DOCUMENT
76 -- Brand name or Equal Micromedex Package Systems One Year Subscription - Attachment
- Notice Date
- 12/10/2010
- Notice Type
- Attachment
- NAICS
- 511120
— Periodical Publishers
- Contracting Office
- Department of Veterans Affairs;VA Midwest Health Care System;Attention: Michael Reed;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
- ZIP Code
- 55415
- Solicitation Number
- VA26311RQ0087
- Response Due
- 12/17/2010
- Archive Date
- 12/27/2010
- Point of Contact
- Michael Reed
- E-Mail Address
-
ct
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- (i)This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This is a brand name or equal solicitation. The salient characteristics of all of the brand name or equal items solicited are available publicly at: www.micromedex.com and must be specifically met by any items quoted. This announcement constitutes the only solicitation; proposals are being requested and an additional written solicitation will not be issued. (ii) The solicitation number is VA-263-11-RQ-0087 and is issued as a request for quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-45 (October 1, 2010). In accordance with FAR 52.252-2 clauses and provisions incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at: FAR: https://www.acquisition.gov/far/ VAAR: http://www1.va.gov/oamm/oa/ars/policyreg/vaar/ (iv) North American Industry Classification System (NAICS) code 511120 Periodical Publishers (size standard 500 employees) applies to this solicitation. (v) This requirement consists of three brand name or equal (3) line items: Line Item 0001: One year subscription to brand name or equal Micromedex Drug Essentials Package including specifically each of the following brand name or equal system components: AltMedDex, RPS Herbal Medicine, DRUGDEX System, DRUG-REAX System, Martindale Complete Drug Reference and PDR. Line Item 0002: One year subscription to brand name or equal Micromedex Healthcare Series Package including specifically each of the following brand name or equal system components: CareNotes System (Internet and Intranet), DISEASEDEX Emergency Medicine, IV INDEX System, Material Safety Data Sheets (MSDS), POSINDEX System, REPRORISK System, TOMES System, KINETIDEX System (Network CD) Line Item 0003 One year system installation, implementation, training, maintenance, support for end-users and technical staff and any other charges or fees required to completely implement both entire systems of brand name or equal items quoted in Line Items 0001 and 0002 above. (vi) The Department of Veteran Affairs requires these subscriptions and associated support to provide ongoing access to accurate, relevant and time-sensitive medical and research data that are critical to patient care. (vii) Delivery and acceptance of deliverables shall be FOB destination upon receipt of order to Minneapolis Veterans Health Care System, One Veterans Drive, Minneapolis, MN 55417. (viii) The provision at FAR 52.212-1 Instructions to Offerors -Commercial Items, applies to this solicitation and is incorporated by reference. The addendum to FAR 52.212-1 Instructions to Offerors --Commercial Items - Sub-Part 13.5 Test Program also applies to this solicitation. This procurement is being conducted under the Subpart 13.5 test program where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12, 13 or 15 of the FAR or some combination thereof. (ix) Contractors shall carefully consider all clauses and provisions listed in this solicitation. Particular care shall be given to meeting the specific requirements of FAR 52.211-6 and VAAR 852.211.73. In particular, as detailed in 852.211.73, the purchasing activity is not responsible for locating or securing any information that is not identified in the quote and reasonably available to the purchasing activity. Accordingly, to insure that sufficient information is available, the contractor must furnish as a part of his/her quote all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to: (i) Determine whether the product offered meets the salient characteristics requirement of this Request for Quotes, and (ii) Establish exactly what the contractor proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. The solicitation allows the submission of brand name or equal items in order to ensure continuity and quality of patient care supported by the brand name items listed as requirements herein. All of the required items are currently utilized by the Government and are commercially available. The salient characteristics of the required items are available publicly online at: www.micromedex.com. Contractors submitting items that are considered equal to the brand name items listed are responsible for providing specific, detailed information within the materials submitted with their quotations. The Government intends to award based on a best value determination in which technical and past performance factors are more important than price. The provision at FAR 52.212-2 Evaluation - Commercial Items, applies to this solicitation. Award will be made based on technical, past performance and price factors (listed in descending order of importance as follows: Technical, including but not limited to user interface, medical and other content currency, accuracy and relevance, end- user training, systems hardware and management requirements. Past performance, including current customer references. Price (including option years if any are quoted, which contractor may quote although not specifically requested within this RFQ) Technical and past performance, when combined, are more important than price. This is a best value solicitation. The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, technical factors combined with past performance is equal to price. (x) The clause at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and is incorporated by reference. A copy of the provision may be obtained from http://www.arnet.gov.far. