Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2010 FBO #2981
SOLICITATION NOTICE

70 -- RxNT Software License

Notice Date
1/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1701 N Ft Myer DR, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
6025050035_01
 
Response Due
1/22/2010
 
Archive Date
7/21/2010
 
Point of Contact
Name: Renee Hill, Title: Contract Specialist, Phone: 7038756747, Fax:
 
E-Mail Address
hillrm@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 6025050035_01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 334611 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-01-22 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be WASHINGTON, DC 20037 The Department of State requires the following items, Exact Match Only, to the following: LI 001, Software License for use of RxNT software for the period of Feb 1, 2010 through Jan 31, 2011. Software will provide license for e-prescribing software for the Department's health providers located overseas to sure electronic means to provide prescriptions to DoS Direct Hire employees and their family members. Software shall include the capability of patient eligibility and formulary messaging, medication history, drug utilization review and electronic transmission of prescriptions. Software will have the capability of being used through a secure website and in overseas locations., 1, LOT; LI 002, Provide an option year from February 1, 2011 through January 31, 2012. Funding will be provided when exercised at the discretion of the government., 1, LOT; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to hillrm@state.gov (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. offerors require additional clarification, notify FedBid at 877-9FEDBID (877-933-3243); email clientservices@fedbid.com or Renee Hill at hillrm@state.gov. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been substantially transformed in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered substantially transformed based solely on its integration into IT or other systems. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. Electronic prescribing software that integrates the services in the three areas of electronic prescribing: prescription benefit, prescription history, and information regarding new and refill prescription routing to include not only retail pharmacies, but also mail order pharmacies which are overwhelmingly used by Department of State prescribers and patients overseas. This software will integrate Deparment overseas providers with electronic access to the pharmacy benefit manager (PBM) designated by the health insurer utilized by the FS employee. Use of e-prescribing software will relieve the health care staff from mailing or faxing the prescription to the appropriate pharmacy benefit manager. In addition, overseas providers will be able to access the past three years of prescribing history for each patient. The verification of eligibility requirement is critical to ensure that FS employees and dependants are not denied coverage or are delayed from obtaining the medication if the prescription is sent to wrong pharmacy benefit manager. It should also be noted that e-prescribing has the proven benefits of reducing medication errors, improving clinical efficiency, and reducing overall healthcare costs. It is an integral component of the present initiative to overhaul and improve the US healthcare system. The statutory authority permitting other than full and pen competition is 6.302-1; only one responsible source and no other supplies or services will satisfy agency requirements. The Office of Medical Services has used RxNT for the past three years and has found the software extremely user friendly; it provides all functionality that we require. RxNT also provides critical application support on a 24x7 basis. RxNT offers functionality in all three areas as evaluated by SureScripts. Surescripts is the independant organization that evaluates e-prescribing software as to its functionality in meeting the three required areas of integration, its commitment to e-prescribing, and whether the company is committed to improving their product by developing new approaches to e-prescribing. The commitment to improving the electronic prescribing system is critical to the Office of Medical Services, as we are not sure at this point that our future Electronic Health Record System will have the capability of transmitting prescriptions outside of the EHR. RxNT presentlly enljoys the heighest evaluation ranking by Surescripts, that of "Platinum", and is only one of two systems to enjoy that ranking.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/6025050035_01/listing.html)
 
Place of Performance
Address: WASHINGTON, DC 20037
Zip Code: 20037
 
Record
SN02045523-W 20100122/100120235100-1b2de08e91ffc5f8ccd8d84ade2767bd (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.