Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2014 FBO #4676
DOCUMENT

R -- HIGLINTInnov 14-1 Web Formulary Subscription (VISN 9) - Attachment

Notice Date
9/11/2014
 
Notice Type
Attachment
 
NAICS
511120 — Periodical Publishers
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence, Ohio 44131
 
ZIP Code
44131
 
Solicitation Number
VA70114Q0250
 
Response Due
9/15/2014
 
Archive Date
11/14/2014
 
Point of Contact
Michaeljon Joris
 
E-Mail Address
7-8300
 
Small Business Set-Aside
N/A
 
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-0250 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 2005-76. This requirement is available as full and open competition for commercial items under the North Atlantic Industrial Classification System (NAICS) 511120; the business standard size is 500 employees. 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 1Web-based Formulary Subscription BASE YEAR1EA Grand Total STATEMENT OF WORK: Background: The Veterans Health Administration (VHA) maintains a National Formulary (NF) as specified in VHA Handbook 1108.08. The need for a centrally updated, nationally promulgated medication information & formulary service to aid local providers in carrying out this mandate is well established. The basic formulary will be maintained at the national level by Pharmacy Benefits Management (PBM) & be customizable by each of the subordinate levels of the VHA (region, VISN & local VAMC). Scope: A commercial off the shelf (COTS) Web-based, interactive Medication Information & Formulary Service for Veterans Health Administration (VHA), VA MidSouth Healthcare Network Veterans Integrated Services Network (VISN) 9. Contractor shall provide online web access and training to a commercial off the shelf (COTS) product that shall provide access to comprehensive databases through one interface and one search platform. This interface/search platform will be available in CPRS to the provider during medication order entry (e.g. right clicking for standard HL7 calls/restful web service) or stand-alone hyperlinks (e.g. in Tools section of CPRS or facility web page). The online formulary must meet the following specifications: REQUIREMENTS: a.Centrally Updated Formulary: i.Primary formulary is based on the VA National Formulary (NF) as routinely updated with formulary/non-formulary additions/deletions by the VA Pharmacy Benefits Management Services (PBM). ii.The primary formulary will include RSS type feeds from FDA, CDC, manufacturers, etc to facilitate recalls, alerts & shortages. iii.The formulary must be customizable at the VISN &/or local level for Prior Authorization (PA), Preferred (P), Restricted (R) & Therapeutic interchange (TI) categories. b.Searchable Parameters: i.Generic name ii.Trade name iii.Nickname iv.Therapeutic class v.VA class (optional) c.Cross referenced by drug class &/or subclass d.Differentiates by: i.Formulary or non-formulary ii.Prior Authorization (PA) iii.Preferred choice (P) iv.Restricted use (R) v.Therapeutic interchange (TI) e.Currently there are 153 VHA libraries providing remote access through Athens authentication service. Product should have technical capability to include Athens authentication for remote users. f.An unrestricted number of simultaneous users are to have immediate access from any web-enabled computer throughout VHA. It is required that all authorized remote users (with VPN, Athens, dial-up, wireless, etc. access) have access to the product through any VA networked computer and/or CPRS g.Provide fee basis providers (non-VA) restricted access. Access will be secured by a password provided by the vendor. h.Provide unlimited downloads of mobile apps on a restricted basis. Downloads will be secured by a password provided by the vendor. i.Provide usage data: i.Unique page views ii.Search & therapeutic exchange data iii.Mobile app usage j.Provides ability to attach or insert local policy, procedures & information. k.Provides 24 hours a day, 7 days a week vendor support and troubleshooting with a single point of contact for customer service issues. VA Questions are responded to within 2 business days A.DELIVERABLES: Equal to or Better than the following: 1.The vendor shall provision the functioning formulary, no later than 30 days from Notice to Proceed (NTP). 2.The vendor shall provide personnel training, no later than 45 days from NTP. Training will be accomplished in a virtual setting. 3.The vendor shall provide administrator function training, no later than 45 days from NTP. Training will be accomplished in a virtual setting. B.Type of Contract: Firm Fixed Price. C.Performance Period: 1 year from date of award. D.Type of Order: Firm Fixed Price E.Place of Delivery: Contractor's Site PROVISIONS AND CLAUSES: As referenced in FAC 2005-76 (effective 25 August 2014). 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 (SAM registration) the successful offeror must be registered with the System for Award Management (Jul 2013) to be awarded a contract, you may register easily and quickly on-line at at https://www.acquisition.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 https://acquisition.gov/far/. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oal/library/vaar/vaarpdf.asp Quotes and accompanying information are due no later than 10:00 AM EST, Monday, September 15th, 2014 Technical questions and Quotes must be sent by email to michaeljon.joris@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70114Q0250/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-14-Q-0250 VA701-14-Q-0250_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1626869&FileName=VA701-14-Q-0250-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1626869&FileName=VA701-14-Q-0250-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03507484-W 20140913/140912000445-d49b70e0a9deba6a875cf0ac6ea0e3f1 (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.