Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 24, 2025 SAM #8672
MODIFICATION

D -- Hospital Surgical Provide Scheduling System

Notice Date
8/22/2025 7:40:40 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
513210 —
 
Contracting Office
W40M MRCO PACIFIC FORT SHAFTER HI 96858-5098 USA
 
ZIP Code
96858-5098
 
Solicitation Number
W81K0225QA092
 
Response Due
9/2/2025 10:00:00 PM
 
Archive Date
09/17/2025
 
Point of Contact
Dylan Ford, Scott Barr
 
E-Mail Address
dylan.j.ford.civ@health.mil, scott.a.barr.civ@health.mil
(dylan.j.ford.civ@health.mil, scott.a.barr.civ@health.mil)
 
Small Business Set-Aside
SDVOSBS SDVOSB Sole Source
 
Description
THIS NOTICE OF INTENT IS NOT A REQUEST FOR QUOTES. A DETERMINATION NOT TO COMPETE THE PROPOSED PROCUREMENT BASED UPON RESPONSES TO THIS NOTICE IS SOLELY WITHIN THE DISCRETION OF THE GOVERNMENT. Joint Base Lewis-McChord Health Contracting Branch (JBLM-HCB) hereby provides notice of its intent to award a sole-source, firm fixed brand name, service contract under the authority of FAR 13.106-1(b)(1)(i) and FAR 19.1406 Service-Disabled Veteran Owned Small Business Concern (SDVOSB). As required by FAR 19.1406 the Contracting Officer is required to consider an award to an SDVOSB prior to considering a small business set aside. As a result, the government intends to direct award to Government Marketing And Procurement LLC, 13350 Ranch Road 12, Wimberley Texas, 78676. This requirement is expected to be for a three-year ordering period from 01 October 2025 through 30 September 2028. This requirement is for the procurement for Hospital Provider Surgical Scheduling System License for use by the Madigan Army Medical Center Department of Anesthesia and Operative Services. Market Research has demonstrated that the intended awardee is the only SDVOSB Concern that is able to meet the requirements of this anticipated contract action. The below salient characteristics details the requirements of this anticipated contract action. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES; no solicitation or RFQ will be forthcoming. Any firm that believes it can provide the stated services can provide supporting documents demonstrating their capabilities and certifications. Interested parties may identify their interest and capability to respond to this requirement no later than 02 September, 2025, 10:00am Pacific Time. All documents submitted will not be returned. Responses received may be used for future acquisitions. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements detailed below. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements. Interested parties are encouraged to furnish information by email only with subject line stating - RESPONSE TO INTENT TO SOLE SOURCE FOR W81K0225QA092. Information can be sent to Dylan Ford and Scott Barr at dylan.j.ford.civ@health.mil and scott.a.barr.civ@health.mil. No telephone or facsimile requests will be accepted. This procurement will be prepared in accordance with FAR Part 13, using Simplified Acquisition Procedures. Joint Base Lewis McChord Health Contracting Branch will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. A determination to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Only written responses will be considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. The Madigan Army Medical Center Department of Anesthesia and Operative Services Hospital Provider Surgical Scheduling System License Salient Characteristics: -System shall be a Cloud based On-call advanced provider scheduling system that does not require installation onto government computers/system and does not require a Defense Health Agency Approval To Operate (ATO). -Shall be 100% Web-Based accessible by a web browser both inside the Military Treatment Facility and outside and not locally hosted and/or require additional hardware/software at the facility. -Shall be capable of being managed by central POC for administration of up to 100 End-user licenses. -Shall have the ability to create schedules as far out in the future as desired (Monthly, Quarterly, Annually, etc.) -Requires ability for managers to schedule. Requires end-user schedule viewing and ability to request time-off and swaps via web browser and shall be compatible with mobile (iOS and Android) application(s). -Shall be accessible via native iPhone & Android mobile applications and provide full end- user functionality (schedule viewing, requesting, swapping, etc.) FedRAMP approved use from both military and personal smart phones. -Shall allow simultaneous, comprehensive, and comparative display of necessary and available shift coverage across skill types and disciplines (e.g. physician, CRNA, PACU nurse) and employee type (e.g. active duty, GS, contractor) across the spectrum of preoperative, intraoperative, and postoperative care environments. -Shall have a robust on-call scheduling and reporting capability to ensure hospital-wide visibility of critical shift coverage at the individual employee level -Shall have integrated data analysis capability for manager use, providing native functionality to build and customize reports to objectively ensure ongoing improvements in scheduling efficiencies -Data analysis outputs and reports shall have intrinsic compatibility with Microsoft Excel to ensure that cross-platform analysis is possible within the organization. - Ability to collect data and consolidate information in easy to run reports, including but not limited to, scheduled shifts by type, surgeries by type, assignments of shifts vs expected for surgeries. Custom built reports to track all the different assignments, holidays/On-call shifts worked etc. -Shall track and retain data from at least previous two calendar years. Data can be used to ensure equity in shift assignments among staff and to ensure proper amount of staffing is available for scheduled ORs. - Shall possess advanced scheduling capability to decrease time burden for schedulers to develop schedule. -The contractor shall be able to maintain a fully functioning system with 98% system uptime. -The contractor shall staff a 24-hour US Based support hotline for system support at no additional cost.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9ed0765c491e40f5a2c14d730dbb1932/view)
 
Place of Performance
Address: WA 98431, USA
Zip Code: 98431
Country: USA
 
Record
SN07562492-F 20250824/250822230038 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.