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference. (xii) The following FAR clauses identified at paragraph (b) of FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, are considered checked and are applicable to this acquisition: 52.222-50 Combating Trafficking in Persons, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.203-6, Restrictions on Subcontractor Sales to the Government Alternate 1, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.211.-6 Brand Name or Equal, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Veterans, 52.222-54 Employment Eligibility Verification, 52.223-18 Contractor Policy to Ban Text Messaging While Driving,. 52.225-13 Restrictions on Certain Foreign Purchases, 52.227-19 Commercial Computer Software License, 52.232-29 Terms for Financing of Purchase of Commercial Items, 52.232-34 Payment by Electronic Funds Transfer, 52.233-2 Service of Protest (with POC shown in XV below), 52.233-3 Protest After Award, 52.222-41 Service Contract Act of 1965, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-44 Fair Labor Standards Act and Service Contract Act--Price Adjustment (xiii) The following VAAR clauses and provisions are incorporated by reference and apply to this solicitation, any subsequent award and the contractor to which award is made: 852.203-70 Commercial Advertising,, 852-215-70 Service Disabled Veteran Owned and Veteran Owned Small Business Evaluation Factors, 852.215-71 Evaluation Factor Commitments, 852.233.70 Protest Content/Alternative Dispute Resolution, 852.237.71 Alternate Protest Procedure, 852.237-70 Contractor Responsibilities, 852.273.74 Award Without Exchanges, 852.273.76 Electronic Invoice Submission. VAAR 852.211.73 Brand Name or Equal applies to this solicitation. (Note: as used in this clause, the term 'brand name' includes identification of products by make and model.) (a) If items called for by this request for quotation have been identified in the schedule by a 'brand name or equal' description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotations of 'equal' products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the quote and are determined by the Government to meet fully the salient characteristics of the items listed in the request for quotes. (b) Unless the contractor clearly indicates in the quote that the contractor is offering an 'equal' product, the quote shall be considered as offering a brand name product referenced in the request for quotes. (c)(1) If the contractor proposes to furnish an 'equal' product, the brand name, such product shall be clearly identified in the quote. The evaluation of quotes and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the contractor or identified in his/her quote as well as other information reasonably available to the purchasing activity. CAUTION TO CONTRACTORS. The purchasing activity is not responsible for locating or securing any information that is not identified in the quote and reasonably available to the purchasing activity. Accordingly, to ensure that sufficient information is available, the contractor must furnish as a part of his/her quote all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to: (i) Determine whether the product offered meets the salient characteristics requirement of the request for quotes, and (ii) Establish exactly what the contractor proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. (2) If the contractor proposes to modify a product so as to make it conform to the requirements of the Request for Quotes, he/she shall (i) Include in his/her quote a clear description of such proposed modifications, and (ii) Clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after the due date for receipt of quotations to make a product conform to a brand name product referenced in the request for quotations will not be considered. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this solicitation. (xv) Offers are due Friday, December 17, 2010 at 12:00 noon Central Time and shall be submitted via electronic mail to: Michael Reed, Contracting Specialist, michael.reed1@va.gov or via postal mail to: Department of Veterans Affairs Contracting Office (90D), ATTN: Michael Reed - Micromedex Renewal, 708 South Third Street Suite 200E, Minneapolis, MN 55415 (xvi) Point of contact for this solicitation is Michael Reed, (612) 344-2152, michael.reed1@va.gov. All inquiries must be in writing.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26311RQ0087/listing.html)
- Document(s)
- Attachment
- File Name: VA-263-11-RQ-0087 VA-263-11-RQ-0087_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166071&FileName=VA-263-11-RQ-0087-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166071&FileName=VA-263-11-RQ-0087-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-263-11-RQ-0087 VA-263-11-RQ-0087_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166071&FileName=VA-263-11-RQ-0087-001.docx)
- Place of Performance
- Address: Department of Veterans Affairs VISN 23;5445 Minnehaha Avenue South;Minneapolis, MN
- Zip Code: 55417
- Zip Code: 55417
- Record
- SN02342566-W 20101212/101210234215-01f55cd4ee656b28e8176b1eb88c96da (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 |