EPIC/COSMOS ELECTRONIC HEALTH RECORD (EHR) DATASET
ID: 75D301-25-Q-78547Type: Presolicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFCENTERS FOR DISEASE CONTROL AND PREVENTIONCDC OFFICE OF ACQUISITION SERVICESATLANTA, GA, 30333, USA

NAICS

Custom Computer Programming Services (541511)

PSC

HEALTH R&D SERVICES; HEALTH CARE SERVICES; BASIC RESEARCH (AN11)
Timeline
    Description

    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source contract to Metro Health for access to the Epic Cosmos electronic health record (EHR) dataset. This dataset encompasses EHR information from over 240 million patients across all 50 states, providing real-time updates and critical features such as automatic vaccine data downloads and maternal-infant outcome assessments. The unique nature of the Cosmos database, which cannot be accessed through commercial means, underscores its significance for evaluating real-world effectiveness, particularly concerning rare health outcomes. Interested parties may express their interest and capability to respond to this requirement by contacting Cole Mullis at ttu3@cdc.gov within 15 days of this notice, as the government will consider all responses before deciding on the competitive procurement process.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NCHS HL7 Implementation Guides
    Active
    Health And Human Services, Department Of
    The Centers for Disease Control and Prevention (CDC) is seeking to award a sole source firm fixed price purchase order to Lantana Consulting Group for consulting and technical services related to the updating of HL7 standards-based Implementation Guides (IG) for Health Care Surveys. The primary objective is to gather requirements and conduct updates for the HL7 Clinical Document Architecture (CDA) and Fast Health Interoperability Resource (FHIR) Health Care Surveys Content IGs, in alignment with USCDI V3, utilizing the HL7.org process for publishing and balloting these standards. This initiative is critical for enhancing the interoperability of health data and ensuring the accuracy of health care surveys. Interested parties may express their interest and capability to respond to this requirement by emailing the contract specialist, Kevin Camp, at zdw8@cdc.gov, by the close of business on October 29, 2024, as the anticipated period of performance is set to begin on November 30, 2024.
    Dose Reconstruction and Related Activities to Support NIOSH's Responsibilities under the Energy Employees Occupational Illness Compensation Act (EEOICPA).
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking qualified organizations to support the National Institute for Occupational Safety and Health (NIOSH) in conducting dose reconstruction and related activities under the Energy Employees Occupational Illness Compensation Act (EEOICPA). The primary objective of this procurement is to enhance NIOSH's capabilities in performing approximately 3,120 annual dose reconstructions, evaluating Special Exposure Cohort petitions, and maintaining essential databases while ensuring effective communication with claimants. This contract underscores the government's commitment to fair compensation for workers affected by radiation exposure, emphasizing high standards of data management and stakeholder engagement. Interested parties must submit their capability statements and responses to the sources sought notice by November 4, 2024, at 12:00 pm CST, to Ann Bonis at won5@cdc.gov.
    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.
    Mine Roof Simulator Repair
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is planning to issue a sole source order for Mine Roof Simulator Repairs. The Mine Roof Simulator is a large press used to measure the structural performance of roof supports and ventilation structures in coal mines, ensuring the safety of coal miners. The simulator has specific dimensions, with upper and lower platens measuring 20 feet by 20 feet and the ability to accommodate a specimen up to 16 feet tall. It can apply 1500 tons of vertical force, 800 tons of horizontal force, and react to 800 tons of lateral force. The purpose of this acquisition is to ensure the continued operation of the Mine Roof Simulator Laboratory at the lowest possible cost. The repairs required include replacing the Teflon coating on all four horizontal actuators. MTS Systems Corporation has been identified as the sole source for this repair work. Interested parties must be registered in the System for Award Management (SAM) prior to the award of the federal contract. Responses to this notice will be considered to determine whether a competitive procurement is necessary. Capabilities statements and pricing information should be submitted to Bethany Diaz, the Contract Specialist at CDC, by December 20, 2023.
    LEGACY DATA CONSOLIDATION SOLUTION – HEALTH INFORMATION ARCHIVE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Mediquant, LLC for the provision of Health Information Archive (HIA) services aimed at consolidating legacy data and maintaining software systems. This contract will support the Enterprise Intelligence and Data Solutions (EIDS) Program Management Office (PMO) by mapping and loading data sets into Mediquant's proprietary data model and ensuring the operational integrity of the HIA, which is crucial for managing health-related information. The contract is expected to be a Firm Fixed-Price agreement with a base period of 12 months and four additional option periods, with an anticipated award date no later than December 2024. Interested parties may express their capabilities to Domonique Holmes via email at domonique.p.holmes.civ@health.mil within 7 calendar days of this notice.
