RFQ 80JSC025Q7001 Electronic Health Record
ID: 80JSC025Q7001Type: Combined Synopsis/Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA JOHNSON SPACE CENTERHOUSTON, TX, 77058, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)
Timeline
    Description

    NASA's Johnson Space Center is seeking proposals for a new commercial Electronic Health Record (EHR) system under Request for Quote (RFQ) 80JSC025Q7001. The primary objective is to implement a commercial-off-the-shelf EHR solution by July 2026, aimed at enhancing healthcare delivery for astronauts and personnel involved in spaceflight medicine. This initiative is critical for managing astronaut health and ensuring operational readiness, with requirements including data migration, software features, user interface customization, and compliance with federal regulations. Interested vendors must submit their quotes by 2:00 PM CST on March 13, 2025, and can direct inquiries to Joshua Hlavenka at joshua.r.hlavenka@nasa.gov or Johnny Vuong at johnny.h.vuong@nasa.gov. The estimated total award amount for this contract is $34 million.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for replacing the Electronic Health Record (EHR) system at NASA's Johnson Space Center (JSC). The primary goal is to implement a new commercial-off-the-shelf EHR solution by July 2026 to enhance healthcare delivery for astronauts and other personnel involved in spaceflight medicine. The document details the background and unique needs of various stakeholders, including flight medicine, occupational health, and behavioral health sectors, highlighting the integrated approach necessary for managing astronaut health. Critical components of the project include data migration, software features, user interface customization, access controls, and operational support. Technical specifications require compliance with federal regulations, secure data handling, and robust integration capabilities with existing medical and administrative systems. Notably, the EHR will not involve direct contractor access to NASA IT systems but will require collaborative training and support for NASA personnel. Ultimately, this project demonstrates NASA's commitment to advancing the efficiency and quality of its health services critical for maintaining astronaut safety and operational readiness during missions.
    The document outlines requirements for a healthcare electronic health record (EHR) system, specifically focusing on functionalities for patient registration, visit management, user interface configuration, and secure messaging. Key objectives include the management of patient charts, scheduling, and real-time notifications for staff regarding patient check-ins. The system must facilitate detailed documentation by physicians while ensuring effective access control and customizable user interfaces. It emphasizes the need for secure communication between patients and providers, integration with patient portals, and the ability to manage multiple charts for single patients, reflecting sensitive data access levels. The document stresses the necessity for robust reporting capabilities, both standard and custom, to ensure data integrity and support specialized health record requirements, particularly related to unique patient needs such as those of NASA astronaut candidates. This request aligns with governmental initiatives aimed at enhancing healthcare delivery through advanced technology solutions, ensuring compliance and improved health data management across various care settings.
    The document is an attachment titled "Attachment C - Pricing Sheet" for Request for Quotation (RFQ) No. 80JSC025Q7001, intended for vendors submitting proposals for services. It includes a structured layout for pricing various components related to software implementation and licensing. The pricing sheet consists of several Contract Line Item Numbers (CLINs), detailing costs associated with implementation services for a base year and subsequent annual software licensing for up to four optional years. The format is designed for offerors to input their proposed prices and needed information, including their company name and quote number, in designated sections. The primary purpose of the document is to standardize the submission of pricing information in response to the RFQ, ensuring clear and organized bids for federal procurement related to software services. This structured approach aids government entities in comparing offers effectively while maintaining transparency and fairness throughout the procurement process.
    The document outlines the evaluation instructions for a Request for Quotes (RFQ) for a commercial-off-the-shelf (COTS) Electronic Health Record (EHR) software solution. The evaluation occurs in two steps: Step One requires quoters to answer specific key questions with a "Yes" or "No" to determine mandatory requirements; failure to meet these will result in disqualification. Step Two involves a trade-off evaluation based on three main factors: Technical Acceptability, Past Performance, and Price. Technical Acceptability focuses on the ability to provide a successful technical approach and conduct a virtual demonstration. Past Performance entails submitting references to similar projects. Price evaluation assesses reasonableness and completeness. The government emphasizes that lower pricing alone may not secure an award if a higher-priced quote demonstrates superior benefits. The RFQ process adheres to federal guidelines and prioritizes technical and past performance over price. The ultimate goal is to award a contract that delivers the best value to the government while maintaining strict adherence to the evaluation criteria provided. The document serves as a comprehensive guide for quoters to prepare their submissions effectively.
