DOCUMENT
70 -- CONTINUATION OF PERSONAL WELLNESS PROFILE FOR VISN 23 EMPLOYEES - Attachment
- Notice Date
- 6/3/2011
- Notice Type
- Attachment
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Veterans Affairs;VA Midwest Health Care System;Attention: Jennifer A. Peterson;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
- ZIP Code
- 55415
- Solicitation Number
- VA26311RQ0428
- Response Due
- 6/16/2011
- Archive Date
- 6/30/2011
- Point of Contact
- Jennifer A. Peterson
- Small Business Set-Aside
- N/A
- Description
- VA-263-11-RQ-0428 / Product Code: 7030 (i) This is a COMBINED SYNOPSIS/SOLICITATION for contractor to provide the U.S. Department of Veterans Affairs Health Care System, Minneapolis, MN, with Wellsource web based health risk assessment and evaluation product for the VISN 23 Employee Health promotion and prevention (EHPDP) that are Brand Name or equal, and are compatible for use with VA owned Wellsource database pilot program. The product must provide for an online and offline data tracking and analyses system which evaluates both product impact and to determine, in a comparative way, the results or progress of those VISN 23 employees who use the tools. The tool must incorporate data from the approximately 8,000 employees currently enrolled in the Wellsource database seamlessly without service interruption. The system must be in compliance with the Health Insurance Portability and Accountability act (HIPAA). These items are commercial items, and this synopsis/solicitation is prepared in accordance with the format prescribed in Federal Acquisition Regulation (FAR) Subpart 12.603, Streamlined Procedures for Evaluation and Solicitation of Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation that will be issued. A separate Request for Quotations document WILL NOT be issued. Contractor is requested to submit proposal on company letterhead or company bid form, and all proposals submitted shall address all requirements listed below in this combined synopsis. (ii) The referenced solicitation number is VA-263-11-RQ-0428, and is entitled "Wellsource web based health risk assessment and evaluation product for the VISN 23 Employee Health promotion and prevention (EHPDP) that are Brand Name or equal, and are compatible for use with VA owned Wellsource database pilot program." The solicitation is issued as a request for quotation (RFQ) and the procurement will be conducted in accordance with a combination of FAR Parts 12 and 13. This combined synopsis/solicitation will result in a contract and/or a corresponding purchase order. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular (FAC) 29. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. (iv) Note: This procurement is 100% SET-ASIDE for Small Business. The North American Industry Classification System (NAICS) code is 511210, Software Publishers, and the small business size standard of $25 million dollars applies to this solicitation. (v) This requirement consists of the following Wellsource web based health risk assessment and evaluation product brand name or equal products: (1) Catalog No. OL-WPA-015 - Personal Wellness Profile Online License fee - Quantity: 1 Each (2) Catalog No. OL-WPA-100 - Site Deployment fee - Quantity: 1 Each (3) Catalog No. CU-SFT-100 - Customization of questionnaire - Quantity: 1 Each (4) Catalog No. OL-WPA-VEW - Additional vertical enterprise units - Quantity: 1 Each (5) Catalog No. CU-SFT-100 - Single sign-on for participant registration - Quantity: 1 Each (6) Catalog No. OL-WPA-015 U - Online health risk assessments for 10,000 participants - Quantity: 10,000 Each (7) Catalog No. OL-WLC-500 - Online Wellness Center library - Quantity: 1 Each (8) Specify Warranty. (vi) All items offered must be compatible for use with VA owned Wellsource database pilot program. Items required are new and the tool must incorporate data from the approximately 8,000 employees currently enrolled in the Wellsource database seamlessly without service interruption. The system must be in compliance with the Health Insurance Portability and Accountability act (HIPAA). (vii) Delivery shall be FOB Destination unless otherwise stated. If delivery is FOB origin, contractor shall provide FOB Shipping point and estimated cost. Delivery shall occur within 15 days of receipt of order. Delivery shall be made to VA Health Care System, Warehouse (90D), Building 70, One Veterans Drive, Minneapolis, MN 55417. (viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation, and addenda to 52.212-1 incorporates one or more provisions by reference with the same force and effect as if they were given in full text: FAR 52.211-6 Brand Name or Equal; FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer; VAAR 852.211-72 Technical Industry Standards; VAAR 852.273-74 Award without Exchanges; (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. 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, price and other factors considered. The following factors shall be used to evaluate offers: Technical capability of items offered to meet the VA's requirements; Past Performance, Price and price related factors. (x) The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with his proposal (a copy of the provision may be attained from http://www.acquisition.gov/far/index/html ; or (2) complete the Online Representations and Certifications Application (ORCA) at http://www.bpn.gov and reference it along with DUNS number in your response. (xi) The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition and per FAR 52.252-2 - the following clauses are incorporated by reference and shall apply with the same force and effect as if they were given in full text: VAAR 852.203-70 Commercial Advertising; VAAR 852.211-70 Service Data Manuals; VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business; VAAR 852.215-71 Evaluation Factor Commitments; VAAR 852.246-70 Guarantee; VAAR 852.246-71 Inspection; VAAR 852.273-76 Electronic Invoice Submission; (xii) The clause at 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition and the following FAR clauses identified at paragraph (b) of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration. Upon request, the Contracting Officer will make the FAR and VAAR clause(s) available, or full text can also be accessed on the internet addresses: http://www.acquisition.gov/far/index/html for FAR clauses, and http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm for VAAR clauses. (xiii) Note to offerors: In order to receive an award, the offeror must be registered in the U.S. Government's Central Contractor Registration website. CCR information may be found at http://www.ccr.gov (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) Contractors responding to this notice must show clear and convincing evidence that the products they are offering can meet these requirements. Interested parties that feel they have the ability to provide the required products must submit a proposal in writing with their qualifications and capabilities information, including technical data and pricing, to this office for consideration, include at least three references. Responses are due on Thursday, June 16, 2011, by 3:00 p.m. Central Daylight Time. (xvi) Submit faxed or e-mailed quotation to attention of Jennifer A. Peterson, Purchasing Agent (90C) 708 South Third Street, Suite 200E, Minneapolis, MN 55415, email: Jennifer.peterson3@va.gov, FAX: 612-333-3792 or 612-333-3667. Faxed and electronic mail is submitted at the contractor's own risk. Large pdf files may not be transmittable as VA Servers may not accept files over 2.5MB. Contractor could mail or hand deliver quotation. Contact Jennifer Peterson at 612-344-2154 for information regarding this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26311RQ0428/listing.html)
- Document(s)
- Attachment
- File Name: VA-263-11-RQ-0428 VA-263-11-RQ-0428_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=206608&FileName=VA-263-11-RQ-0428-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=206608&FileName=VA-263-11-RQ-0428-000.doc
- 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-0428 VA-263-11-RQ-0428_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=206608&FileName=VA-263-11-RQ-0428-000.doc)
- Place of Performance
- Address: Minneapolis VA HealthCare System;1 Veterans Drive;Minneapolis, MN 55417
- Zip Code: 55417
- Zip Code: 55417
- Record
- SN02464354-W 20110605/110604000402-ce75235074d425eb625f053a1bffe24a (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 |