DOCUMENT
70 -- Hi2 Think Tank License - Attachment
- Notice Date
- 5/2/2014
- Notice Type
- Attachment
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- VA70114Q0187
- Archive Date
- 7/1/2014
- Point of Contact
- Franklin J DiFranco
- E-Mail Address
-
7-8300
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION 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; quotes are being requested and a written solicitation will not be issued. Solicitation Number VA701-14-Q-0187 is being issued as Request for Quote (RFQ) and the intent is to award a firm fixed price contract for supplies. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. This requirement is available as full and open competition for commercial items under the North Atlantic Industrial Classification System (NAICS) 511210; the business standard size is $3.5 millions of dollars. REQUIREMENTS: The Department of Veterans Affairs, Program Contracting Activity Central, 6150 Oak Tree Blvd, Suite 300, Independence, Ohio 44131 is seeking Quotes. Quotes with additional features will be considered, provided the minimum requirements of the Government have been met. Each line item must have a description and pricing information. PRICING: Offeror shall provide pricing for as described in requirements below. The total price offered shall include all charges (e.g., to include but not limited to installation, maintenance, and training). LINE ITEMS: Item NumberDescription of Supplies/ServicesQuantityUnitUnit PriceAmount 1Subscription for 100 named users for a hosted collaborative software tool. BASE YEAR1LT 2Subscription for 100 named users for a hosted collaborative software tool. OPTION YEAR 1 LT 3 1,000 Session Pass Bundles Base year1LT 41,000 Session Pass Bundles Option year1LT 5Virtual Training Level 14EA Grand Total STATEMENT OF WORK: Background: Office of Informatics and Analytics Health Informatics is the programmatic home for a number of programs and projects that promote and host collaborative efforts amongst groups working on health information technologies (HIT), including clinical stakeholders and IT developers from within and outside of VA, and which includes VA Transformational Initiative 16: Transforming Health Care Delivery through Health Informatics (also referred to as the Health Informatics Initiative or hi2). The Health Informatics Initiative was established in part for the purpose of building a sustainable collaborative approach, capacity, and tools to deliver informatics solutions to transform health care delivery to Veterans. Doing so requires cultural, informational, and technological paradigm shifts to implement a sophisticated electronic health management platform supporting cognition, communication, and workflow of patients and clinicians while assuring compatibility with other non-VA systems and partners. Conducting the work of the initiative requires a collaborative tool providing managed input collection, consensus development, and decision making. Workgroups, such as the one constructing a plan for Knowledge Management, are carrying out cognitively difficult work with time constraints (i.e., number of available hours) and limited opportunities for direct interaction of team members. Thus, it is essential to maximize the productivity of such opportunities and the time put in by the team. OIA currently uses ThinkTank 4 for this purpose: this solicitation is for the purpose of continuing the subscription for a hosted group decision support system, equal to or better than the existing service. Scope: The Contractor shall provide access to hosted online group decision support service (ThinkTank 4 or equal or better). A.REQUIREMENTS: 1.Required general attributes "Availability as a hosted "Software as a Service" capability. "License renewable on an annual basis; license level capable of being adjusted upwards given availability of appropriate funding. Availability through GSA schedule highly desirable to minimize acquisition complexity. "Software / functionality must be securely accessible through SSL-encrypted (Secure Sockets Layer) connections from any computer with Internet access and a currently supported web browser (released since 2010). A "thick client" product is not acceptable. "Functionality required must be provided by the application itself, without requirements for external applications or third-party tools. "Support for both synchronous (participants active at the same time) and asynchronous (participants active independently over an extended time frame) sessions. "Session context and content updates must be immediately reflected across user workstations. Updates between users must require no action by the user, e.g. no manual screen refresh required. "Product / service must support multiple simultaneous participants (minimum 50 simultaneous participants). "Product / service must support multiple simultaneous leaders (minimum 2 simultaneous leaders / co-leaders) per session. 2.Required decision support functionality: "Real-time, on-the-fly, creation/modification of session agenda "Real-time brainstorming, idea organization, and topic commenting "Voting and analysis tools supporting: "Multiple criteria types (low/medium/high, yes/no, numeric, sliding scale, agreement, point scale) "Weighting (Min and Max) "Average, Mean, Totals "Standard deviation "Instant display of results with numerical data for statistics. "On-the-fly analysis of results "Document sharing and collaboration. 3.Required session administration and access control functionality: "Asynchronous and synchronous session control. Leaders should at any time be able to enable/disable access to the session for participants. "In-tool generation and transmission of invitations to participants via e-mail. "Session controls permitting the session leader to move participants instantly in and out of follow the leader mode, parking lot mode, and participant self-navigation mode "Automated export of session report / products to Word and Excel. "Granular permission controls that enable the session leader to have complete control over the participant experience in the session. This includes: Session level permissions (view only, add/edit/delete own, add/edit/delete others, modify the session) "Activity level permissions (view only, add/edit/delete own, add/edit/delete others, modify the session) "Capability to create and manage session templates. B.DELIVERABLES: Equal to or Better than the following: 1.ThinkTank 4 TeamWork Edition- Hosted Subscription- 100 Named Users 2.1000 Session Pass Bundle 3.ThinkTank Collaboration/Facilitation Training Level 1 - Virtual, quantity of 4 4.Optional: Additional 1000 Session Pass Bundle C.Type of Contract: Firm Fixed Price. D.Performance Period: 1 year from date of award, with. 1 Option year to be executed at the Governments discretion. E.Type of Order: Firm Fixed Price F.Place of Delivery: Contractor's Site PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 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, pricing being determined fair and reasonable and the technical approach satisfies the requirement. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. The provision at VARR 852-211-77, Brand Name or Equal applies. The items called for by this RFQ 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. Quotes offering "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 requirements listed in the RFQ. WARRENTY AND SERVICE: Indicate terms. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, P.O. Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: 52.204-7 (CCR registration) the successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract, you may register easily and quickly on-line at http://www.ccr.gov, 52.232-34 (Payment by Electronic Funds), VAAR 852.237-70 (Contractor Responsibility) and 852.2370-4 (Commercial Advertising). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.203-6, 52.219-4, 52.219-8, 52.219-23 alt1, 52.222-21, 52.222-26, 52.222-35, 52.22236, 52.222-37, 52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. All questions must be submitted to Frank DiFranco, Contract Specialist by e-mail only: franklin.difranco@va.gov. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due no later than NOON EST, Thursday May 8, 2014 Technical questions and Quotes must be sent by email to franklin.difranco@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70114Q0187/listing.html)
- Document(s)
- Attachment
- File Name: VA701-14-Q-0187 VA701-14-Q-0187.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1343205&FileName=VA701-14-Q-0187-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1343205&FileName=VA701-14-Q-0187-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA701-14-Q-0187 VA701-14-Q-0187.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1343205&FileName=VA701-14-Q-0187-000.docx)
- Record
- SN03356162-W 20140504/140502234847-cd6e141a8782778b96ab239a8f684afe (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 |