New Mexico Bids > Bid Detail

Sources Sought for OPTUM Revenue Cycle Pro software License Renewal

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159971272439284
Posted Date: Apr 10, 2023
Due Date: Apr 17, 2023
Solicitation No: 1465977
Source: https://sam.gov/opp/1ff955f363...
Follow
Sources Sought for OPTUM Revenue Cycle Pro software License Renewal
Active
Contract Opportunity
Notice ID
1465977
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
NAVAJO AREA INDIAN HEALTH SVC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Apr 10, 2023 12:13 pm MDT
  • Original Response Date: Apr 17, 2023 03:30 pm MDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: R799 - SUPPORT- MANAGEMENT: OTHER
  • NAICS Code:
    • 541511 - Custom Computer Programming Services
  • Place of Performance:
    Shiprock , NM 87420
    USA
Description

SOURCES SOUGHT NOTICE



******************************************************************************



THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR QUOTES/PROPOSALS OR AN INVITATION FOR BIDS.



THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals. Submission of any information in response to this market survey is purely voluntary and will be used only for market research purposes to determine availability of sources, commerciality, and competitive strategy. The government assumes no financial responsibility for any costs associated with any response to this notice as incurred by prospective contractors.



******************************************************************************



Project Title: License Renewal for use of OPTUM Revenue Cycle Pro software for the HIM Department for Northern Navajo Medical Center located in Shiprock, New Mexico.



The Indian Health Service (IHS), Shiprock Service Unit (SSU), located at Shiprock, New Mexico 87420 is seeking capable Native American Owned Small Business or Indian Economic Enterprise Small Business sources for License Renewal for use of OPTUM Revenue cycle pro products utilized for online medical coding for the HIM Department at Northern Navajo Medical Center.



The anticipated Period of Performance is One Year from Date of Award.



The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541511 – Custom Computer Programming Services with a small business size standard of $30,000,000.

The government will evaluate market information to ascertain potential market capacity to provide services with those described in this notice.



In accordance with the Buy Indian Act, 25 U.S.C. 47, the Indian Health Service shall give preference at all times, as far as practicable, to Indian economic enterprises. If your firm is capable of providing the supplies and/or services described in this notice, complete the attached representation form and submit it along with the rest of the requested documents identified in this notice.



THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH WILL BE USED TO DETERMINE THE ACQUISITION STRATEGY SUCH AS INDIAN-OWNED ENTERPRISE SET ASIDES, TOTAL SMALL BUSINESS SET ASIDE, ANY OTHER SOCIO-ECONOMIC SET ASIDE, OR UNRESTRICTED.



NOTE: If this requirement is set-aside, FAR 52.219-14 (DEVIATION 2019-01) Limitations on Subcontracting will apply; similarly-situated entity description applies. This clause requires that the concern perform at least 50 percent (50%) of the cost of the contract, not including the cost of materials, with its own employees.



SUBMISSION INSTRUCTIONS:



All interested sources must submit a capabilities package to the primary point of contact listed below, no later than (NLT) April 17, 2023 3:30pm MST.



AT A MINIMUM, THE FOLLOWING INFORMATION MUST BE SUBMITTED TO THE POC LISTED IN THIS NOTICE:




  1. Confirm the Buy-Indian set-aside status you qualify for under following NAICS Code: 541511 – Custom Computer Programming Services


    1. If the proposed NAICS is not the customary or applicable NAICS relative to the needs description, include your firm’s proposed NAICS and rationale for the different NAICS.



  2. Fill out the attached IHS Buy Indian Act Indian Economic Enterprise Representation Form.

  3. If Non-Indian, indicate firm’s size – small or other-than-small; and other socio-economic program participation such as small-disadvantaged, 8(a)-certified, HUBZone, SDVOSB, and/or WOSB/EDWOSB

  4. A positive statement of your intention to submit a quote to an upcoming solicitation as a prime contractor.

  5. Provide firm’s UEI Number.

  6. Evidence of recent (within the last five years) experience with work in similar in type and scope to include:

    1. Contract Number

    2. Project Titles

    3. Dollar Amounts

    4. Percent and complete description of work self-performed

    5. Customer points of contact with current telephone number and email address.





All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested qualified Buy-Indian parties. If adequate interest is not received from Buy-Indian concerns, the solicitation may be issued as another type of set aside or unrestricted without further notice.





Point of Contact:



Felecia Chavez, Contract Specialist



Felecia.chavez@ihs.gov





Place of Performance:



Northern Navajo Medical Center



US HWY 491 North



Shiprock, NM 87420



Country: USA



THIS IS NOT A SOLICITATION.


Attachments/Links
Contact Information
Contracting Office Address
  • PO BOX 9020
  • WINDOW ROCK , AZ 86515
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 10, 2023 12:13 pm MDTSources 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 >