Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2008 FBO #2378
SOLICITATION NOTICE

99 -- Patient Safety Reporting (PSR) Commercial Off-the-Shelf (COTS) Software License and Services/Maintenance for TMA/Resources Information Technology Program Office

Notice Date
5/29/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH08R0021
 
Response Due
6/30/2008
 
Archive Date
8/29/2008
 
Point of Contact
Charles J. Bartlett, 301-619-8160
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27. This action is unrestricted and will not be set-aside. Proposals are being solicited in response to the requirements of the TRICARE Management Activity, Resources Information Technology Program Office for a PATIENT SAFETY REPORTING COTS SOLUTION. Description of Requirements: Centralized web-based, unmodified software accessible by a web browser. The software will provide for recording, collection, storage management, real-time analysis and reporting of event information rapidly and accurately, using dynamic screens and role-based security. Quantity: Base Period: Three Medical Centers with 95 to 160 average daily patient load (ADPL) per site; three (3) Hospitals with 30 ADPL per site; three Ambulatory Care Clinics; and four Region or Service Headquarters; Total number of users: 16,500. Option Period One: All sites listed in Appendix G and Table 1 of Section 3.1 below and 175,000 users minus the licenses purchased in the Base Period. License terms: Perpetual enterprise license based on approximately 175,000 users (Data source - 2007 TRICARE Stakeholders Report, includes contractors and volunteers) with expected 8,750 simultaneous users, or 5% of the overall users, and 61 Medical Centers/Hospitals, 412 Ambulatory Care Clinics, 161 Dental Clinics, 17 Region and/or Service Headquarters, and one Patient Safety Center (PSC). Warranty information: Software maintenance during the first 12 months included with license purchase. Maintenance services: After 12 months from license purchase base period of 12 months for software maintenance is required plus four (4) 12-month option periods. Contract Line Item Structure: The planned Contract Line Item Number (CLIN) structure of the task order follows: CLINDescription 0001COTS Software - Base Period - Perpetual Enterprise License for Patient Safety Reporting (PSR) COTS Software IAW Section 2.1.2 of the PBSOW 0002Support Services - Base Period - To Provide Installation and Other Services as Outlined in Section 3.1 and 3.2 the PBSOW 0003Software Maintenance - Base Period - Maintenance for PSR COTS Software 0004Base Period Other Direct Costs 1001 (Option)COTS Software - Option Period One - Perpetual Enterprise License for Patient Safety Reporting (PSR) COTS Software IAW Section 2.1.2 of the PBSOW. Option May be Exercised 31 Jul 2009 through 30 Jul 2010. 1002 (Option)Support Services - Option Period One - To Provide Installation and Other Services as Outlined in Section 3.1 and 3.2 the PBSOW for all Software procurred in CLIN 0001 and CLIN 1001. 1003 (Option)Software Maintenance - Option Period One - Maintenance for PSR COTS Software for all Software procurred in CLIN 0001 and CLIN 1001. 1004 (Option)ODCs Option Period One 2001 (Option)Software Maintenance - Option Period Two - Maintenance for PSR COTS Software for all Software procurred in CLIN 0001 and CLIN 1001. 3001 (Option)Software Maintenance - Option Period Three - Maintenance for PSR COTS Software for all Software procurred in CLIN 0001 and CLIN 1001 4001 (Option)Software Maintenance - Option Period Four - Maintenance for PSR COTS Software for all Software procurred in CLIN 0001 and CLIN 1001 When quoting, please refer to Solicitation W81XWH-08-R-0021. Send responses to Charles Bartlett at charles.bartlett@amedd.army.mil. Delivery shall be FOB Destination. Delivery is required within 30 working days after receipt of order. Delivery address will be included in the completed purchase order. Award shall be made to the offeror whose quote offers the lowest priced, technically acceptable offer to the Government. The following FAR provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Item (JAN 2005). FAR 52.212-2 Evaluation Commercial Items (JAN 1999). FAR 52.212-3 (JAN 2005), Offerors Representatives and Certification--Commercial Items. FAR 52.212-4 Contract Terms and Conditions Commercial Items (JAN 2004). FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or executive Orders Commercial Items (JAN 2005)(a)(b). FAR 52-216-7 Allowable Cost and Payment (DEC 2002). FAR 217-7 Option to Extend Services (NOV 1999). FAR 52-217-9 Option to Extend the Term of the Contract (MAR 2000). FAR 52-252-2 Clauses Incorporated by Reference (FEB 1998). Additional clauses incorporated in this acquisition by reference include: FAR 52.202-1 Definitions FAR 52.203-3 Gratuities FAR 52.203-5 Covenant Against Contingent Fees FAR 52.203-6 Restrictions On Subcontractor Sales To The Government FAR 52-203-7 Anti-Kickback Procedures FAR 52.204-3 Taxpayer Identification FAR 52.204-7 Central Contractor Registration FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.225-1 Buy American Act--Supplies FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-25 Prompt Payment FAR 52.233-1 Disputes FAR 52.233-3 Protest After Award FAR 52.247-34 F.O.B. Destination FAR 52.249-1 Termination For Convenience Of The Government (Fixed Price) (Short Form) FAR 252.201-7000 Contracting Officer's Representative Referenced FAR, DFARS, AFARS, and USAMRAA clauses and provisions can be found at www.usamraa.army.mil under the References link. Your submission should include two separate proposals. Both proposals shall reflect the requirements as stated in the Performance Work Statement and attachments identified below. Cost/Price Proposal: Your proposed COST/PRICING as a Firm-Fixed Price order. You are to calculate and state your proposed price in accordance with the Request for Quote. Technical Proposal: Your technical proposal should clearly reflect how you propose to comply with the PSR COTS product requirements and the performance required identified in the Performance Work Statement regardless of the Governments estimated effort. Your technical approach including any supporting documentation is to be clear and concise. If you intend to use any labor categories that you feel are consistent in duties with the PWS level of effort labor categories but are titled differently, in accordance with your cost accounting procedures, the Government requests that you cross map those labor categories to the Governments PWS, to ensure your proposal receives a proper evaluation. The technical proposal is limited to 25 single-sides pages (not including past performance), Pages exceeding the specified limit will be removed and not forwarded for evaluation. Proposals are due not later than 12:00PM Eastern Time, 30 June 2008. Proposals shall be electronically submitted to Mr. Charles Bartlett at charles.bartlett@amedd.army.mil. The Technical Proposal shall be submitted using MS Word or searchable PDF. The Price Proposal shall be submitted using MS Excel 2000 or higher. All questions shall be addressed to Mr. Charles Bartlett at charles.bartlett@amedd.army.mil not later than 12:00PM Eastern Time, 10 June 2008. It is requested that only one set of questions be submitted by each offeror, numerous sets of questions from an offeror will not be accepted. The POC for proposals and questions is Mr. Charles Jeff Bartlett, U.S. Army Medical Research Acquisition Activity, Fort Detrick MD, E-mail: charles.bartlett@amedd.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8220f2b0a1e777d867b4b071fca0f737&tab=core&_cview=1)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
 
Record
SN01582837-W 20080531/080529221539-8220f2b0a1e777d867b4b071fca0f737 (fbodaily.com)
 
Source
FedBizOpps 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.