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 TO UNIVERSITY CORPORATION FOR ADVANCED INTERNET DEVELOPMENT
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to the University Corporation for Advanced Internet Development for a one-year subscription to Internet2 Higher Education Membership and InCommon Federation Participation. The specific requirements include a Masters Large, Level 3 membership for both Internet2 and InCommon Federation, which are critical for enhancing advanced internet services and collaboration among higher education institutions. Interested parties are invited to submit capability statements, not exceeding six pages, by 12:00 PM Pacific Standard Time on January 28, 2025, to Noni Arcilla at noni.p.arcilla.civ@us.navy.mil, as no competitive proposals will be solicited for this procurement.
    Notice of Intent to Sole Source Award to Hologic Sales and Service
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Hologic Sales and Service for the maintenance and servicing of government-owned Fluent Systems at the Naval Medical Center San Diego. The contract aims to ensure comprehensive maintenance services that adhere to original equipment manufacturer (OEM) specifications, including regular preventive maintenance, timely corrective actions, and the use of qualified personnel, while maintaining a 95% equipment uptime rate. This procurement is critical for maintaining operational efficiency and compliance with safety standards in medical equipment management. Interested parties must submit capability statements by email to Dwayne M. Casad, with the subject line referencing the special notice number HT941025N0035, as no competitive proposals will be accepted.
    Notice of Intent to Sole Source to SonoSim, Inc.
    Buyer not available
    The Uniformed Services University of the Health Sciences (USU) intends to award a sole-source contract to SonoSim, Inc. for the renewal of its ultrasound training software, which will support 63 Advanced Practice RN students and 2 faculty members over a twelve-month period. This specialized software provides illustrated training modules covering various patient systems and incorporates detailed, realistic ultrasound images, fulfilling the specific educational needs of USU. The procurement will adhere to FAR Parts 12 and 13, and while the intention is to proceed with a sole-source contract, USU invites other responsible sources to submit proposals that can meet the requirements by the specified deadline. Interested parties must respond via email by February 7, 2025, to Kaysie Shadeck at kaysie.shadeck@usuhs.edu or Tina Guillot at tina.guillot@usuhs.edu for consideration.
    Office of Naval Research (ONR) - UNISON Acquisition Maintenance and System Support Services- Notice of Intent to Sole Source
    Buyer not available
    The Office of Naval Research (ONR), part of the Department of Defense, intends to award a Firm Fixed Price (FFP) contract to Unison Software, Inc. for the continued operations and maintenance support services of the UNISON ACQUISITION system. This procurement is justified under FAR 13.500(a) as Unison is the only source capable of providing the necessary expertise and proprietary access to the software critical for ONR's operations. The contract is expected to be announced around March 2025, and while this notice is not an invitation for proposals, interested parties may submit their technical capabilities within fifteen days for consideration. For further information, potential vendors can contact Joan Troutman at joan.r.troutman.civ@us.navy.mil or Alejandro Moreno at alejandro.moreno.civ@us.navy.mil.
    Construction Industry Institute Annual Membership – Notice of Intent to Sole Source
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) intends to award a sole source Firm Fixed Price purchase order to the University of Texas at Austin for an annual organizational membership to the Construction Industry Institute (CII). This membership is crucial as CII, a consortium of over 140 leading firms from both public and private sectors, aims to enhance the business effectiveness and sustainability of the capital facility life cycle through research and industry alliances. Interested firms that believe they can meet this requirement may submit written notifications to the Contracting Officer within 15 days of this announcement, with responses evaluated at the Government's discretion. For further inquiries, contact Giorgiana Chen at Giorgiana.Chen@usace.army.mil or Gregory Booker at Gregory.B.Booker@usace.army.mil.
    Sole Source Award Notice
    Buyer not available
    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.
    J065--Intent to Sole Source a Preventative Maintenance Contract for the WatchDog System by Avidity
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for the preventative maintenance of the WatchDog System, manufactured by Avidity. This procurement is necessary as Avidity is the original equipment manufacturer (OEM) and the exclusive provider capable of maintaining and repairing the system using OEM parts and trained technicians. The WatchDog System is critical for medical applications, and the VA's decision to pursue a sole source contract underscores the importance of specialized maintenance services to ensure operational integrity. Interested parties must submit their capability documentation to Carmen Hanczyk, the Contracting Officer, via email by February 5, 2025, with the anticipated contract award date set for March 1, 2025.
    DA10--EC2 Software Solutions | NMIS | Service
    Buyer not available
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 17, intends to award a sole source contract to ec2 Software Solutions for annual software support and updates for a duration of one year. This procurement is critical as ec2 Software Solutions has provided a proprietary letter asserting that they are the sole manufacturer and distributor of the required software products, which are not available from independent resellers in the United States. This notice serves to inform potential vendors that while this is not a solicitation for proposals, they may submit capability statements to demonstrate their qualifications; however, if no affirmative responses are received within seven days, the contract will be awarded to ec2 Software Solutions. Interested parties can contact Contract Specialist Gillian M. Hooge at gillian.hooge@va.gov or (210) 364-3724 for further information.
    Notice of Intent to Sole Source - Aptamer Library Generation Services for USAMRIID
    Buyer not available
    The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to award a sole source contract to Aptagen, LLC for the generation of DNA Aptamer Libraries to support the U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID). The contract will require the generation of two DNA aptamer libraries annually, consisting of approximately 1,000 to 10,000 targeted aptamers aimed at specific alpha-conotoxins, palytoxins, and various viral targets, which are critical for the development of broad-spectrum DNA aptamers to neutralize toxins. Interested vendors may challenge this sole source determination by submitting a capability statement by 1300 Eastern Time on February 6, 2025, via email to the designated contacts, Christina Lewis and Jayme Fletcher, with no solicitation document currently available for this requirement.
    U--Notice of Intent to Sole Source - Humidity Control: Principles and Applications and Complying with Standard 90.1-2013 Training, ASHRAE, Inc.
    Buyer not available
    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.