    The document outlines provisions and clauses relevant to a government contract, particularly concerning compliance with federal regulations. Key topics include Section 508 compliance which mandates that all Information and Communication Technology (ICT) products meet accessibility standards, and clauses incorporated by reference from the Federal Acquisition Regulation (FAR) and NASA FAR Supplement (NFS). The document details various required clauses related to ethics, contractor obligations, and managing subcontractor relationships, emphasizing whistleblower rights, payment processes, and compliance with export control laws. Additional provisions address topics such as combating trafficking in persons, restrictions on subcontractor sales to the government, and the integrity of supply chains concerning sensitive information and national security. The Quality Assurance Surveillance Plan (QASP) is also mentioned, outlining the government's expectations for monitoring contractor performance. This file plays a crucial role in ensuring adherence to legal obligations and maintaining high standards in government contracts, reflecting the importance of compliance in the federal contracting landscape.
    This document outlines a solicitation for a Women-Owned Small Business (WOSB) contract related to commercial products and services issued by NASA's Johnson Space Center. The requisition number is provided alongside essential contract details, including award and effective dates, and the contact information for inquiries. The solicitation invites bids, with a submission deadline specified. It is indicated that the acquisition is unrestricted, and a performance work statement attachment is referenced for additional context. Key details include the solicitation being categorized under the North American Industry Classification Standard (NAICS) 541511, with an estimated total award amount of $34 million. Terms of delivery and payment are also stated. Offerors are required to complete specific blocks in the solicitation document, ensuring compliance with federal regulations. The main purpose of this document is to solicit competitive offers from qualified vendors, particularly targeting those that are women-owned, to fulfill NASA's contract requirements. By promoting inclusion and supporting small businesses, it aligns with federal initiatives aimed at enhancing economic opportunities for diverse entities.
    NASA's Human Health & Performance Directorate has issued Request for Quote (RFQ) 80JSC025Q7001 for a new commercial Electronic Health Record (EHR) system to replace the existing one at Johnson Space Center. The RFQ outlines the requirement for a commercial-off-the-shelf solution that must comply with the Performance Work Statement (PWS) and be implemented by July 2026. Offerors are required to submit their quotes along with a detailed pricing sheet, and they must provide an oral demonstration of their proposed solutions. The evaluation criteria will focus on Technical Acceptability, Past Performance, and Price, with the contract to be awarded based on best value. Quotes are due by 2:00 PM CST on March 13, 2025, and offerors must strictly adhere to the submission guidelines outlined in the document. Registration in the SAM database is mandatory, and all submissions must maintain specific formatting requirements to be considered complete and compliant. The Government reserves the right to not consider proposals that are late or non-compliant. Various attachments provide further details, including the technical requirements, pricing sheets, and evaluation criteria necessary for potential bidders to successfully participate in the solicitation process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Human Health and Performance Contract 2 (HHPC2)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified contractors for the Human Health and Performance Contract 2 (HHPC2), aimed at enhancing crew health, safety, and productivity in support of human spaceflight activities. This procurement will involve compliance with a range of technical and operational standards, including rigorous performance evaluations and adherence to applicable documents related to human health and performance within aerospace contexts. The contract, structured as a Cost-Plus-Award-Fee (CPAF) arrangement, is set to commence on November 1, 2025, and will primarily take place at NASA's Johnson Space Center in Houston, Texas. Interested parties should direct inquiries to primary contact Yaranet Marquez at yaranet.marquez-1@nasa.gov or secondary contact Joseph Ocampo at joseph.t.ocampo@nasa.gov, with the final Request for Proposal (RFP) expected around December 6, 2024.
    Saratech Maintenance Renewal FY25
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking to procure a maintenance renewal for Saratech software, which is critical for various engineering applications at the Johnson Space Center (JSC) in Houston, Texas. The procurement involves annual maintenance for 24 specific software licenses, including FEMAP, NASTRAN Data Translator, and various NX and Simcenter products, ensuring operational efficiency and support for NASA's aerospace missions throughout the year. This maintenance renewal is planned for the period from January 1, 2025, to December 31, 2025, and will be conducted through a sole source contract with PAYDARFAR INDUSTRIES, INC., the exclusive provider for this service. Interested organizations must submit their capabilities and qualifications by December 10, 2024, at 1 p.m. CST, with inquiries directed to Cara Craft at cara.s.craft@nasa.gov.
    Lunar Freezer System
    Buyer not available
    NASA's Johnson Space Center is seeking proposals for the Lunar Freezer System (LFS), a specialized refrigeration system designed to safely return temperature-sensitive scientific samples from lunar operations. The procurement aims to acquire hardware and software that will integrate with various launch vehicles and the Orion Crew Module, ensuring the preservation of biological samples and other sensitive materials in the unique lunar environment. This initiative is crucial for advancing lunar exploration and research, reflecting NASA's commitment to innovative engineering solutions. Interested offerors must submit their proposals by March 6, 2025, and are encouraged to attend a Pre-Proposal Conference on February 11, 2025. For further inquiries, potential bidders can contact Linda Benitez at linda.b.benitezrivera@nasa.gov or Jonathan Anzures at jonathan.anzures@nasa.gov.
