Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2020 SAM #6720
SOLICITATION NOTICE

R -- Data Extraction & Databse Management Services for VHA Post Deployment Health Service

Notice Date
4/21/2020 7:04:02 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24520Q0363
 
Response Due
5/5/2020 12:00:00 AM
 
Archive Date
07/04/2020
 
Point of Contact
James A Whisner Contracting Officer (304) 326-7984
 
E-Mail Address
james.whisner@va.gov
(james.whisner@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
1. Introduction: A. 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; offers are being requested and a written solicitation will not be issued. B. This solicitation is a Total Small Business Set-Aside. The applicable NAICS code is 518210 and the Small Business Size Standard is $35 million. C. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2020-05. The full text of the provisions and clauses can be obtained from the following websites: http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/. 2. Responding to this solicitation. Offeror must submit its offer via Email to James.Whisner@va.gov. Offeror must provide the following information with its offer: A. Legal entity name, address, DUNS of your company; B. (i) Information that demonstrates your company s technical capability: (1) Describe your company s technical expertise to design, implement and maintain complex databases with respect to JCL, access methods, access time, device allocation, validation checks, organization, protection and security, documentation, and statistical methods. Provide samples of proficiency using data analysis programs, such as SAS, SQL, R, and Python. (2) Provide samples of your company s ability to maintain database dictionaries, monitor standards and procedures, and integrate systems through database design. (3) Describe your company s experience in transcribing medical dictation by physicians and other medical practitioners pertaining to patients assessments, diagnostics, therapy and other medical reports and must be familiar with standard concepts, practices and procedures within a medical field. (4) Provide resumes of your company s key personnel who meet the requirements stated in the work statement. (5) Describe your company s technical approach for troubleshooting and resolving problems. (ii) Information that demonstrates your company s management capability: (1) Describe in detail what tools your company will use to control and track work. (2) Describe how your company will ensure it delivers the deliverables specified in the work statement on a timely basis. (iii) Information that demonstrates your company s quality control capability: (1) Describe your company s method for performing inspections; identifying, correcting and preventing problems/defective service; addressing customer complaints, and improving the quality of services. (iv) Information that demonstrates your company s past performance: (1) Describe relevant services that your company has provided within the past three years similar to the work required for this contract. (2) Provide up to three recent and relevant references that are likely to respond to us regarding your past performance. Include a point of contact, company name, address, telephone number(s) and contract dates. Your list of references is limited to 2 pages. C. Completed Price Schedule for CLINs 0001 through 0010 (see the Price Schedule Attachment for CLIN descriptions). Enter the unit prices and amounts (Amount = Quantity X Unit Price) for each CLIN and the Grand Total; D. Completed Immigration & Indemnity Certification (see Solicitation Attachments); 3. Date & time offers are due: May 5, 2020, 11:00 AM EDT. 4. Evaluation-Commercial Items. The Government intends to perform a comparative evaluation of offers in accordance with FAR 13.106-2(b)(3) to determine which offer provides the best benefit to the Government. The Government reserves the right to select a response that provides benefit to the Government that exceeds the minimum but is not required to select a response that exceeds the minimum if it provides no value or benefit to the Government. Offeror shall include all supporting details necessary for the Government to determine the offeror s technical qualifications and ability to perform the services. The Government may contact references and may obtain past performance information from CPARS. 