Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2009 FBO #2863
SOLICITATION NOTICE

D -- HIPPA Compliant Secure Fax

Notice Date
9/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Mission & Installation Contracting Center ? Fort Sam Houston, Directorate of Contracting, 2107 17th Street, Bldg. 4197, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W45RBK9118N600
 
Response Due
9/28/2009
 
Archive Date
11/27/2009
 
Point of Contact
William C. Ford, 210-221-4155
 
E-Mail Address
Mission & Installation Contracting Center ? Fort Sam Houston
(william.c.ford@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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.Document number is W45RBK9118N600 and is issued as a Request for Proposal (RFP).The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 dated 11 August 2009. It is the contractors responsibility to be familiar with applicable clauses and provisions. This acquisition is a 100% set-aside for Small Business. The associated NAICS Code is 518210 and the size standard is $25,000,000.00. The Contract Line Item Numbers (CLINS): CLIN 0001 Faxed Pages, Quantity will be an estimated quantity for a period of 12 months. The contractor will be reimbursed for actual usage per month. (Base Year) 01 Oct 09 30 Sep 10 Qty: Unit Price______, Total Amount_______. CLIN 1001, Services Faxed Pages, Quantity will be an estimated quantity for a period of 12 months. The contractor will be reimbursed for actual usage per month. (Option Year 1) 01Oct 10 - 30 Sep 11. Qty: Unit Price______, Total Amount______. CLIN 2001, Services Faxed Pages, Quantity will be an estimated quantity for a period of 12 months. The contractor will be reimbursed for actual usage per month. (Option Year 2), 01 Oct 11 - 30 Sep12. Qty: Unit Price______, Total Amount______. CLIN 3001, Services Faxed Pages, Quantity will be an estimated quantity for a period of 12 months. The contractor will be reimbursed for actual usage per month. (Option Year 3), 01Oct 12 - 30 Sep 13. Qty: Unit Price______, Total Amount_______. CLIN 4001, Services Faxed Pages, Quantity will be an estimated quantity for a period of 12 months. The contractor will be reimbursed for actual usage per month. (Option Year 4), 01 Oct 13 30 Sep 14 Qty: Unit Price______, Total Amount______. Description of the Requirement: Desktop computer electronic facsimile (fax) capabilities that are Health Insurance Portability Accountability Act (HIPAA) compliant as required by public law. The system must be highly secure, able to function across the internet and military network with a level of security encryption that meets Government requirements, highly available, and yet simple to use and maintain and requires no Government support staff. The fax documents are to be handled at all levels as digital image representations of the original paper page equivalent, thus eliminating the need to create, process, transmit, and store paper documents. The average usage per year is 3,419,452 faxed pages 2,544,232 inbound pages and 875,220 outbound pages Place of Performance is HP&S Tricare Fort Sam Houston, Period of Performance is anticipated to commence on 1 October 2009 and end on 30 September 2010 with four (4) option years. The following provisions apply to this acquisition: FAR 52.212-1 (Jun 2008), Instructions to Offerors-Commercial Items; with the following addenda: All contractors must be registered in Central Contractor Registration (CCR) prior to receiving an award; see website www.ccr.gov for details on CCR. Contactors should also be registered in the Wide Area Workflow (WAWF) database prior to receiving an award; see the website https//wawf.eb.mil for details on WAWF. FAR 52.212-2 (Jan 1999) Evaluation-Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers, technical capability of the service offered to meet the Government requirement; (Lowest Price Technically Acceptable). FAR 52.212-3; Offeror Representations and Certifications-Commercial Items (Aug 2009), Proposals shall include: a completed copy of the provision at FAR 52.212-3 and DFARS 252.212-7000, Offeror Representation and Certifications-Commercial Items. Firms submitting a quote for this requirement shall complete only paragraph (k) of FAR 52.213-3, if the firm has completed the annual representations and certifications electronically at the Online Representations and Certifications Applications (ORCA) website at http://orca.bpn.gov. 52.212-4, Contract Terms and Conditions-Commercial Items is incorporated by reference. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is incorporated into this RFQ and the following FAR Clauses under paragraph (b) are applicable; 52.219-6 Notice of Total Small Business Set Aside (June 2003); 52.222-3 Convict Labor (June2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies.(Feb 2008); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 (Mar 2007) Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans(Sep 2006); 52.222-36 Affirmative Action for Workers with Disabilities (June 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006),; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees(Dec 2004); 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (Oct 2003) DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007) applies to this RFQ and the following clauses are applicable under sub-paragraphs (a) and (b) 52.203-3, Gratuities (Apr 84) 252.232-7003,Electronic Submission of Payment Request (Mar 2007) 252.243-7002 Request for Equitable Adjustment (Mar 1998) 52.217-8, Option to Extend Services, with addenda: insert (within 15 calendar days of contract completion); 52.217-9, Option to Extend the Term of the Contract, with addenda: paragraph (a) insert: 15 calendar days and 60 calendar days, paragraph (c) insert 5 years (exclusive of the time extension authorized in Far 52.217-8); Availability of Funds; 52.232-18 (Apr 1984), 252.239-7002, Access; (DEC 1991) 252.239-7004, Orders for Facilities and Services; (NOV 2005) 252.239-7005, Rates, Charges, and Services; (NOV 2005) 252.239-7006, Tariff Information; (JUL 1997) 252.239-7007, Cancellation or Termination of Orders; (NOV 2005) 252.239-7008, Reuse Arrangements. (DEC 1991) Proposals must be received by 28 September 2009 at 1615 (4:15 p.m.) Central Standard Time. reference the solicitation number when submitting your proposal. Proposals must be submitted electronically to william.c.ford@us.army.mil or faxed to 210-221-4452. For information regarding this combined synopsis/ solicitation contact William Ford at 210-221-4155or e mail to the above address and reference the solicitation number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK33/W45RBK9118N600/listing.html)
 
Place of Performance
Address: Mission & Installation Contracting Center ? Fort Sam Houston Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX
Zip Code: 78234-5015
 
Record
SN01969817-W 20090926/090925002003-4ca7901ad4b89361b79196251e9eb139 (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.