Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2021 SAM #6986
SOLICITATION NOTICE

Q -- Hospital Secure Fax HIPAA compliant

Notice Date
1/12/2021 7:18:33 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
W6QM MICC-FT RILEY FORT RILEY KS 66442-0248 USA
 
ZIP Code
66442-0248
 
Solicitation Number
W911RX-21-Q-0007
 
Response Due
1/15/2021 12:00:00 AM
 
Archive Date
07/14/2021
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
EDWOSB Economically Disadvantaged WOSB (EDWOSB) Program Set-Aside (FAR 19.15)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is W911RX-21-Q-0007 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 with a small business size standard of $27.50M. This requirement is an Economically Disadvantaged Women-Owned Small Business Set-Aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2021-01-15 13:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Fort Riley, KS 66442 The MICC Fort Riley requires the following items, Meet or Exceed, to the following: LI 001: Base Year:Fax Account Set Up, Translation Services for Patient and Provider Communications (2200 minutes at rate per minute). Period of Performance:21-Jan-2021 to 20-Jan-2022, See attachment-PWS 4 & 5.9, 4, Each; LI 002: Base Year: In-Coming Faxes-Translation Services for Patient and Provider Communications(2200 minutes at rate per minute). Period of Performance: 21-Jan 2021 to 20-Jan-2022. See attachment-PWS 4 & 5.9, 400000, Each; LI 003: Base Year: Out-going Faxes(2200 minutes at rate per minute). Period of Performance: 21-Jan-2021 to 20-Jan-2022. See attachment-PWS 4 & 5.9, 400000, Each; LI 004: 1st Option Period:Fax Account Set Up: Translation Services for Patient and Provider Communications (2200 minutes at rate per minute). Period of Performance: 21-Jan-2022 to 20-Jan-2023. See attachment-PWS 4 & 5.9, 4, Each; LI 005: 1st Option Period: In-Coming Faxes-Translation Services for Patient and Provider Communications(2200 minutes at rate per minute). Period of Performance: 21-Jan-2022 to 20-Jan-2023. See attachment-PWS 4 & 5.9, 400000, Each; LI 006: 1st Option Period: Out-going Faxes(2200 minutes at rate per minute).Period of Performance: 21-Jan-2022 to 20-Jan-2023. See attachment-PWS 4 & 5.9, 400000, Each; LI 007: 2nd Option Period: Fax Account Set Up: Translation Services for Patient and Provider Communications (2200 minutes at rate per minute). Period of Performance: 21-Jan 2023 to 20-Jan-2024. See attachment-PWS 4 & 5.9, 4, Each; LI 008: 2nd Option Period: In-Coming Faxes-Translation Services for Patient and Provider Communications(2200 minutes at rate per minute). Period of Performance: 21-Jan 2023 to 20-Jan-2024. See attachment-PWS 4 & 5.9, 400000, Each; LI 009: 2nd Option Period: Out-going Faxes(2200 minutes at rate per minute).Period of Performance: 21-Jan-2023 to 20-Jan-2024. See attachment-PWS 4 & 5.9, 400000, Each; LI 010: 3rd Option Period: Fax Account Set Up: Translation Services for Patient and Provider Communications (2200 minutes at rate per minute). Period of Performance: 21-Jan-2024 to 20-Jan-2025. See attachment-PWS 4 & 5.9, 4, Each; LI 011: 3rd Option Period: In-Coming Faxes: Translation Services for Patient and Provider Communications (2200 minutes at rate per minute). Period of Performance: 21-Jan-2024 to 20-Jan-2025. See attachment-PWS 4 & 5.9, 400000, Each; LI 012: 3rd Option Period: Out-going Faxes(2200 minutes at rate per minute).Period of Performance: 21-Jan-2024 to 20-Jan-2025. See attachment-PWS 4 & 5.9, 400000, Each; LI 013: 4th Option Period: Fax Account Set Up: Translation Services for Patient and Provider Communications (2200 minutes at rate per minute). Period of Performance:21-Jan-2025 to 20-Jan-2026. See attachment-PWS 4 & 5.4, 4, Each; LI 014: 4th Option Period: In-Coming Faxes: Translation Services for Patient and Provider Communications (2200 minutes at rate per minute). Period of Performance: 21-Jan-2025 to 20-Jan-2026. See attachment-PWS 4 & 5.9, 400000, Each; LI 015: 4th Option Period: Out-going Faxes: Translation Services for Patient and Provider Communications (2200 minutes at rate per minute). Period of Performance: 21-Jan 2025 to 20-Jan-2026. See attachment-PWS 4 & 5.9, 400000, Each; LI 016: 4th Option Period: CMR,CONTRACT MANPOWER REPORTING, Period of Performance: 21-Jan-2025 to 20-Jan-2026 (due 15-Oct-2025 and 19- Feb-26). See attachment-PWS 5.23, 2, Each; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Riley intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Riley