Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 15, 2025 SAM #8602
SOURCES SOUGHT

R -- DATA INTEGRATION/RESOURCE MANAGEMENT ANALYST SERVICES

Notice Date
6/13/2025 12:23:40 PM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
 
ZIP Code
22042
 
Solicitation Number
HT001425RDATA
 
Response Due
6/23/2025 6:00:00 AM
 
Archive Date
07/08/2025
 
Point of Contact
Erica S. Oh, Phone: 7032756338, Judith S. Meynard, Phone: 3014002619
 
E-Mail Address
erica.s.oh.civ@health.mil, Judith.S.Meynard.ctr@health.mil
(erica.s.oh.civ@health.mil, Judith.S.Meynard.ctr@health.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
General Information Document Type: Sources Sought Posted Date: June 13,2025 Response due Date: June 23, 2025. Product or Service Code: R702 Support-Management: Data Collection NAICS Code: 541611 � Administrative Management and General Management Consulting Services. The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, with the expertise, capabilities, and experience to successfully provide Data Integration Services/Resource Management Analyst Services. The Healthcare Contracting Division Northeast (HCD-NE) on behalf of Walter Reed National Military Medical Center (WRNMMC) desires to procure services in the form of skilled Data Integration/Resource Management Analyst Services. Inherent in providing these services, the Contractor shall provide services to include identifying and comparing data across the entire spectrum of resource management tools available to the analyst�s area of responsibility through the following capabilities: Historical and current data, trend analysis, outlier analysis, view charts, pivot tables/graphs, metrics, scorecards, total force etc. WRNMMC needs the data in a viewable format that is filtered from the highest level and drillable to the lowest levels. Data sources available to the WRNMMC Analysts will be available for possible data integration that yields a common view of resources. The data sources may include but are not limited to the following: General Funds Enterprise Business Systems; Workload Performance Systems; Defense Travel System, Human Resource Systems, Manpower Systems, EMPReS, Financial Management Information Systems, MHS Genesis etc. The Contractor shall provide qualified personnel, necessary to perform the required services. The contractor shall demonstrate experience in form creation, workflow and staff automation utilizing but not limited to Adobe products and SharePoint. The contractor shall possess demonstrated experience in data mining, database development, and data selected item integration of financial and acquisition information and possess the capability to provide a visual display tool to access information. The contractor shall possess demonstrated experience with understanding the significance of data sets and translating the data in both a broad and narrow context. The contractor shall have demonstrated experience in data integration from disparate systems such as: General Funds Enterprise Business Systems; Workload Performance Systems; Defense Travel System; MHS Genesis, Human Resource Systems e.g., EMPReS, Financial Management Information Systems in order to provide the financial and acquisition information needed to manage resources. The Contractor personnel must meet or exceed the following qualification criteria. The contractor shall possess either a bachelor�s degree and five years of relevant experience or a master�s degree and three years of relevant experience. Eight years of relevant professional experience in computer science or developing and managing a dashboard tool or similar database application may be substituted for the required education. Relevant experience includes technical analysis, task planning/management, and data integration. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to the sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. In response to this source sought, please provide: Name of the firm Point of contact with phone number and email address DUNS number & CAGE code Statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. The points of contact for this action are Judith Meynard, Contracts Analyst Email: judith.s.meynard.ctr@health.mil or Ms. Erica S. Oh, Contracting Officer; Email: erica.s.oh.civ@health.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9366840c28ef4f409cbd906b47cbb835/view)
 
Place of Performance
Address: Bethesda, MD 20889, USA
Zip Code: 20889
Country: USA
 
Record
SN07477646-F 20250615/250613230051 (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.