DataRay Bar Code Maintenance Support
ID: PHX-SS-24-017Type: Special Notice
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEPHOENIX AREA INDIAN HEALTH SVCPHOENIX, AZ, 85004, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to award a sole source contract for DataRay Bar Code Maintenance Support, primarily focused on maintaining and supporting a thermal label and wristband printing system. The procurement aims to ensure connectivity and support for the existing printing system interfaced with the Resource Patient Management System (RPMS), which is crucial for patient and medication safety, as well as compliance with Meaningful Use Stage 2 requirements. The anticipated award will be made to DataRay Inc. for a five-year period, with interested parties encouraged to submit capability statements by 12 PM EST on September 12, 2024, to the primary contact, Jeremiah Murrell, at jeremiah.murrell@ihs.gov.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    INTENT TO SOLE SOURCE - CAREFUSION for Pyxis rental with full support
    Active
    Health And Human Services, Department Of
    Special Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF intends to negotiate a sole source contract with CareFusion Solutions for Pyxis rental with full support. Pyxis is a drug automated distribution system that controls the availability, access distribution, and patient safety. The contract will be in effect from the date of award to March 31, 2025. This is a non-competitive procurement based on exclusive licensing agreement. Other potential sources may submit a capability statement by July 24th, 2024.
    Notice of Intent to Single Source - Leased Equipment Buy-Out, Warranty and Support and Blood Culture Bottles
    Active
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, intends to negotiate a single-source contract with Becton, Dickinson and Company for the buyout of leased BD Bactec FX equipment, along with warranty support and blood culture bottles. This procurement is crucial for maintaining the operational efficiency of the Gallup Service Unit in New Mexico, where the equipment plays a vital role in laboratory diagnostics. The contract period is set from September 19, 2024, to September 18, 2025, with four additional one-year options available. Interested vendors may submit capability statements by 1:00 PM MDT on September 19, 2024, to Misty Billy at misty.billy@ihs.gov, as this notice does not constitute a request for quotations.
    Maintenance Support Agreement-eFlow
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services (HHS) intends to negotiate a sole source contract with NMS Imaging Inc. for maintenance and support of the Electronic Workflow (eFlow) system. This procurement is necessary as NMS Imaging is the sole provider capable of delivering the required maintenance services, having developed and customized the eFlow system. The maintenance and support are critical for the continued functionality and efficiency of the eFlow system, which plays a vital role in HHS operations. Interested parties that believe they can provide the required services must submit a capabilities statement by September 20, 2024, at 12:00 PM Eastern Time to Bryan Daines at bryan.daines@psc.hhs.gov.
    Medicare Cost Reporting Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) under the Department of Health and Human Services is seeking proposals for Medicare Cost Reporting Services, aimed at supporting the financial management of healthcare services for American Indians and Alaska Natives. The selected contractor will be responsible for preparing and submitting up to 53 Medicare cost reports annually, conducting financial analyses, and ensuring compliance with Medicare and Medicaid regulations, which are critical for the reimbursement processes of over 600 healthcare facilities. This procurement is significant as it underscores the federal government's commitment to maintaining healthcare service levels in underserved populations while ensuring financial accountability. Proposals are due by 07:30 AM (EST) on September 23, 2024, and should be submitted electronically to Brendon Moran at brendon.moran@ihs.gov, with a total estimated contract value of $62,500 for each option period.
    Medicare Cost Reporting Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking proposals for Medicare Cost Reporting Services to support its mission of delivering healthcare to American Indians and Alaska Natives. The selected contractor will assist in the preparation and submission of Medicare cost reports, ensuring compliance with Medicare regulations and optimizing reimbursement processes for various healthcare facilities. This initiative is crucial for maintaining approximately $1 billion in annual Medicare and Medicaid collections, which are essential for sustaining healthcare services in underserved communities. Proposals are due by 5:00 PM (EST) on September 19, 2024, and should be submitted to Brendon Moran at brendon.moran@ihs.gov, with a total estimated contract value of $62,500 per year for the base and each option period.
    Sol_75H70724Q00138_IntelePharmacy Will Call System for Zuni Comprehensive Community Health Center
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the IntelePharmacy Will Call System to enhance pharmacy operations at the Zuni Comprehensive Community Health Center in Zuni, New Mexico. The procurement aims to alleviate congestion and improve patient service by implementing a system that manages prescription notifications and will call medication storage, with a contract duration of 12 months and options for renewal. This initiative is crucial for improving operational capacity and integrating technology in healthcare services, ensuring efficient patient care. Interested vendors must submit their proposals, including technical specifications and pricing, by September 30, 2024, with inquiries directed to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov.
    Sol_75H70724Q00140 Bactec FX Blood Culture System for Zuni Comprehensive Community Health Center
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the acquisition of a Bactec FX Blood Culture System for the Zuni Comprehensive Community Health Center in New Mexico. This procurement aims to enhance laboratory testing capabilities, particularly for detecting bacterial infections in blood samples, thereby improving healthcare services in the region. The contract will include a 12-month base period with four optional extension periods, and only one award will be made to the selected contractor. Interested vendors must submit their technical proposals, past performance documentation, and price proposals by October 3, 2024, with inquiries directed to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov or by phone at 505-256-6768.
    Mammography Software at PIMC
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for Mammography Software Services at the Phoenix Indian Medical Center in Phoenix, Arizona. The procurement aims to provide non-personal professional services for Mammography Quality Control and Assurance, including software installation, data transfer, and staff training, ensuring compliance with FDA regulations and compatibility with existing systems. This initiative is crucial for enhancing healthcare services for approximately 850,000 annual patient visits across 43 Tribal nations. Interested contractors must submit their proposals electronically by September 19, 2024, and can direct inquiries to Michele Lodge at Michele.Lodge@ihs.gov or Marilyn Duran at Marilyn.Duran@ihs.gov.
    Firm Fixed-Price, Non-Personal Healthcare Service, Commercial Item, Indefinite Delivery/Indefinite Quantity (ID/IQ), Contract to provide Medical Laboratory Technologist Services for the Rosebud IHS Hospital, Rosebud, South Dakota
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for a Firm Fixed-Price, Non-Personal Healthcare Service contract to provide Medical Laboratory Technologist Services at the Rosebud IHS Hospital in South Dakota. The contract aims to secure up to 12 qualified medical technologists to deliver comprehensive laboratory services from October 15, 2024, to October 14, 2025, with the potential for four additional option years, emphasizing the importance of culturally competent care for the Native American community. The total contract value is capped at $7.5 million over five years, and interested contractors must submit their proposals by October 1, 2024, while ensuring compliance with health care standards and maintaining staffing levels. For further inquiries, contact Wenda Wright at wenda.wright@ihs.gov or call 605-226-7724.
    DFPC Technical Writing Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking qualified small businesses to provide Technical Writing Services for the development of a handbook for the Division of Federal Projects and Contracts (DFPC). This handbook is essential for documenting operational procedures and ensuring sound succession planning, particularly as a significant portion of the DFPC staff is nearing retirement. The IHS aims to gather insights on the capabilities of small businesses, especially those classified as Native American/Indian-Owned or 8(a) Certificated, to fulfill this requirement. Interested parties must submit their qualifications and relevant experience by September 25, 2024, and can direct inquiries to Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.