is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. All of Fort Riley's buy terms apply to this solicitation. The following Combined Synopsis/Solicitation is a Request for Quote (RFQ)competed IAW FAR PART 13, Simplified Acquisition Procedures; FAR PART 12, Commercial Items. Quotes failing to met all the terms and conditions of this solicitation; to include buy terms, line item descriptions, and attachments, may not be evaluated for award. One (1) firm-fixed price (FFP) contract will be awarded as a result of this solicitation. Any reference to the term ""BID"" in this solicitation is used synonymously with the word ""QUOTE"". Please see FAR 13.004-Legal effect of quotations. Interested Offerors should submit any questions concerning the solicitation at the earliest time possible to enable the Government to respond. Questions shall be submitted by using the 'Submit a Question' button. Questions not received prior to the close of this solicitation may not be considered. IAW 52.212-1(k): Unless exempted by an addendum to this solicitation, by submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database before the close of the solicitation, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. Registration information can be found at www.sam.gov. The applicable NAICS code for this procurement is 541519 with the related size standard of $30M. The Offeror shall be actively registered with that NAICS or a similar NAICS with the appropriate size standard prior to Award to be considered for any resulting contract. Failure to be properly registered under the appropriate size standard during evaluation and/or at the time of award deems the offer ineligible for award. A similar NAICS Code with the appropriate size standard other than the NAICS Code identified in this buy term may be used as a factor to determine technical capability. (Size standards do not apply to unrestricted set-aside solicitation/RFQ). Quote shall be good for 30 calendar days from the date of the quote submission. In accordance with DFARS 252.232-7003, ""Electronic Submission of Payment Requests and Receiving Reports"", the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors shall register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM) at https://www.sam.gov. Contractor training is available at the website Home Page, under ""about WAWF"". Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL. The Government will 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 shall be used to evaluate offers: Price, Delivery, Technical Capability and Past Performance of the service offered to meet the Government requirement. All evaluation factors other than Price, when combined, are equally as important as price. The Buyer is allowing Sellers to submit bids that either meet or exceed the requested specification. Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered. Offeror may submit quotes for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Alternate items will be evaluated against all listed required specifications provided by the Government. Offeror shall enter exactly what they are offering (including make, model and description) into the blank description field in order for the quote to be considered. The Government will evaluate items on the basis of information furnished by the Offeror or identified in the quote and reasonably available to the Government. The Government is not responsible for locating or obtaining any information not identified in the quote. Offeror shall present a line by line comparison of alternative products using manufacturer name, model/part number, and salient physical, functional, or performance characteristics specified by this solicitation. Offerors shall, at a minimum, respond with a feature to feature comparison in order for a product to be technically evaluated for technical sufficiency. Responses such as ""bidding exact match"" or ""as specified"" may be deemed technically unacceptable The Federal Acquisition Regulation (FAR) and Department of Defense Federal Acquisition Regulations (DFARS) are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items with optional period of performance that extends beyond the base term. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. Clauses: 52.217-6, 52.217-8, 52.217-9, 52.232-19, 252.232-7007, FedBid is NOT a forum for filing protests against the Government. Attempts to file protests through FedBid will not be considered legitimate as they do not conform to the requirements in the Federal Acquisition Regulation (FAR). It is preferable that protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. To be timely, protests shall be filed within the periods specified in FAR 33.10. 