Colorado Bids > Bid Detail

RFI: USAFA Electronic Health Record (EHR) Software

Agency:
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159185751658514
Posted Date: Mar 10, 2024
Due Date: Mar 14, 2024
Source: https://sam.gov/opp/0b964e466f...
Follow
RFI: USAFA Electronic Health Record (EHR) Software
Active
Contract Opportunity
Notice ID
FA700024RFI309
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
U
Sub Command
S
Sub Command 2
AIR FORCE ACADEMY
Office
FA7000 10 CONS LGC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Mar 09, 2024 08:18 pm MST
  • Original Response Date: Mar 14, 2024 04:00 pm MDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 29, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DA10 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE
  • NAICS Code:
    • 513210 - Software Publishers
  • Place of Performance:
    USAF Academy , CO
    USA
Description

THIS IS A REQUEST FOR INFORMATION ONLY. IT IS NOT A SOLICITATION OR REQUEST FOR QUOTE. The 10th Contracting Squadron is conducting market research to determine interest and capability. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.



The United States Air Force Academy (USAFA) Peak Performance Center is seeking potential sources capable of providing serverless, web-based Electronic Health Record (EHR) software for up to 10 users.



The software is required to meet the following minimum salient characteristics:




  • Cloud-based infrastructure: the EHR software must be entirely hosted on the cloud, eliminating the need for local server maintenance.

  • Robust data security and PII encryption: Must utilize encryption protocols for all Personally Identifiable Information (PII) to safeguard against unauthorized access, in strict adherence to DoD standards for data protection and HIPAA-compliant security protocols.

  • Adheres to current International Accreditation of College Services (IACS) accreditation standards for university and college counseling services.

  • Can integrate with USAFA systems using Microsoft 365 and Teams.

  • Is customizable.

  • Has an intuitive interface with minimal training requirements.

  • Can use Electronic Data Interchange (EDI) protocols and standards, including Health Level 7 (HL7) and Extensible Markup Language (XML).

  • DSM-5 Classifications for up to 10 users.

  • Secure log-in with password protection.

  • Document upload and export capability.

  • Full traceability of documentation.

  • Data entry capabilities for:

    • Patient demographics

    • Encounter notes



  • Query capabilities that enable efficient data searches and facilitate quick access to specific information within the system.

  • Uses “American English” language.

  • Comprehensive implementation support.



Assessing a software’s capacity to meet USAFA's requirements involves evaluating its scalability, system reliability, and support services. The EHR platform should demonstrate robust scalability, effectively managing increased data volumes and user interactions. System uptime is paramount, ensuring consistent accessibility and reliability, especially critical in environments with a high operational tempo. Additionally, the quality and responsiveness of the vendor’s customer support and maintenance services are vital. This encompasses regular software updates, security enhancements, and efficient customer support, ensuring the system remains functional and up to date, addressing any emerging needs or challenges promptly.



The recommended North American Industry Classification Systems (NAICS) Code is 513210 – Software Publishers, with a size standard of $47.0 Million.



Delivery is FOB: Destination to USAF Academy, CO 80840.



Interested parties should submit a capabilities package explicitly demonstrating the company’s ability to meet the above requirements. Respondents are requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Accompany your submission with POC contact information, company CAGE Code, Unique Entity ID (SAM.gov), System for Award Management (SAM) registration expiration date, and answers to the following questions:




  1. Who is the manufacturer of the software?

  2. Are the software licenses transferable?

  3. What are your timelines for software integration and implementation? Are there any process bottlenecks that could put these timelines at risk?

  4. Are the terms and conditions offered to the Government and Universities different than those offered to commercial customers? (e.g. warranties, maintenance, discounts, etc.)

  5. What is your estimated annual subscription price for 10 users? What features are included with the software subscription and what features are add-on items? (Note: You will not be held to these prices; they are only used for market research purposes.)

  6. Have you completed a Basic NIST SP 800-171 DoD assessment within the last three years?

  7. Can your identified software solution be purchased on an existing government contract/schedule such as NASA SEWP or GSA 2GIT?



Provide any additional questions or comments related to this requirement. Questions are requested by 9:00 A.M. MDT on Wednesday, March 13, 2024.



Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.



RESPONSES ARE DUE NO LATER THAN: 4:00 P.M. MDT on Thursday, March 14, 2024. Please email responses to: tammy.martin.6@us.af.mil. Telephone responses will not be accepted.


Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 719 333 4019 8110 INDUSTRIAL DR STE 200
  • USAF ACADEMY , CO 80840-2303
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 09, 2024 08:18 pm MSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >