Search Contract Opportunities

Armed Forces Billing and Collection Utilization Solution

ID: HT003825RFIABACUS • Type: Sources Sought

Description

Posted: Jan. 17, 2025, 2:57 p.m. EST

Request for Information (RFI)

Armed Forces Billing and Collection Utilization Solution

General.

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.

This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Proposals are not being sought and unsolicited proposals will not be accepted.

Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued.

Background.

The Defense Health Agency Contracting Activity (DHACA) on behalf of Program Executive Office Defense Healthcare Management Systems (PEO DHMS) is seeking information from industry regarding the availability of software solutions similar to the Armed Forces Billing and Collection Utilization Solution (ABACUS). The Defense Healthcare Management Systems Program Executive Office utilizes the ABACUS software, to provide Services Uniform Business Offices (UBOs) with an industry standard, best practice means for billing, collection and reporting of medical services provided by DoD Military Treatment Facilities (MTFs) Worldwide.

Purpose.

The purpose of this Request for Information (RFI) is to identify potential sources that can provide an interim software solution with capabilities similar to the Revenue Cycle Management functions available in ABACUS. The Government seeks to understand the market availability, technical capabilities, and potential cost structures of such solutions. See attached draft Performance Work Statement (PWS) for details regarding the initiative.

Information Requested.

  1. Participants are requested to submit the following information in the format outlined below. The response should be detailed but no more than four pages and address the information requested below (title pages, cover letter, etc., will not count against the page limit). Respondents are highly encouraged to submit a tailored response rather than a generic capability statement to ensure the needed information is provided. Company Information:
    • Name of the company
    • Address
    • Point of contact (name, phone number, email)
    • DUNS number and CAGE code
    • Business Size: The NAICS for this effort is 541511, Custom Computer Programing Services. Based on this NAICS, identify your business size as Small or Large. If a small business, identify if any of the following are applicable: HUBZone, Service Disabled Veteran Owned, Veteran Owned, Small Disadvantaged Business, Woman Owned, or Economically Disadvantaged Woman Owned.
      • Participants are also encouraged to recommend a more suitable NAICS that accurately reflects the scope of the initiative. When making your recommendation, please update your business size classification based on the proposed NAICS and provide a concise rationale explaining how the recommended NAICS aligns effectively with the initiative's objectives.
  2. Technical Capabilities:
    • Include sufficient details on how the objectives outlined in the attached PWS will be effectively addressed, to include the following:
      • Description of the software solution
      • Technical specifications and features
      • Compliance with Department of Defense and Defense Health Agency cybersecurity requirements
      • Experience with cloud-based managed service offerings
  3. Past Performance:
    • Relevant past performance information, including previous contracts with DoD or other federal agencies, to include a brief description of the project, contract number, period of performance, prime or subcontractor status, dollar value of the project.
    • If there is no direct performance or experience with the stated initiative, please explain how you will effectively fulfil the initiative utilizing proposed teaming arrangements and other arrangements.
  4. Cost Information:
    • Rough Order of Magnitude (ROM) cost estimate for the software solution
    • Pricing structure (e.g., subscription-based, perpetual license, etc.)
  5. Additional Information:
    • Any other relevant information that may assist the Government in its market research

Submission Instructions.

Responses to this RFI should be submitted electronically to Mr. Sharjeel J. Javaid: sharjeel.j.javaid.civ@health.mil, no later than 28 January 2025, 1400 EST. Please include RFI Response - ABACUS Software Solution in the subject line of the email.

Posted: Jan. 17, 2025, 2:45 p.m. EST
Background
The Defense Health Agency Contracting Activity (DHACA), on behalf of the Program Executive Office Defense Healthcare Management Systems (PEO DHMS), is seeking information regarding software solutions similar to the Armed Forces Billing and Collection Utilization Solution (ABACUS).

The ABACUS software is utilized to provide Services Uniform Business Offices (UBOs) with a standard means for billing, collection, and reporting of medical services provided by DoD Military Treatment Facilities (MTFs) worldwide. The goal of this RFI is to identify potential sources that can provide an interim software solution with capabilities akin to those found in ABACUS.

Work Details
Respondents are requested to submit detailed information including:

1. Company Information: Name, address, point of contact, DUNS number, CAGE code, and business size classification.
2. Technical Capabilities: Description of the software solution, technical specifications, compliance with DoD cybersecurity requirements, and experience with cloud-based services.
3. Past Performance: Relevant past performance information including previous contracts with DoD or federal agencies.
4. Cost Information: Rough Order of Magnitude cost estimate and pricing structure for the software solution.
5. Additional Information: Any other relevant information that may assist in market research.

Place of Performance
The place of performance is not explicitly stated but involves services related to the Defense Health Agency.

Overview

Response Deadline
Jan. 28, 2025, 2:00 p.m. EST Past Due
Posted
Jan. 17, 2025, 2:45 p.m. EST (updated: Jan. 17, 2025, 2:57 p.m. EST)
Set Aside
None
Place of Performance
Arlington, VA 22209 United States
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
20%
On 1/17/25 Defense Health Agency issued Sources Sought HT003825RFIABACUS for Armed Forces Billing and Collection Utilization Solution due 1/28/25. The opportunity was issued full & open with NAICS 541511 and PSC DA10.
Primary Contact
Name
Sharjeel Javaid   Profile
Phone
None

Documents

Posted documents for Sources Sought HT003825RFIABACUS

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought HT003825RFIABACUS

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought HT003825RFIABACUS

Similar Active Opportunities

Open contract opportunities similar to Sources Sought HT003825RFIABACUS

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE HEALTH AGENCY (DHA) > DEFENSE HEALTH AGENCY
FPDS Organization Code
97DH-HT0038
Source Organization Code
100501221
Last Updated
Feb. 12, 2025
Last Updated By
sharjeel.j.javaid.civ@health.mil
Archive Date
Feb. 12, 2025