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; 3M Health Information Systems
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to 3M Health Information Systems for the acquisition of the 360 Encompass application. This procurement aims to replace the existing 3M Clinical Abstracting (ClinTrac) system, which is being phased out by the vendor, ensuring continuity in health information management services. The 360 Encompass application is critical for clinical documentation improvement, coding excellence, and computer-assisted coding, and it integrates seamlessly with the NIH's existing infrastructure, minimizing additional costs and implementation time associated with switching vendors. Interested parties may submit their capabilities and interest to Kristin Nagashima at kristin.nagashima@nih.gov by November 6, 2024, at 3 PM EST.
    Notice of Intent to Sole Source; Harris OnPoint
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Harris OnPoint Solutions for the provision of technical services related to the AcuityPlus software at the NIH Clinical Center in Bethesda, Maryland. The acquisition aims to ensure annual maintenance and support for the AcuityPlus system, which is critical for enhancing productivity and identifying best practices by comparing acuity data across organizations. As Harris OnPoint is the sole manufacturer and licenser of the AcuityPlus system, no new training is required for the nursing staff already utilizing the software. Interested parties may express their interest and capabilities to Kristin Nagashima at kristin.nagashima@nih.gov by October 31, 2024, at 1 PM EST.
    Notice of Intent to Award Sole Source
    Active
    Justice, Department Of
    Notice of Intent to Award Sole Source The Department of Justice, specifically the Federal Prison System/Bureau of Prisons, intends to issue a Firm-Fixed Price (FFP) single source award for Joint Accreditation. This accreditation will allow the BOP Health Service Division to offer Continuing Professional Medical Education (CPME) credits/contact hours to medically licensed providers in the BOP. The sole source procurement will be awarded to the Accreditation Council for Pharmacy Education located at 190 S LaSalle Street, Chicago, IL 60603-3446. The procurement is classified under NAICS code 561990 with a size standard of $16.5 Million. The deadline for responses to this notice is December 28, 2023, by 5:00 p.m. EST. Interested sources must submit detailed information demonstrating their ability to meet the Bureau of Prisons' needs.
    76-- Access to Elsevier's ScienceDirect Online Service
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking qualified small businesses to provide access to Elsevier's ScienceDirect Online Service for the National Library of Medicine (NLM). The procurement aims to secure electronic access to a comprehensive collection of biomedical literature, including journals and potential e-books, with specific requirements for cumulative access to articles dating back to 1995, options for acquiring additional titles, and the ability to cancel selected journals. This initiative is crucial for supporting the NLM's mission to provide access to vital health information resources. Interested vendors, particularly those designated as 8(a), HUBZone, or Service-Disabled Veteran-owned entities, must submit a capability statement by October 21, 2024, with the contract structured as a severable firm fixed price agreement starting January 1, 2025, and extending through multiple option periods until December 31, 2029. For further inquiries, interested parties can contact Keturah D. Busey at buseyk@mail.nlm.nih.gov or by phone at +1 301 827 6414.
    9999--Amion Weblink Sole Source Clarksburg VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole source contract for Amion Weblink software services to Doximity Inc. for the Clarksburg VA Medical Center. This procurement aims to provide a comprehensive solution for maintaining physician call schedules, featuring unlimited user licenses, HIPAA-compliant messaging, mobile app access, and robust scheduling tools for managing on-call duties across various medical specialties. Interested contractors must demonstrate their capabilities by October 23, 2024, and must be registered in the System for Award Management (SAM) as authorized resellers, ensuring compliance with all regulatory requirements. For further inquiries, potential bidders can contact Mark Smith at Mark.Smith25@va.gov or by phone at 410-642-2411.
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for the procurement of Communications Security Equipment and Components. This service/item is typically used for ensuring secure communication within military operations. The procurement will be fulfilled by Carahsoft, located at 11493 Sunset Hills Road, Suite 100, Reston, VA 20190. The place of performance for this contract is Fort Eisenhower, GA, with a period of performance from April 24, 2024, through April 23, 2025. The government has determined that Carahsoft is the only responsible source for this requirement, and therefore, a competitive solicitation will not be issued. The procurement will be conducted under Simplified Acquisition Procedures in FAR part 13 and Commercial procedures in FAR part 12. Interested concerns must provide clear and convincing evidence that competition for this requirement would be advantageous to the government. If no affirmative written responses are received by 7:00 am on November 15, 2023, the contract will be awarded without further notice. Oral communications will not be accepted. Please note that this notice is not a request for competitive proposals. The government's decision not to compete this requirement is solely within its discretion.
    Intent to Sole Source Membership Requirement
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), intends to award a Sole Source Firm Fixed Price Contract for a Charter Membership to the Coordinating Research Council, which will be shared among DLA Energy, the US Navy, and the US Air Force. This membership is structured as an annual contract with a base year and three one-year options, covering the delivery period from January 1, 2025, to December 31, 2028. The membership is crucial for accessing periodical publications relevant to defense logistics and operations. Interested parties may challenge this sole source decision by submitting written documentation to the government, with all inquiries directed to Tuan Trau at tuan.trau@dla.mil or Joy Massey at joy.massey@dla.mil.
    MEDBRIDGE SUBSCRIPTION
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to issue a sole-source solicitation for a Medbridge subscription through the Cleveland Veterans Affairs Medical Center. This procurement is necessitated by the proprietary nature of Medbridge Inc.'s software, which requires original equipment manufacturer support to ensure full functionality, including proprietary licensing and software updates. The Medbridge subscription is critical for providing continuing education credits for therapy professionals, thereby supporting the operational needs of the VA. Interested parties may express their capability to meet this requirement by October 18, 2024, at 5 PM EST, and all inquiries should be directed to the contracting officer, Rachelle Hamer, at rachelle.hamer@va.gov.
    Illumina, Inc MiSeq Instruments Preventative Maintenance
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source firm fixed-price contract to Illumina, Inc. for the preventative maintenance of MiSeq Sequencing Systems located in Bethesda, Maryland. This contract is crucial for ensuring the operational integrity of the equipment, which is essential for high-resolution Human Leukocyte Antigen (HLA) typing in transplant patient testing. Illumina, Inc. is the sole manufacturer and service provider for these systems, and their maintenance is necessary to prevent warranty invalidation and ensure accurate patient test results. Interested parties may express their interest by October 21, 2024, but the decision to not pursue competitive bids will be at the discretion of the government. For further inquiries, contact Emeka Onyejekwe at emeka.onyejekwe@nih.gov.
    Notice of Intent to Sole Source GC60 Irradiator Preventative Maintenance
    Active
    Dept Of Defense
    The Uniformed Services University of the Health Sciences (USUHS) intends to award a sole-source contract to Hopewell Designs Inc. for the preventative maintenance of the Armed Forces Radiobiology Research Institute’s (AFRRI) GC60 Irradiator, which utilizes Cobalt-60 and Cesium-137 radioactive sources. This maintenance is critical for ensuring the effective training of health professionals dedicated to military service, as only Hopewell Designs Inc. is licensed and equipped to service the proprietary hardware and software associated with the GC60, in compliance with Nuclear Regulatory Commission (NRC) regulations. While the contract is intended to be sole-source, USUHS invites other vendors to submit evidence of their capability to meet the requirements, potentially allowing for competitive procurement. Interested parties can reach out to Jennifer Wilsanck at jennifer.wilsnack@usuhs.edu for further information.