Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2017 FBO #5608
MODIFICATION

D -- Indian Health Service Agency-wide Credentialing Management Solution - Combined Synopsis_Solicitation

Notice Date
3/30/2017
 
Notice Type
Modification/Amendment
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 801 Thompson, TMP 605, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
17-236-SOL-00020
 
Archive Date
4/28/2017
 
Point of Contact
Daniel Rosenstengel, , Kenneth G. Truesdale,
 
E-Mail Address
Daniel.Rosenstengel@ihs.gov, kenneth.truesdale@ihs.gov
(Daniel.Rosenstengel@ihs.gov, kenneth.truesdale@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
WORD document of notice. Base Notice: Indian Health Service Agency-wide Credentialing Management Solution 17-236-SOL-00020 Note: ________________________________________ Notice Type: Combined Synopsis/Solicitation Posted Date: March 29, 2017 Response Date: April 13, 2017 12:00 pm Eastern Archiving Policy: Automatic, 15 days after response date Archive Date: April 28, 2017 Classification Code: D - Information Technology and Telecommunications NAICS Code: 737: Computer Programming, Data Processing, And Other Computer Related Services 518210 -- Data Processing, Hosting, and Related Services ________________________________________ NOTICE INFORMATION Solicitation: 17-236-SOL-00020 Agency/Office: Indian Health Service Location: Division of Acquisition Policy Title: Indian Health Service Agency-wide Credentialing Management Solution Description(s): Added: March 28, 2017 5:52 pm i) 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 that will be issued; proposals are hereby requested. (ii) Solicitation number 17-236-SOL-00020 applies and is issued as a request for proposal (RFP). (iii) Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. (iv) The North American Industry Classification System (NAICS) code is 518210 and the business size standard is $32.5 Million. This acquisition is a small business set-aside. The Indian Health Service intends to award a firm fixed-price contract. (v) CLIN 0001: Implementation of Credentialing System (includes data migration, data conversion, user training sessions, estimated travel expenses). All implementation is anticipated to be completed during the base year. CLIN 0002: Software License(s) for base year and all option years. (vi) See attached Statement of Objectives (SOO). (vii) 5600 Fishers Lane, Mail Stop: 09E70, Rockville, MD 20857 (viii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2017). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing and verification that the offeror can meet the location requirements in accordance with FAR 52.212-2, Evaluation-Commercial Items, paragraph (ix) below. (ix) 52.212-2 Evaluation-Commercial Items (Oct 2014). - This is a best value decision and award may be made to other than the lowest priced offeror. (a) The Government intends to 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 will be used to evaluate offers: (1) Technical (implementation, training and support) (2) Past performance (current or recent and either Government or private sector) (3) Price (opportunity to offer various packages from basic to all inclusive) **All proposals are to be submitted electronically following the instructions below: Electronic submission of Proposals: Proposals shall be submitted electronically by email to Daniel.Rosenstengel@ihs.gov. Email submissions are limited to 3MB. The submitter should confirm receipt of email submissions. Please provide pricing for base year as well as the four (4) one-year option years separately from the technical proposal documents. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2017) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) Website, the offeror shall complete only paragraphs (c) through (p) of this provision and return it with their offer. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JAN 2017) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JAN 2017), to include the following clauses listed at paragraph (b): 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.217-8 - Option to Extend Services - 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 45 days. 52.217-9 Option to Extend the Term of the Contract (MAR 2000): (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; 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 66 months. 