DOCUMENT
70 -- Data Innovations FY11 Support and Maintenance - Attachment
- Notice Date
- 12/29/2010
- Notice Type
- Attachment
- NAICS
- 541512
— Computer Systems Design Services
- 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
- VA26311RQ0095
- Response Due
- 12/30/2010
- Archive Date
- 1/9/2011
- Point of Contact
- Michael Reed
- E-Mail Address
-
ct
- Small Business Set-Aside
- Total 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. A sole source justification and approval applies to this acquisition in accordance with FAR Subpart 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This announcement constitutes the only solicitation and additional solicitation will not be issued. Under Statutory Authority 41 U.S.C. 253(c) (1) the Department of Veterans Affairs Veterans Integrated Service Network 23 (VISN 23) anticipates entering into a sole source procurement with Data Innovations, Inc. (DII) for annual maintenance and support renewal of Instrument Manager software. The Government believes that DII is the only source that will satisfy the agency requirements. Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service/supply have one (1) calendar days from the publication of this notice to submit in writing their qualifications and capabilities information including technical data and pricing to this office for consideration. Such qualifications, capabilities and pricing will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. (ii) The solicitation number is VA-263-11-RQ-0095 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). Provisions and clauses 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 541512 Computer System Design (size standard $25 million) applies to this solicitation. (v) This requirement consists of five (5) line items: Line Item 0001: Annual software support and maintenance agreement for DII Instrument Manager Core Software v8.05, quantity six (6) Line Item 0002: Annual software support and maintenance agreement for DII Instrument Manager Base Software quantity six (6) Line Item 0003: Annual software support and maintenance agreement for DII Instrument Manager Interface Connection quantity one hundred and sixty-one (161) Line Item 0004: Annual software support and maintenance agreement for DII Specimen Management Software quantity four (4) Line Item 0005: Annual software support and maintenance agreement for DII Connection for Hot Backup System Software quantity one (1) (vi) The Department of Veteran Affairs requires the annual software maintenance to provide ongoing technical and end-user support as well as upgrades to previously acquired software implemented as the interface between Vista and laboratory equipment. (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, in particular 13.501 (a) Sole source (including brand name) acquisitions. 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) The provision at FAR 52.212-2 Evaluation - Commercial Items, applies to this solicitation. The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is deemed to represent the best value to the Government, technical factors combined with past performance are more important than price. (x) The clause at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and is incorporated by reference. (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, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 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, 52.222-36 Affirmative Action for Workers with Disabilities, 52.223-18 Contractor Policy to Ban Text Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-34 Payment by Electronic Funds Transfer, 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 clauses and provisions from the Veterans Administration Acquisition Regulation apply and are hereby incorporated by reference: 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, 852.237-70 Contractor Responsibilities, 852.273-75 Security Requirements for Unclassified Information (specific clauses detailed below), 852.273-76 Electronic Invoice Submission. All terms and conditions of the Business Associate Agreement (BAA) in place between the Department of Veterans Affairs and Data Innovations, Inc. are incorporated by reference and apply to this solicitation, any subsequent award and the contractor to which award is made. Full text of Data Innovations, Inc. BAA is available at: http://vaww4.va.gov/hia/baa/signedbaa/datainnovbaa-o.pdf. Specific Department of Veterans Affairs Information Security policies as detailed in VA Handbook 6500.6 apply to this acquisition and are incorporated by reference: Appendix C (partial - paragraphs 1, 2.a, 2.b, 2.c, 2.d, 3.a, 3.d, 3.e, 3.f, 3.g, 3.h. 3.j, 4.a, 4.e, 4.j, 4.k, 4.l, 6, 7.b, 7.c, 7.d (with specific dollar value per affected individual set at $37.00 per person adversely affected) and 9. Full text from VA Security Handbook 6500.6 is available a t: http://www.iprm.oit.va.gov/docs/VA_Handbook_6500_6_Contract_Security_030210_Final.pdf (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this solicitation. (xv) Offers are due Thursday, December 30, 2010 at 12:00 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 - Data Innovations Renewal, 708 South Third Street Suite 200E, Minneapolis, MN 55415 (xvi) Point of contact for this solicitation is Michael Reed, michael.reed1@va.gov. All inquiries must be in writing.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26311RQ0095/listing.html)
- Document(s)
- Attachment
- File Name: VA-263-11-RQ-0095 VA-263-11-RQ-0095_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=168488&FileName=VA-263-11-RQ-0095-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=168488&FileName=VA-263-11-RQ-0095-000.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-0095 VA-263-11-RQ-0095_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=168488&FileName=VA-263-11-RQ-0095-000.docx)
- Place of Performance
- Address: Minneapolis Veterans Health Care System;One Veterans Drive;Minneapolis Minnesota
- Zip Code: 55417
- Zip Code: 55417
- Record
- SN02352224-W 20101231/101229233955-4646bab73376c12380f5967a88e32974 (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 |