5. Description of Work: A. VHA s Post Deployment Health Service (PDHS), in collaboration with the Army Public Health Center (APHC), will receive the health and deployment records of all (approximately 3,000) deceased military working dogs (MWD) from the Department of Defense's Military Working Dogs Veterinary Service (DODMWDVS). The DODMWDVS will provide information from the MWD records, to include, but not limited to, clinical encounters, demographics, military service information, laboratory and pathology results, and the Permanent Change of Station/Temporary Duty (PCS/TDY) information for each MWD selected. These records may exist in both electronic and hardcopy, paper form. The Contractor will produce scanned PDFs of all paper records. The Contractor will then abstract specific data from the MWD records; these data will be: 1) missing data on current dogs in the database and, potentially, 2) data on deceased dogs that are not currently represented in the database. Monthly samples of abstracted data and their corresponding electronic files will be provided to the PDHS/APHC for review of accuracy and validation. APHC will provide the database that will be populated with the DODMWDVS records data. The Contractor will add abstracted data from the records to the database. The Contractor will also perform updates to the coding of the database to improve functionality and usability as appropriate. The Contractor shall provide the personnel and management necessary to support the transfer of data from the DOD-MWDVS to APHC via PDHS (who has an active research protocol with DODMWDVS), and subsequent abstraction and management through the use of a Microsoft Access database. APHC will provide equipment, a workstation, and onsite support for both members of the contract team. PDHS will oversee all aspects of the contract and will receive an export of the final database upon completion of the services. (See the Work Statement attachment for more details.) B. Contract Line Item Numbers, quantities, unit of measure: (see the Price Schedule attachment). 6. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition, including the following addenda: A. 52.204-7, System for Award Management (OCT 2018); B. 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016); C. 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019); D. 52.216-1, Type of Contract (APR 1984). Fill-in information: firm-fixed price; E. 52.233-2, Service of Protest (SEPT 2006); F. 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018); and G. 852.233-71, Alternate Protest Procedure (OCT 2018). 7. Offeror Representations and Certifications. Offeror must include a completed copy of the provision at 52.212-3. The offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision. 8. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition, including the following addenda: A. 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014); B. 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011); C. 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011); D. 52.204-13, System for Award Management Maintenance (OCT 2018); E. 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016); F. 52.227-14, Rights in Data-General (MAY 2014); G. 52.228-5, Insurance-Work on a Government Installation (JAN 1997); H. CL-120, Supplemental Insurance Requirements; I. 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); J. 852.203-70, Commercial Advertising (MAY 2008); K. 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (OCT 2019); L. 852.215-71, Evaluation Factor Commitments (DEC 2009); M. 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018); N. 852.219-75, Subcontracting Commitments Monitoring and Compliance (JUL 2018); O. 852.223-71, Safety and Health (Sep 2019); P. 852.232-72, Electronic Submission of Payment Requests (NOV 2018); Q. 852.237-75, Key Personnel (SEP 2019); and R. 852.270-1 Representatives of Contracting Officers (JAN 2008). 9. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition, including the additional FAR clauses cited in the clause: A. 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006); B. 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018); C. 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015); D. 52.219-6, Notice of Total Small Business Set-Aside (DEVIATION 2019-01); E. 52.219-8, Utilization of Small Business Concerns (OCT 2018); F. 52.219-14, Limitations on Subcontracting (DEVIATION 2019-01); G. 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013); H. 52.222-3, Convict Labor (JUNE 2003); I. 52.222-21, Prohibition of Segregated Facilities (APR 2015); J. 52.222-26, Equal Opportunity (SEPT 2016); K. 52.222-35, Equal Opportunity for Veterans (OCT 2015); L. 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014); M. 52.222-37, Employment Reports on Veterans (FEB 2016); N. 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); O. 52.222-50, Combating Trafficking in Persons (JAN 2019); P. 52.222-54, Employment Eligibility Verification (OCT 2015); Q. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); R. 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008); S. 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018); T. 52.222-41, Service Contract Labor Standards (Aug 2018); U. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014). Fill-in info.: Medical Transcriptionist: GS-4, Computer Programmer III: GS-9, Computer Systems Analyst II: GS-11; V. 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015); and W. 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f90e864034124331bafc3f9d5f24dae2/view)
 
Place of Performance
Address: US Army Public Health Center;One Health Division;Veterinary Svcs. and Public Hlth. Sanit. Direc.;Gunpowder, Maryland
 
Record
SN05630718-F 20200423/200422060351 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.