HHS Initiative on the Mother-Infant Dyad with Substance Exposure: Information Technology-centered Strategy to Improve Long-term Care
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: Presolicitation (Original)
- Original Published Date: Jul 07, 2022 12:12 pm EDT
- Original Response Date: Jul 11, 2022 04:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: R410 - SUPPORT- PROFESSIONAL: PROGRAM EVALUATION/REVIEW/DEVELOPMENT
- NAICS Code:
- Place of Performance: Boston , MA 02215USA
Description
The Department of Health and Human Services intends to negotiate on a sole source basis with the Boston Children's Hospital Innovation and Digital Health Accelerator.
Description:
Introduction
This is HHS/OASH initiative on improving long-term care for the mother-infant dyad with substance exposure. Among key components of long-term of care, there is a lack of fundamental scalable mechanisms to longitudinally monitor developmental needs of infants and affected mothers and families. This creates challenges in identifying and addressing clinical and supportive care gaps and connecting to necessary programs and services.
Background
As a first of its kind use case of the SMART on FHIR platform, we propose development of an IT roadmap for a longitudinal clinical monitoring prototype – designed to streamline long-term clinical care and follow-up for the mother-infant dyad with substance exposure. As a new, not previously existing platform, in 2010 the HHS Office of the National Coordinator (ONC) for Health IT funded the creation and building of the complete infrastructure for SMART on FHIR; this infrastructure is specifically designed and specialized for interoperability. Thus, we propose to leverage this existing infrastructure to develop a roadmap with a focus on improvement of care for the mother-infant dyad. This roadmap (toolkit) would be the first step in understanding the type of architecture, framework, and individual IT components necessary to help clinicians integrally track clinical and supportive needs data focusing on maternal needs and pediatric milestones and development beginning with the newborn clinical visit and longitudinally moving forward through preschool, school-aged and end of adolescence.
Responses
The proposed acquisition action is for items and services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501. If you believe you can provide the items or services requested, all responsible sources may submit a capability statement, which shall be considered by the agency, to the Contract Specialist, Shirlene Smith, at shirlene.smith@psc.hhs.gov referencing notice number HHS-OAMS-NOI-22-OS293028 by 4:00 P.M. on July 11, 2022. A determination by the Government not to compete this proposed contract acquisition based upon responses to the 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.
This notice does not obligate the Government to award a contract 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. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement and may lead to the development of a solicitation. 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.
Any solicitation resulting from the analysis of information obtained will be announced to the public in Federal Business Opportunities in accordance with the FAR Part 5. However, responses to this notice will not be considered adequate responses to a solicitation. 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).
Attachments/Links
Contact Information
Contracting Office Address
- 200 INDEPENDENCE AVENUE, SW
- Washington , DC 20201
- USA
Primary Point of Contact
- Shirlene Smith
- shirlene.smith@psc.hhs.gov
- Phone Number 240-781-3899
Secondary Point of Contact
History
- Jul 26, 2022 11:55 pm EDTPresolicitation (Original)