Inactive
Notice ID:N6264519Q0031
The Naval Medical Logistics Command (NMLC) intends to negotiate on a sole source basis (FAR 13.106-1(b)(2)), soliciting from a single source. The proposed source is Emergency Care Research Institute D...
The Naval Medical Logistics Command (NMLC) intends to negotiate on a sole source basis (FAR 13.106-1(b)(2)), soliciting from a single source. The proposed source is Emergency Care Research Institute DBA ECRI Institute (ECRI), 5200 Butler Pike, Plymouth Meeting, PA, 19462 (CAGE: 4K872). NMLC requires the contractor to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, and other items necessary to perform Medical Logistics Authoritative Data Exchange Service as well as provide subscription to medical technology and practices database for multiple United States Department of Defense (DoD) Medical Treatment Facilities (MTFs) both CONUS and OCONUS. The contractor will use industry data to normalize, cleanse and structure an authoritative equipment and supply data standardization to enhance business process effectiveness in standardization, product recall identification, and manage unnecessary data duplication. Additionally, the product will create an authoritative data exchange service to support modernization and data standardization of Health Alerts and Equipment Management lines of business (LOBs). The expected in-depth level of information enables the MTFs to accurately track deficient medical devices and medical materiel. This authoritative data exchange is considered an external Information Technology (IT) product to the DoD; and is not a National Security System (NSS) nor will it interconnect with a NSS or transmit national Security information. Through the use of an internet-based portal, the following database subscription services are required at a minimum: A. A repository of all hazards, alerts, and recalls for Government Medical Devices and Equipment (MDE) with sortable data points, to include: accession number, priority, subject/headline, device code, manufacturer, common model, publication date, status, status date, and U.S. Food & Drug Administration (FDA) class of recall. B. MDE procurement and cost analytics tool sets and services, to include: comparative product evaluations, price benchmarking data, vendor proposal analyses, service/maintenance contract analyses, consumable/reagent contract analyses, fair market value analyses, market share/sector intelligence, request for proposal analysis, request for proposal (RFP) templates, user experience reviews, justification analysis, capital budget reviews. C. Dynamic ranking/comparative matrices of highly prevalent industry manufacturers' product line common models within a device code. D. Product identification tool sets for industry functional equivalents of medical-surgical supplies and implants, to include pricing analytics. E. Utilization analytics. In addition, this requirement is for subscription services. Subscription services will assist in identifying how the MTFs compare to others of similar size and circumstance. This allows each MTF to identify areas in need of improvement and different optimization methods. These are the same nomenclatures and device codes used to populate the DMLSS. This information is used in the process of Medical Material Quality Control Program, and each of the Services life-cycle logistics for procurement of medical devices and materiel. Contractor shall provide independent analysis of medical devices and technology, which is compiled, updated and made available in real time through an online subscription-based portal. ECRI is only company that provides independent analysis of medical devices and technology, which is compiled, updated and made available in real time through an online subscription-based portal. Health Devices Gold, SELECTplus, TruVu, Alerts Tracker, CrossCheq, and Biomedical Benchmark are all ECRI Institute proprietary subscription products. There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 541519. This notice of intent to sole source is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data, and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work. Capability statements shall not exceed 5 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source contract. Capability statements are due by 10:00 AM EST on Tuesday, 16 July 2019. Capability statements shall be submitted by e-mail as a Microsoft Word or Adobe PDF attachment to the following address: usn.detrick.navmedlogcomftdmd.mbx.matrix@mail.mil. The subject of the email shall include solicitation number N62645-19-Q-0031.