Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2015 FBO #5010
DOCUMENT

U -- ANNUAL PHARMACIST'S LETTER Subscription - Attachment

Notice Date
8/10/2015
 
Notice Type
Attachment
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (248);Room 315, Bldg. 2;10,000 Bay Pines Blvd;Bay Pines FL 33744
 
ZIP Code
33744
 
Solicitation Number
VA24815Q1795
 
Response Due
8/12/2015
 
Archive Date
9/11/2015
 
Point of Contact
Cynetra Moore
 
E-Mail Address
cynetra.moore@va.gov
(cynetra.moore@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
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; proposals are being requested and a written solicitation will not be issued. Solicitation number is VA248-15-Q-1795 and is issued as a Request for Quote (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-76, effective 25 August 2014. This solicitation starts 08/05/2015 and will end 08/12/2015 at 2:00 pm EST and is set aside for 100% small business Network Contracting Activity 8 - Service Area Office -East intends to award a Firm Fixed Price contract for Therapeutic Research Subscription. This procurement is being conducted under the Subpart 13.5 simplified acquisition procedures apply. The intent is to award a base plus 4 option year Firm-Fixed Price base contract. Period Of performance is October 1, 2015 thru September 30, 2016 for the base and options continuing thru September 30, 2020. The North American Industrial Classification System (NAICS) code for this procurement is 611710 with a small business size standard of $15.0 million. This procurement is a total small business set-aside and all eligible offerors may submit quotes. All offerors must be registered in the System for Award Management (SAM) at https://www.sam.gov and www.vetbiz.gov to be considered for an award of a federal contract. The record shall be complete and not missing elements such as representations and certifications. Contractors interested in providing these services should submit their proposals via email to Cynetra.Moore@va.gov. Proposals shall be received August 12, 2015 2:00 p.m. Eastern Time Zone and reference the solicitation number. Please direct all questions regarding this procurement to Cynetra Moore, Contracting Specialist by phone at 727-399-3341 or fax 727-399-3346. The following Contract Line Items (CLINS) are applicable to this requirement. For detailed service description review the attached SOW. Primary FOB locations are C.W. Bill Young VAMC, Bay Pines, FL. SCHEDULE OF SERVICES The contractor shall be responsible for all materials necessary to provide Therapeutic Research Subscription Services in accordance with the terms and conditions herein. Contractors shall quote prices for all of the following Contract Line Item Numbers: Contract Line Item (CLIN)DescriptionEstimated QtyUnitUnit PriceTotal Price 1000Online subscription service Base October 1, 2015 thru September 30, 20161YR$_________$_________ 1001Online subscription service Base October 1, 2016 thru September 30, 20171YR $_________$________ 1002Online subscription service Base October 1, 2017 thru September 30, 20181YR$_________$________ 1003Online subscription service Base October 1, 2018 thru September 30, 20191YR $_________$________ 1004Online subscription service Base October 1, 2019 thru September 30, 20201YR$_________$________ TOTAL BASE YEAR $__________________ Statement of Work for Pharmacist's Letter GENERAL: The contractor shall provide an integrated online database of medical information, guidance, education and related resources consisting of accredited Continuing Medical Education (CME) provider to meet clinician's needs for continuous learning and to provide point -of-care information to support direct patient care. SCOPE: The Bay Pines Veterans Affairs Healthcare Systems (VAHCS) requires an online medical education materials, patient health education and guidance manuals, drug information and guidelines, medical images and news articles and an accredited Continuing Medical Education (CME) provider to meet the needs of the Bay Pines VAHCS clinician's Continuing Learning Program and to provide point-of-care information to support direct patient care. BASIC REQUIREMENTS: The contractor shall provide a resource database consisting of the following: a. Collection of current medical guides, medical study aids, drug information. Database is updated on an ongoing basis. b. Access is to be through IP address validation on an enterprise license for Bay Pines VAHCS staff eliminating the need for users to enter identification, user name and/or password. Number of simultaneous users is not restricted. c. Clinician Continuing Medical Education (CME) units are based available based on content of online resources and provided by accredited resources. d. Compliance with Athens Remote Authentication Requirements. e. Provide online statistics and/or