration. Interested parties may submit an authorized distribution letter and capability statement to the primary contact, Matt Lee, at matthew.lee5@va.gov, within five days of this notice; otherwise, the contract will be awarded to MUMPS AUDIOFAX INC. without further notice. The procurement is justified under 41 U.S.C. 3304(a)(1) for other than full and open competition.
    Notice of Intent to Sole Source Service and Maintenance Plan for A2O Osmometers for Naval Medical Center Portsmouth
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, intends to award a sole source Firm-Fixed-Price contract to Advanced Instruments, LLC for a Service and Maintenance Plan for two A2O Osmometers at the Naval Medical Center Portsmouth. This procurement aims to secure annual on-site preventative maintenance, corrective repairs, unlimited phone support, and loaner instruments, ensuring the operational readiness of critical medical equipment. The total estimated value of the contract is $77,000, covering a base year from February 1, 2025, to January 31, 2026, with four additional option years. Interested parties may submit evidence of their capability to compete by contacting Contract Specialist Lisa Wilk at lisa.c.wilk.civ@health.mil, although the government will not be responsible for any costs incurred in response to this notice.
    6550--VISN 12 Ortho Vision Reagents and Service INTENT TO SOLE SOURCE POSTING
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Great Lakes Acquisition Center, intends to negotiate a sole source contract with Ortho Clinical Diagnostics for the provision of blood bank reagents and consumable supplies. These supplies must be FDA 510(k) cleared for use on government-owned Ortho Vision Swift Analyzers, which are utilized across facilities in Wisconsin, Illinois, and Michigan. This procurement is critical for ensuring the effective operation of laboratory services within the Veterans Health Administration, adhering to FAR 6.302-1, which allows for a sole source contract when only one responsible source can meet the agency's needs. Interested firms that believe they can fulfill these requirements are encouraged to submit supporting evidence and references to the Contracting Officer, Teresa Beers, at teresa.beers@va.gov or via fax at (414) 844-4888 within seven calendar days of this notice. If no responses are received, the VA will proceed with negotiations with Ortho Clinical Diagnostics.
    Pre-Solicitation Notice - Clinical West Staffing IDIQ
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services (HHS) is preparing to solicit proposals for the Clinical West Staffing Indefinite Delivery/Indefinite Quantity (IDIQ) contract, aimed at securing occupational health services for the Federal Occupational Health (FOH) program. This contract will provide essential staffing services to enhance health outcomes and employee productivity while minimizing occupational health risks and healthcare costs across federal agencies. The anticipated solicitation is set to be released in the second quarter of Fiscal Year 2025, with a contract duration of up to five years, and will be conducted under a Total Small Business Set-Aside. Interested parties can direct inquiries to Nickita Germany at nickita.germany@psc.hhs.gov or Saundra Kpadeh at saundra.kpadeh@hhs.gov.
    Sole Source Award Notice
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Phoenix Area, is announcing a sole source award for the procurement of PolicyStat, an electronic healthcare policy and procedure management system. This cloud-based software is essential for managing policy processes across nine healthcare facilities, enhancing compliance with regulatory standards, and facilitating collaboration and organization within the Phoenix Area Indian Health Service. The contract is awarded to DATIX (USA) Incorporated, with a performance period from March 27, 2025, to March 26, 2026. Interested parties may submit capability statements to Michele Lodge at Michele.Lodge@ihs.gov by 3 PM (EST) on February 5, 2025, referencing notice number PHX-SS-25-006.
    U--Notice of Intent to Sole Source - Humidity Control: Principles and Applications and Complying with Standard 90.1-2013 Training, ASHRAE, Inc.
    Active
    Dept Of Defense
    Notice of Intent to Sole Source - Humidity Control: Principles and Applications and Complying with Standard 90.1-2013 Training, ASHRAE, Inc. The Department of Defense, specifically the Department of the Navy, through the Naval Facilities Engineering Command, intends to award a sole source contract to the American Society of Heating Refrigerating and Air Conditioning Engineers, Inc. (ASHRAE). The contract is for the provision of two ASHRAE courses: Humidity Control: Principles and Applications, and Complying with Standard 90.1-2013. These courses will be conducted at six different locations: NAVFAC NW (Silverdale, WA), NAVFAC Atlantic (Norfolk, VA), NAVFAC Pacific (Pearl Harbor, HI), NAVFAC SE (Jacksonville, FL), NAVFAC Washington (Washington, DC), and NAVFAC SW (San Diego, CA). The purpose of this procurement is to provide training on humidity control principles and applications, as well as compliance with Standard 90.1-2013. These courses are essential for ensuring proper HVAC system operation and energy efficiency in various naval facilities across the country. The training will equip personnel with the necessary knowledge and skills to effectively manage humidity levels and comply with industry standards. This procurement falls under the Special Notice category and meets the conditions of FAR 13.106-1(b)(1), which allows for a sole source contract when only one responsible source is reasonably available to provide the required supplies. It is important to note that this Notice of Intent is not a request for Expressions of Interest (EOIs), proposals, or quotations. No solicitation documentation exists, and no telephone inquiries will be accepted. The North American Industry Classification System (NAICS) Code for this procurement is 611430, Professional and Management Development Training. The Small Business size standard is $11 million. ASHRAE, being a large business, is the identified source for this requirement. Interested parties may submit a statement of capabilities if they believe they can meet the requirement. However, it is crucial to provide clear and convincing evidence that competition would be advantageous to the Government. The Government will be the sole determiner regarding a company's ability to meet all requirements. If no responses are received within two weeks after the publication of this notice, a firm fixed price sole source award will be made to ASHRAE. The anticipated award date is 7 April 2016. For further information or to submit a statement of capabilities, interested parties should contact Amber Forehand-Hughes at amber.forehand@navy.mil or call 757-322-8336. Please note that the Government does not intend to pay for any information provided under this notice. The decision to not compete this proposed contract is solely within the discretion of the Government. In summary, the Department of Defense, Department of the Navy, intends to award a sole source contract to ASHRAE for the provision of Humidity Control: Principles and Applications and Complying with Standard 90.1-2013 training courses. These courses will be conducted at six different locations to ensure proper humidity control and compliance with industry standards in naval facilities.
    70--Westlaw on-line subscription
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE - DEPT OF THE NAVY The Naval Supply Systems Command, Fleet Logistics Center Jacksonville, intends to issue a sole source award to West Publishing Corporation for the procurement of a Westlaw On-line subscription for Fleet Readiness Center Southeast (FRCSE). Westlaw is a research tool that provides access to laws, statutes, regulations, court decisions, and agency decisions that impact the mission of FRCSE. The intended use of the subscription is for research in various practice areas including civilian personnel law, labor and employment law, fiscal/acquisition law, and ethics. The Westlaw software will be delivered to FRCSE five days after contract award. This procurement is for the annual subscription renewal period of July 1, 2019, through June 30, 2020, with four one-year option periods. The NAICS code for this work is 519130 Internet Publishing and Broadcasting and Web Search Portals, with a size standard of 1000 employees. This notice of intent is for information purposes only, and the Government intends to make a sole source award to West Publishing Corporation. Responses must provide clear and convincing evidence of the company's ability to satisfy the requirement.