Federal Bid

Last Updated on 18 Feb 2021 at 2 PM
Sources Sought
Rockville Maryland

Apelon Distributed Terminology System Software

Solicitation ID 75H70421Q00015
Posted Date 18 Feb 2021 at 2 PM
Archive Date 11 Mar 2021 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Division Of Acquisitions Policy Hq
Agency Department Of Health And Human Services
Location Rockville Maryland United states 20857

INTRODUCTION

This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: the availability and capability of qualified sources that are: Indian Small Business Economic Enterprises (ISBEEs) and other than small Indian Economic Enterprises (IEEs); and their size classification relative to the North American Industry Classification System (NAICS) code, 518210 - Data Processing, Hosting, and Related Services, for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition set-aside.

BACKGROUND

The Indian Health Service (IHS), an agency within the Department of Health and Human Services, is responsible for providing federal health services to American Indians and Alaska Natives. The provision of health services to members of federally recognized tribes grew out of the special government-to-government relationship between the federal government and Indian tribes. This relationship, established in 1787, is based on Article I, Section 8 of the Constitution, and has been given form and substance by numerous treaties, laws, Supreme Court decisions, and Executive Orders. The IHS is the principal federal health care provider and health advocate for Indian people and its goal is to raise their health status to the highest possible level. The IHS provides a comprehensive health service delivery system for American Indians and Alaska Natives who are members of 566 federally recognized Tribes across the U.S.

The IHS Office of Information Technology/Division of Information Technology request is to ensure the Resource Patient Management System/Electronic Health Record (RPMS/EHR) system have the current SNOMED CT, ICD-10-CM, ICD-9-CM, FDA UNII, LOINC and RxNorm code sets available to meet reimbursement and other reporting requirements required by law and federal reimbursement agencies, namely the Center for Medicare and Medicaid Services. The clinical content is within RPMS/EHR reflects tasks and procedures services which medical practitioners provide to patients, including, medical, surgical and diagnostic services.  

INSTRUCTIONS TO INDUSTRY

Indian Small Business Economic Enterprises (ISBEEs) and other than small Indian Economic Enterprises (IEEs) are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Responses must directly demonstrate the company’s capability and ability to provide the Apelon Distributed Terminology System Software.

The Government requests interested parties submit a written response to this notice, which includes:

a. Company Name.

b. Company DUNS number.

c. Company point of contact, mailing address, and telephone number(s), and website address

d. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives.

e. Date submitted.

f. Applicable company GSA Schedule number or other available procurement vehicle.

g. Company’s System for Award Management (SAM) registration status. All respondents must register on the SAM located at http://www.sam.gov/.

h. Apelon authorized distributor letter

Disclaimer and Important Notes. This notice does not obligate the Government to award contract. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on a government GPE. However, responses to this notice will not be considered adequate responses to a solicitation.

Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Responses must be submitted via email, no later than 10:00 am EST on Wednesday, February 24, 2021.  No questions will be accepted.

Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for this submission is five (5) pages. Interested parties shall submit their response to this notice to the individuals listed below in order to be considered compliant.

Primary POC:

Javier Medina-Velazquez

Contract Specialist

Email: [email protected] 

Bid Protests Not Available

Similar Opportunities

Washington District of columbia 01 Aug 2025 at 9 PM