    RFI for World Trade Center Health Program (WTCHP) Mental Health Evaluation
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is seeking qualified vendors to respond to a Request for Information (RFI) aimed at developing a specialized mental health provider network for the World Trade Center Health Program (WTCHP). The primary objective is to address the unique mental health needs of WTCHP members, particularly those affected by 9/11-related conditions, by ensuring timely access to outpatient services and integrating these services with existing care teams while overcoming challenges such as provider shortages and billing complexities. This initiative is crucial for enhancing the quality of care and service delivery for individuals impacted by the events of September 11, 2001. Interested parties are encouraged to submit their responses detailing their experience and proposed solutions by contacting Eugenia J. Corder at xvn9@cdc.gov or by phone at 404-498-4855. This RFI is for information and planning purposes only and does not constitute a solicitation for proposals.
    Health Care Delivery Solutions (MHS GENESIS)- System Integration- Notice of Intent
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Leidos Inc. for the Health Care Delivery Solutions (MHS GENESIS) system integration, focusing on the migration of the electronic health record (EHR) system to a cloud-based solution. This contract aims to ensure the continued support and integration of MHS GENESIS, which serves over 9.6 million beneficiaries and is critical for enhancing health care delivery and operational readiness within the Military Health System. The total estimated value of the contract is approximately $1.131 billion over three years, with a potential extension of nine months, and the government plans to award the contract by July 28, 2025. Interested parties are encouraged to express their capabilities and interest within 14 calendar days of this notice, with inquiries directed to Sonya Edom at sonya.m.edom.civ@health.mil.
    Decentralized Clinical Operations for Healthcare and Research (D-COHRe) Partnership Solicitation
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services (HHS) is seeking proposals for the Decentralized Clinical Operations for Healthcare and Research (D-COHRe) Partnership Solicitation, aimed at enhancing decentralized healthcare services and clinical trial capabilities. This initiative invites partnerships with organizations such as retail pharmacies, telemedicine providers, and Clinical Research Organizations (CROs) to develop sustainable infrastructures for conducting decentralized clinical trials, particularly in response to public health emergencies. The program emphasizes the importance of innovative approaches to medical countermeasure development and aims to address challenges in decentralized trial implementation while ensuring diverse participant representation. Interested parties must submit their proposals by December 9, 2024, at 12:00 PM EST, with an anticipated funding amount of up to $100 million distributed over a five-year performance period. For inquiries, contact William K. Hunter at LaunchOfficeContracting@hhs.gov.
    RFI - World Trade Center (WTC) Health Program's Medical Coding System Transition
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking insights from qualified organizations regarding the transition of the World Trade Center (WTC) Health Program's medical coding system from ICD-9 to ICD-10 and beyond. The primary objective of this Request for Information (RFI) is to identify effective methods for automating updates to member certification files, ensuring alignment with valid ICD codes to maintain the integrity of the certification process for 9/11 Responders and Survivors. This initiative is crucial for ensuring continued access to necessary healthcare services for individuals affected by the events of September 11, 2001, as established under the James Zadroga 9/11 Health and Compensation Act of 2010. Interested parties are invited to submit a white paper by November 26, 2024, detailing their experience and capabilities related to coding transitions, with inquiries directed to Laurie Presley at xnp0@cdc.gov.
    Notice of Intent to Sole Source - Biosearch Technologies
    Active
    Health And Human Services, Department Of
    The Centers for Disease Control and Prevention (CDC) intends to negotiate a sole source contract with Biosearch Technologies, Inc. for the production of proprietary PCR kits essential for the Laboratory Response Network (LRN). The procurement aims to ensure a consistent supply of reagents necessary for detecting biothreat agents and emerging infectious diseases, which are critical for national preparedness and response capabilities. These kits, which must comply with FDA quality standards, are vital for high-security laboratories and are designed to identify various bioterrorism agents. Interested parties may submit capability statements or proposals to Matthew Nelson at mnelson2@cdc.gov by November 7, 2024, at 3:30 PM EST for consideration.