Revenue Code, HCPCS/CPT Codes maintenance and Services
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)
- Original Published Date: Feb 02, 2025 09:37 am EST
- Original Response Date: Feb 07, 2025 12:00 am EST
- Inactive Policy: Manual
- Original Inactive Date: Feb 07, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Shiprock , NM 87420USA
Description
Sources-Sought Notice
The Indian Health Service, Shiprock Service Unit is issuing this sources-sought synopsis as a means of conducting market research (FAR 10.001) in identifying prospective sources to fill a government requirement for Chargemaster services updating current Revenue Codes, HCPCS/CPT code to ensure proper charging strategies, data flow, and maintenance procedures to be in compliance with Medicare guidelines.
The applicable North American Industry Classification System (NAICS) code assigned to this requirement is 518210 Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services with a small business size standard of 1,250.
THIS IS NOT A SOLICITATION. Information collected from this notice is purely for market research only and will be used to determine the contracting office’s acquisition strategy including competition, set asides, and locating Indian-owned economic enterprises. Submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred in response to this request for information.
In accordance with FAR 4.1102(a), offerors and quoters are required to be registered in System for Award Management at SAM.gov, at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements.
Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this notice by February 7, 2025 to Verni Harrison-Yazza at verni.harrison-yazza@ihs.gov with the subject line “SSN-IHS1507486.” Your submission must include the following information, at a minimum:
- Company Profile that includes: UEI, Name and Address, Primary POC information, business size and type of ownership, socio-economic status/participation such as 8(a), WOSB/EDWOSB, SDVOSB and HUBZone, identification of Native American ownership (if applicable), SAM.gov representations and certifications, and other related documentation.
- A brief statement of the company’s capability that relates to the described government requirement. Additional demonstration of capability may include current and past performance history for the same or similar requirement, established contracts such as GSA or VA Schedule, etc.
- If claiming Indian-owned Small Business Economic Enterprise (ISBEE) or Indian-owned Economic Enterprise (IEE), submit completed IHS IEE Representation Form (attached).
Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Attachments/Links
Contact Information
Primary Point of Contact
- Verni Harrison-Yazza
- verni.harrison-yazza@ihs.gov
- Phone Number 5053687031
Secondary Point of Contact
- Michael Austin, Contract Specialist
- michael.austin@ihs.gov