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Representation 52.222-3 Convict labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policy to Ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer System for Award Management; 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) Additional Department of Health and Human Services Acquisition Regulation (HHSAR) Clauses: 352.222-70 Contractor cooperation in equal employment opportunity investigations 352-270-1 Accessibility of Meetings, Conferences, and Seminars To Persons with Disabilities 12.505 Applicability of certain laws to contracts for the acquisition of COTS items. COTS items are a subset of commercial items. Therefore, any laws listed in sections 12.503 and 12.504 are also inapplicable or modified in their applicability to contracts or subcontracts for the acquisition of COTS items. In addition, the following laws are not applicable to contracts for the acquisition of COTS items: (a)(1) The portion of 41 U.S.C. 8302(a)(1), that reads "substantially all from articles, materials, or supplies mined, produced, or manufactured, in the United States," Buy American- Supplies, component test (see 52.225-1 and 52.225-3). (2) The portion of 41 U.S.C. 8303(a)(2), that reads "substantially all from articles, materials, or supplies mined, produced, or manufactured in the United States," Buy American- Construction Materials, component test (see 52.225-9 and 52.225-11). (b) 42 U.S.C. 6962(c)(3)(A), Certification and Estimate of Percentage of Recovered Material. (c) Compliance Plan and Certification Requirement, section 1703 of the National Defense Authorization Act for Fiscal Year 2013 (Pub. L. 112-239), Title XVII, Ending trafficking in Government Contracting (see 52.222-50(h) and 52.222-56). (xiii) n/a (xiv) n/a (xv) Due date for submissions is April 13, 2017, 12:00 p.m. ET. Due to possible email transmission problems it is the contractor's responsibility to verify receipt of proposal. (xvi) IHS Point of Contact, Contract Specialist, Daniel.Rosenstengel@ihs.gov, 301-443-0234. HHSAR 352.202-1 Definitions (JAN 2006) HHSAR 52.223-70 Safety and Health (JAN 2006) HHSAR 352.224-70 Privacy (JAN 2006) HHSAR 352.227-70 Publications and Publicity (JAN 2006) Department of Health and Human Services Acquisition Regulation (HHSAR) (48 CFR Chapter 3) Clauses (Incorporated by Reference): http://farsite.hill.af.mil/vfhhsara.htm NUMBER TITLE DATE 352.202-1 Definitions JAN 2006 352.222-70 Contractor Cooperation in Equal Opportunity Investigations JAN 2010 352.223-70 Safety and Health JAN 2006 352.224-70 Privacy Act JAN 2006 352.227-70 Publications and Publicity JAN 2006 352.237-70 Pro-Children Act JAN 2006 352.237-71 Crime Control Act-reporting of child abuse JAN 2006 352.237-72 Crime Control Act-requirement for background checks JAN 2006 352.242-71 Tobacco-Free Facilities JAN 2006 This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/VFFARa.htm (End of clause) Primary Point of Contact: Daniel Rosenstengel, Contract Specialist Daniel.Rosenstengel@ihs.gov Secondary Point of Contact: Kenneth Truesdale, Contracting Officer Kenneth.Truesdale@ihs.gov Contracting Office Address: 5600 Fishers Lane Mail Stop: 09E70 Rockville, Maryland 20857 United States Place of Contract Performance: Various location - See SOO for details United States Allow Vendors To Add/Remove From Interested Vendors: Yes Allow Vendors To View Interested Vendors List: No Recovery and Reinvestment Act Action: No
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/17-236-SOL-00020/listing.html)
 
Place of Performance
Address: Phase 1- Pilot Areas, Billings Area Office – Billings, MT, Oklahoma Area Office – Oklahoma City, OK, Albuquerque Area Office – Albuquerque, NM, Phoenix Area Office - Phoenix, AZ, Phase 2 Areas:, Great Plains Area Office – Aberdeen, SD, Bemidji Area Office – Bemidji, MN, California Area Office – Sacramento, CA (2 new Youth Regional Treatment Centers), Nashville Area Office – Nashville, TN, Navajo Area Office – Window Rock, AZ, Portland Area Office – Portland, OR, IHS Headquarters - Rockville, MD, Rockville, Maryland, 20857, United States
Zip Code: 20857
 
Record
SN04454732-W 20170401/170331000029-96b16fd0931d70cfcc4beb0883d5b0b3 (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.