Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2003 FBO #0647
SOLICITATION NOTICE

U -- Taproot Training Courses

Notice Date
9/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, MD, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
MDA905-03-T-0255
 
Response Due
9/17/2003
 
Archive Date
10/2/2003
 
Point of Contact
Danny Price, Procurement Analyst, Phone 301-295-3127, Fax 301-295-1716, - David Denton, Contract Officer, Phone 301-295-3068, Fax 301-295-1716,
 
E-Mail Address
dprice@usuhs.mil, ddenton@usuhs.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Uniformed Services University of the Health Sciences (USUHS), the Department of Defense Medical School and Health Sciences University, Bethesda, MD intends to procure on a sole source basis a commercial training course on the TapRoot System from Systems Improvement, Inc. of Knoxville, TN 37923. This notice serves as a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The contract will include one base year and up to four one-year options. This training course is a modified TapRooT Medical Training Course and is an advanced root cause and analysis course based on several proprietary techniques including the TapRoot Cause Tree, Equifactor, and Corrective Action Helper (all registered trademark courses of TapRoot). The TapRoot System software is currently used by DoD as an investigation, analysis and reporting tool. These courses will be presented on-site at USUHS or at off-site locations not yet determined, to members of the Department of Preventive Medicine and Biometrics and the Patient Safety Coordinators who will be using the TapRoot System as an investigative tool. The contract line items for the training are: CLIN 0001, Qty ? 4 courses per year for up to 15 participants, 2-day Co-taught Course, This two day training session is preceded by a 1-day consult between one System Improvements Instructor and up to 2 MHS Co-teachers to review the training materials that were provided with the MHS TapRooT? License for use in a 2-day training session. This session is Healthcare specific and will cover the Basic TapRooT? Techniques (including SnapCharT?, Root Cause Tree?, and SMARTER Corrective Actions, as well as proactive uses of TapRooT?, and Safeguards analysis. The course will be taught by a combination of the SI and MHS instructors to help facilitate the learning by the MHS instructors. These courses would be taught regionally. Materials provided by System Improvements include TapRooT? Book, User Dictionary and Laminated Root cause tree? as well as copies of the presentation used for each participant; CLIN 0002, Qty 2 courses per year, 1-day TapRooT? Overview; This one day session is taught by one System Improvements instructor in conjunction with the MHS Patient Safety conferences held during the fiscal year. This course is taught for up to 100 persons and includes teaching of the basic techniques (including SnapCharT?, Root Cause Tree?, and SMARTER. This is taught to prepare team members for participation during a TapRooT? investigation. Materials provided by System Improvements include TapRooT? User Dictionary and Laminated Root cause tree? as well as copies of the presentation used for each participant. DELIVERABLES: The training courses will be provided at an agreed upon date during the year. All materials will be delivered 30 days prior to the date of the course, shipped to the appropriate training site as directed by the COR. DELIVERY: Delivery of material shall be FOB: Destination. Delivery shall be made between 7:30 AM and 4:00 PM Monday through Friday, excl. Federal holidays, and shall be scheduled with the COR named at the time of award. PACKING and SHIPPING: Standard Commercial packaging and shipment will be used. DOCUMENTATION: All training materials will be furnished and a Certificate of completion will be provided to all personnel successfully completing the course. Final payment shall not be made until the COR certifies that the course and all materials has been delivered and accepted by the Contracting Officer. WARRANTY: A standard commercial warranty shall be provided. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. The provision of FAR 52-212-1, Instruction to Offerors - Commercial Items and 52.211-6, Brand Name or Equal, applies to this acquisition. All offerors are required to submit a completed copy of Addenda to FAR Clause 52.212-1 1) Item (b) Submission of Offers is amended to include the following: Submit your proposal, acknowledgment of amendments (if any), software licensing agreements (if any), descriptive literature for the proposed equipment and software, and the FAR 52.212-3 ? Offeror Representations and Certifications ? Commercial Items, prior to an award. Telegraphic or facsimile offers are not acceptable. Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. The provision at 52-212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. The provision of FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following evaluation criteria are included in paragraph (a) of that provision. Addendum to FAR clause 52.212-2 Evaluation Factors for award is applicable and any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. Factors that will be considered are Technical capability, past performance, and price. Technical capability is significantly more important than past performance, and price. Failure to provide the information relative to each evaluation factor may render offer non-responsive. Factors are: (1) TECHNICAL CAPABILITY: Technical capability shall be based on product literature, technical features and/or warranty provisions. Each vendor?s offer is required to submit licensing (if applicable), descriptive literature, or other documentation, and show how the offered services or course work meets or exceeds the requirements as stated in the Specifications or is equal to that of the Brand Name product or service specified above. (2) PAST PERFORMANCE: Vendor?s history of demonstrated performance will be evaluated to determine ability to provide the required training. Contractor shall provide three references where similar training courses have been provided by their company; and (3) PRICE: Price includes all costs associated with conducting the course to include but not limited to materials, personnel and transportation. Evaluation is based on best value including cost and ability to meet stated requirements above. Vendor offer shall include descriptive literature and other documentation as applicable. Evaluation is based on best value including cost and ability to meet stated requirements above. Technical acceptability will be determined solely on the content and merit of the information submitted response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that all offers provide sufficient technical literature, documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the quote as meeting technical acceptability. The full text of these clauses may be accessed electronically at this address: http://www.arnet.gov/far/. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items. The following FAR clauses cited in 52.212-5 are applicable to this acquisition for supplies: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 1984); 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans (APR 1998); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1999); 52.225-3, Buy American Act Supplies (JAN 1994); 52.225-13 Restrictions on certain Foreign Purchases (FEB 2000); 52.225-21, Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program (JAN 1997); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (May 1999); 52.239-1, Privacy or Security Safeguards (AUG 1996). ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); remit to address if different; and business size. As of 31 May 1999 all Contractors must be registered in the Central Contractor Registration (CCR) Database as a condition for contract award. Contractors may register in the CCR through the World Wide Web at http://www/acq/osd.mil/ec or call the DOD Electronic Information Center at 1-800-334-3414.
 
Place of Performance
Address: 4301 Jones Bridge Road, Bethesda, MD
Zip Code: 20814-4799
Country: United States
 
Record
SN00424130-W 20030905/030903213708 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.