Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2016 FBO #5249
SOLICITATION NOTICE

65 -- Claremore Indian Hospital Dictation Software - RFQ Spreadsheet

Notice Date
4/5/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
 
ZIP Code
73114
 
Solicitation Number
246-2016-Q-0019
 
Point of Contact
Gabrielle C. Gomez, Phone: 4059513975
 
E-Mail Address
gabrielle.gomez@ihs.gov
(gabrielle.gomez@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Spreadsheet for RFQ 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. This solicitation is issued as Request for Quotes (RFQ) #246-16-Q-0019. T his procurement is a 100% small business set-aside under NAICS code 423430 with a standard business size of 250 employees. Contractor shall provide a firm-fixed price quote. This is a "Brand Name Only" procurement. The successful offeror will be required to supply Nuance supplies, with an estimated start date of May 1 2016. The closing date for receipt of quotes is April 15 2016 at 4:30 pm. All Request for Quotes (RFQ) shall be submitted to the Oklahoma Area Indian Health Service, in the spreadsheet attached & shall be emailed to gabrielle.gomez@ihs.gov by no later than 4:30 p.m., on April 15 2016. Qualified vendors will review the following and submit applicable information. Statement of Work (SOW) Dragon Voice Recognition Discharge Instruction Dictation for Claremore Indian Hospital Patients 1. PURPOSE OF THE PROJECT The purpose of this contract is to provide standard of care discharge instructions to patients at the Claremore Indian Hospital. This is a voice recognition dictation system. 2. BACKGROUND INFORMATION The Claremore Indian Hospital Physicians do not have a dictation system in use for discharge instructions for patients at this time. The purchase of the system will enable the physicians to educate and instruct their patients upon their discharge. 3. DETAILED DESCRIPTION OF THE TECHNICAL REQUIREMENTS The contractor shall provide the software for the voice recognition dictation system that will include: a.Direct compatibility with Claremore Indian Hospital's RPMS based Electronic Health Record (E H R). b.Physician-specific customizable protocols as well as site specific. c.Instructions must be patient specific d.Instructions and patient education are based on current best clinical evidence and current clinical best practices. e.Interface into E H R must input data into any part of the E H R, not just progress notes. This interface must be already existing. f.Software must offer medical modules with terminology for different dialects for different foreign accents. g.All content provided is evidence based and patient specific, improving quality of care and reducing risks. h.Documents written in easy to understand lay terms for the patient. i.Documents are reviewed revised and updated on an ongoing basis. j.Must provide licenses and maintenance and services (M&S) for 30 Claremore Indian Hospital physicians. 4. LEVEL OF EFFORT These items will be shipped to Claremore Indian Hospital. 5. SPECIAL REQUIREMENTS none 6. DELIVERABLES The contractor shall provide items asked for in the order: Voice Recognition Dictation Discharge Instructions for Claremore Indian Hospital patients. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES The service unit will not provide the contractor with any property. CONTRACTOR FURNISHED PROPERTY, FACILITIES AND SERVICES The Indian Health Service requires that the contractor follow the instructions below for INVOICE SUBMISSION. A. The Contractor shall submit invoice(s) via mail or fax to: Financial Management, Attn: Christi Thomas Southeast Region, Oklahoma City Area Office 701 Market Drive Oklahoma City, Oklahoma 73114 Fax: 405-951-3873 or 3763 AND Cathy Smith, Ambulatory Care Manager Claremore Indian Hospital 101 South Moore Avenue Claremore, OK 74017 B. The Contractor agrees to include the following information on each invoice: (1) Contractor's name and invoice date; (2) Contract number; (3) Description, cost or price, and quantity of products; (4) Payment terms; (5) Other substantiating documentation or information as required by the contract; and (6) Name where applicable, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. Clauses Applicable to this Combined/Synopsis Solicitation: CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. The provisions of 52.212-1, Instructions to Offerors-Commercial Items (OCT 2015), applies to this acquisition. In addition to the information required in FAR 52.212-1, prospective contractors shall provide the following: (1) Dun and Bradstreet Number (note: Contractors must be registered in the System for Award Management (SAM) Registration to be eligible for award. This can be done at https://www.sam.gov/portal/public/SAM/#1) (2) Current license as a psychologist (3) Medical Liability Insurance $1million/$3 million (4) All-inclusive pricing rate for approximately 480 hours (5) Two past references/recommendations The provisions of 52.212-2, Evaluation - Commercial Items (Jan 1999) applies to this acquisition. The Government intends to award one from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Price; (2) Qualifications; (3) Past Performance. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2015) OR indicate certifications in ORCA at https://orca@bpn,gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 System for Award Management (July 2013), 52.204-9 Personal Identity Verification of Contractor Personnel (Sept 2007), 52.223-6 Drug-free Workplace (May 2001), 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997), 352.224-70 Confidentiality of Information (April 1984), 352.270-17 Crime Control Act-Reporting of Child Abuse (Jan 2006) and 352.270-18 Crime Control Act-Requirement for Background Checks (Jan 2006). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Feb 2016) applies to this acquisition. The following clauses apply: 52.203-6, Restriction on Subcontractor Sales to the Government (Sept. 2006); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997); 352-270-18 Crime Control Act-Requirement for Background Checks (Jan 2006). EVALUATION CRITERIA Price will be the deciding factor for award of a purchase order. The due date for this requirement is April 15 2016 4:30 PM CT. THE INDIAN HEALTH SERVICE WILL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO RESPOND TO THESE EVALUATION CRITERIA AS FOLLOWS: A) registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/. Please note that all parties interested in doing business with the Indian Health Services must be registered in the SAM database. B) Quotes must be entered into the attached Excel spreadsheet.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-2016-Q-0019/listing.html)
 
Place of Performance
Address: Claremore Indian Hospital, 101 South Moore Avenue, Claremore, OK 74017, Claremore, Oklahoma, 74017, United States
Zip Code: 74017
 
Record
SN04072962-W 20160407/160405234425-48947e6a131b8e78acccd2126c5e5f65 (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.