    FY25 BMC Helix Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the renewal of BMC Helix services for fiscal year 2025, specifically targeting small businesses under a Total Small Business Set-Aside. The procurement aims to ensure compliance with federal regulations while providing essential IT and telecom services, including business application development software as a service. This renewal is critical for supporting NASA's ongoing missions, particularly in enhancing operational capabilities and maintaining effective communication systems. Interested vendors must submit their bids by February 13, 2025, and direct any inquiries to Kacey Hickman at kacey.l.hickman@nasa.gov.
    NRESS III Draft RFP 80HQTR25R7002
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the NRESS III Draft Request for Proposal (RFP) 80HQTR25R7002, aimed at providing research and education support services, including professional and IT services for NASA's peer review program. The contract, which is set aside for 8(a) businesses, will facilitate the management of research proposals, outreach programs, and compliance with federal grant policies, ensuring efficient contract management and adherence to NASA's operational standards. The anticipated contract value ranges from a minimum of $5 million to a maximum of $365,208,886, with proposals due approximately 30 days after the final RFP release on April 29, 2025. Interested parties can direct inquiries to Chanda Cannon at chanda.m.cannon@nasa.gov or Jasmine N. Jett at jasmine.n.jett@nasa.gov.
    Extravehicular Activity and Human Surface Mobility Technologies - A New Partnering Opportunity
    Buyer not available
    NASA's Johnson Space Center is seeking partners to advance technologies related to Extravehicular Activity (EVA) and Human Surface Mobility (HSM) in support of the Artemis missions. The objective is to develop safe, reliable, and effective capabilities that enable astronauts to operate outside spacecraft on and around the Moon, with a focus on high-risk technologies that enhance mission success and productivity. This initiative is crucial for establishing a long-term human presence on the Moon and preparing for future Mars missions. Interested parties should submit their responses by January 16, 2027, and can contact the Technology Development and Partnerships Manager, Stephanie A. Sipila, at stephanie.a.sipila@nasa.gov for further information.
    Simulation and Advanced Software Services II (SASS II)
    Buyer not available
    NASA's Johnson Space Center is seeking proposals from small businesses for the Simulation and Advanced Software Services II (SASS II) contract, aimed at providing specialized services in space-based robotics, avionics, and flight software. The contract, structured as a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) with both Cost-Plus Fixed-Fee and Firm-Fixed Price task orders, will support critical NASA programs such as the International Space Station, Orion, Gateway, and Artemis over a five-year period. Interested offerors must submit their proposals by March 13, 2025, and are encouraged to attend a pre-proposal conference on February 18, 2025, to clarify any questions regarding the solicitation. For further inquiries, potential bidders can contact Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov.
    Remote Health Readiness Program 4 (RHRP-4)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Remote Health Readiness Program 4 (RHRP-4), which aims to provide comprehensive medical and dental readiness services to military personnel, including both active duty and reserve components. The contract, valued at up to $1.61 billion, will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) contract over a ten-year period, encompassing a transition phase followed by a base period and nine optional years of performance. This initiative is crucial for maintaining the health and operational readiness of service members, ensuring they receive necessary assessments and treatments across various modalities, including in-clinic and virtual care. Interested contractors should contact Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or call 703-681-5821 for further details regarding the solicitation process.
    Simulation and Advanced Software Services II (SASS II)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified contractors for the Simulation and Advanced Software Services II (SASS II) project, aimed at providing specialized simulation services related to space robotics, avionics, vehicle, and graphics simulation. This procurement is critical for supporting various NASA programs, including the International Space Station (ISS), Orion, and Artemis initiatives, and is designated as a total small business set-aside. The contract will be structured as a single Indefinite Delivery Indefinite Quantity (IDIQ) contract, effective from October 1, 2025, to September 30, 2030, with a proposal submission deadline set for 30 days after the final RFP release. Interested parties can reach out to Carlos Roman at carlos.roman@nasa.gov or Yushu Mao at yushu.mao@nasa.gov for further information.
    Vacuum altitude test Chamber fabricated and installed
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking small businesses to fabricate and install a vacuum altitude test chamber as outlined in Request for Quotation (RFQ) 80NSSC25895596. This procurement aims to enhance NASA's testing capabilities, which are critical for evaluating aerospace components under simulated altitude conditions. Interested vendors must ensure compliance with various federal regulations, including certifications regarding telecommunications equipment and labor practices, and must submit their proposals by February 25, 2025. For further inquiries, potential offerors can contact Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov, with a deadline for technical questions set for February 21, 2025.