1) All agency-level protests should be sent to the Contracting Officer for resolution. 2) The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC, as an Alternate Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. The address for filing a protest directly with AMC is: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road RM: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil No protest under FAR Subpart 33.1 is authorized in connection with the issuance or proposed issuance of an order under a task-order contract or delivery-order contract, except for: (1) A protest on the grounds that the order increases the scope, period, or maximum value of the contract; or (2) A protest of an order valued in excess of $10M. Protests of orders in excess of $10M may only be filed with the Government Accountability Office (GAO) in accordance with the procedures at 33.104. The authority to protest the placement of an order under (a)(10)(i)(B) of this section expires on September 30, 2016, for agencies other than DoD, NASA, and the Coast Guard (41 U.S.C. 4103(d) and 41 U.S.C. 4106(f)). The authority to protest the placement of an order under (a) (10)(i)(B) of this section does not expire for DoD, NASA, and the Coast Guard. AFARS 5116.5(b) (c) Each HCA shall designate a task and delivery order ombudsman for the contracting activity. The ombudsman shall be a senior official, who is independent of the Contracting Officer and may be the Special Competition Advocate. The ombudsman shall be responsible for reviewing complaints from the contractors under multiple award task or delivery order contracts and ensuring that all the contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract. Summarize: the ombudsman will only determine if the government gave fair opportunity to a vendor who files a complaint. [AFARS Revision #25, Item XIII, dated April 1, 2010] IAW 52.212-1(g Contract award (not applicable to Invitation for Bids) The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Please contact the following for any concerns regarding the solicitation and/or award of this requirement: Shawn R. Poyser Contracting Officer MICC - Fort Riley Com: (785) 239-6320 Email; shawn.r.poyser.civ@mail.mil. Under FAR Part 12 Streamlined Procedures for Commercial Acquisitions, a debrief is not required. The Government will not offer a debrief for this requirement. 52.204-7, 52.204-10, 52.204-13, 52.204-16, 52.204-18, 52.204-23, 52.204-24, 52.204-25, 52.209-6, 52.209-10, 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-16, 52.223-18, 52.222-1, 52.225-13, 52.232-33, 52.232-40, 52.233-3, 52.233-4, 52.252-2 52.217-8,52.217-9,52.219-29,52.222-42,52.222-41,52.222-62,52.239-1 From the Department of Defense FAR Supplement (DFARS), the following provisions and clauses are applicable to this solicitation: 252.203-7000, 252.203-7005, 252.204-7015, 252.211-7003, 252.213-7000, 252.223-7008, 252.225-7012, 252.232-7003, 252.232-7006, 252.232-7010, 252.244-7000, 252.246-7008, 252.247-7023, 252.203-7002, 252.204-7004, 252.225-7048,252.232-7010,252.247-7023,252.239-7010,252.239-7009,252.232-7017,252.204-7018,252.204-7017,252.204-7016,252.201-7000,252.204-7004,252.204-7009,252.204-7014,52.224-3 Full text of these clauses may be found at https://www.acquisition.gov/browse/index Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is ""late"" and may not be considered IAW with 52.212-1(f). At any time during and/or closing of the solicitation, all clarifications, discussions, or changes (as applicable) will be conducted ONLY by the Contracting Officer, MICC Fort Riley, Kansas. Any correspondence (electronic or verbal) presented to the vendor marketplace during the solicitation period by the FEDBID Staff, to include Quality Assurance, will be rejected by the Contracting Officer. No FEBBID correspondence will be accepted by MICC Fort Riley without prior coordination and approval from the Contracting Officer.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3ea9ba3d274b42ecb3f6cbe6a907c854/view)
 
Place of Performance
Address: Fort Riley, KS 66442, USA
Zip Code: 66442
Country: USA
 
Record
SN05889993-F 20210114/210112230109 (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  © 1994-2020, Loren Data Corp.