administrative access to library staff. f. Provide training and marketing resources as needed. g. The contractor shall provide services for the period of: 10/01/2015 - 9/30/2016 with unlimited institutional access for the Bay Pines VAHCS with 4 additional years, totaling 5 years for the entire contract. The contractor shall ensure the database links are operational and servers are available 24/7 with no more than two (2) instances of server unavailability a month. CME materials shall be current and accredited for certifications and licensing. The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) provisions and clauses are applicable to this acquisition and are available for view at: http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm FAR Provisions: 52.202-1Definitions (Nov 2013) 52.204-5 Women-Owned Business (Other Than Small Business) (Oct 2014) 52.204-7System for Award Management (JUL 2013) 52.204-8Annual Representations and Certifications (Nov 2014) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) 52.209-7Information Regarding Responsibility Matters (JUL 2013) 52.212-1 Instructions to Offerors- Commercial Items (JUL 2013) QUOTATION SUBMISSION Offerors shall submit proposals electronically by the date and time in accordance with the Request for Proposal instructions. The Offerors proposal shall consist of three (3) volumes: Volume I -Technical; Volume II - Past Performance; and Volume III - Price. Offerors responses shall be submitted in accordance with the following instructions: a)Format. The proposal submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Proposal page limitations are applicable to this procurement. The Table below indicates the maximum page count (when applicable) for each volume of the Offeror's proposal. Page size shall be no greater than 8 1/2" x 11" with printing on one side, only. The top, bottom, left and right margins shall be a minimum of one inch (1") each. Font size shall be no smaller than 12-point using Arial, Calibri, or Times New Roman fonts. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY, and are not bound by the 12-point font requirement. Footnotes to text shall not be used. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror's page limitations unless otherwise indicated in the specific Volume instructions below. Pages in violation of these instructions, either by exceeding the margin, font or spacing restrictions or by exceeding the total page limit for a particular volume, will not be evaluated. Pages not evaluated due to violation of the margin, font or spacing restrictions will not count against the page limitations. The page count will be determined by counting the pages in the order they come up in the print layout view. b)File Packaging. Files may be compressed (zipped) into one file entitled "proposal.zip" using a file compression program (i.e. WinZip) or proposal files may be submitted individually. c)Content Requirements. All information shall be confined to the appropriate Volume. The Offeror shall confine submissions to essential matters, sufficient to define the proposal and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each proposal. Cover Page, Table of Contents and/or a glossary of abbreviations or acronyms will not be included in the page count of the Technical Volume. However, all information contained within the Table of Contents and/or glossary of abbreviations or acronyms submitted with an Offeror's proposal will not be evaluated by the Government. 52.212-2 Evaluation-Commercial Items (JAN 1999) The Government will award a firm fixed priced IDIQ contract to the responsible offeror who is the lowest priced technically acceptable. In order to be rated Technically Acceptable all technical factors shall be rated as pass. Offeror shall demonstrate their ability to meet these factors with their offer in accordance with Paragraphs I - III below, and offers shall meet the minimum qualifications below in order to be evaluated. Technical acceptability is rated as pass or fail based on the following: I. Technical a)Personnel - Offeror shall provide personnel qualifications documenting education and experience required in accordance with Section 13(I)(a) of the Statement of Work. b)Licenses - Offeror shall provide the appropriate licenses and certifications in accordance with Section 13(I)(b) of the Statement of Work (SOW). c)Vehicles - All vehicles shall be registered in the State of Florida at the time of award, and shall meet all specifications as required in accordance with Section 13(I)(c) of the Statement of Work (SOW). d)Management Approach - The offeror shall provide a management plan showing an understanding of the tasks to be covered and the schedule for the required services in accordance with Section 13(I)(d) of the Statement of Work. II. Past Performance - Section 13(II) of the Statement of Work (SOW) a)Offerors shall provide a minimum of three (3) identified references when submitting their quote. Emphasis will be on recent, relevant past performance. Recent is defined as work performed within the last three years. Relevant is defined as work similar in size and scope of the work described in the Statement of Work (SOW). Since the Government may not necessarily interview all of the sources provided by the offerors, offeror shall explain the relevance of the data provided for each reference. Offerors are reminded that the Government may elect to consider data obtained from other sources. b)Offerors are also required to show proof that they submitted a minimum of three (3) past performance surveys to identified references, to be provided to the Contracting Office by the solicitation closing date. This is based on recent and relevant work as described in the previous paragraph (5a). Evaluators may validate the information on past performance surveys, by contacting the points of contact directly, via email, or by phone. POC information should be documented and be available upon request. c)Offerors with no relevant past performance or whom information is not available, shall not be evaluated favorably or unfavorably on past performance. III. Price. The offeror shall complete the Price/Schedule above and submit a breakdown that shows the basis for pricing including: labor, equipment, operating supplies, profit, and overhead. Section 13(III). FAR Provisions: 52.212-3 Certifications and & Representations (NOV 2013) 52.216-1Type of Contract (APR 1984) The Government contemplates award of a Firm-Fixed Priced Requirements Type Indefinite Delivery Indefinite Quantity (IDIQ) contract resulting from this solicitation. 52.217-5Evaluation of Options (JUL 1990) 52.233-2Service of Protest (SEP 2006) VAAR Provisions: 852.233-70Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71Alternative Protest Procedure (JAN 1998) 852.252-70Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1Representatives of Contracting Officers (JAN 2008) 852.273-74Award Without Exchanges (JAN 2003) FAR Clauses: 52.203-5Covenant Against Contingent Fees (May 2014) 52.203-6Restrictions on Subcontractor Sales to the Government. (Sep 2006) 52.203-7Anti-Kickback Procedures (May 2014) 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights (Apr 2014) 52.204-4Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-9 Personal Identity Verification of Contractor Personnel 52.212-4 Contract Terms and Conditions- Commercial Items (SEP 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (SEP 2013) o52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) o52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) o52.222-3Convict Labor (JUN 2003) o52.222-19 Child Labor - Cooperation with Authorities and Remedies (MAR 2012) o52.222-21 Prohibition of Segregated Facilities (FEB 1999) o52.222-26 Equal Opportunity (MAR 2007) o52.222-35 Equal Opportunity for Veterans (SEP 2010) o52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) o52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) o52.232-33Payment by Electronic Funds Transfer- System for Award Management (JUL 2013) 52.216-18Ordering (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 1 April 2015 through 31 March 2016. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19Order Limitation (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $50, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess; (2) Any order for a combination of items in excess; or (3) A series of orders from the same ordering office within 2 hours that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of contract expiration. 52.217-9 Option to Extend Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within no later than 30 days before contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 1 year six months. 52.232-40Providing Accelerated Payment to Small Business Subcontractors (DEC 2013) 52.237-3Indemnification and Medical Liability Insurance (JAN 2008) 52.252-2 Clauses Incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70Commercial Advertising (JAN 2008) 852.203-71 Display of Department of Veterans Affairs hotline poster 852.216-70 Estimated quantities 852.228-71 Indemnification and Insurance (JAN 2008) 852.232-72Electronic Submission of Payment Requests (NOV 2012) 852.237-70Contractor Responsibilities (APR 1984)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24815Q1795/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-15-Q-1795 VA248-15-Q-1795_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2241842&FileName=VA248-15-Q-1795-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2241842&FileName=VA248-15-Q-1795-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03831564-W 20150812/150810235830-5b3f079c4c9f9c62b5db3fd7604d9fe3 (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.