Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 21,1999 PSA#2266

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

D -- COMPUTER BASED TELEPHONE TRIAGE SYSTEM SOL N00244-99-T-0148 DUE 020299 POC Contract Specialist Nicole Hunga 619-532-2564 FAX 619-532-2287 WEB: Click here to learn more about FISC San Diego and additional, http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the contract specialist via, nicole_m_hunga@sd.fisc.navy.mil. This is a combined synopsis-/-solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED. The solicitation number for this Request for Quotation is N00244-99-T-0148. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-10. This solicitation is issued on a restricted basis, under Standard Industrial Code 7389 with a small business standard of 500 employees. FISC San Diego is announcing its intent to issue a directed sole source procurement to Healthwise Incorporated under authority of FAR 6.302-1 for the following item: ITEM 0001 IS FOR A COMPUTER BASED TELEPHONE TRIAGE SYSTEM TO INCLUDE THE FOLLOWING: Must be compatible with the Composite Healthcare System (CHCS) which is a MUMPS based patient care application with patient appointments, laboratory tests results, radiology, admission, pharmacy, etc., used in an inpatient/outpatient setting. Healthwise Knowledgebase software and quarterly updates (new and revised topics). Landacorp call tracking system (using Oracle database) and first year technical support. Interface which links the Knowledgebase to the call tracking system to record topics viewed. User guides for Knowledgebase system and call tracking software. Consulting to produce standard and custom reports. Building Your Call Center Consulting Package (job descriptions, staffing requirements, timeliness, promotions). Consulting services to help you customize field names, drop down lists, and outcome measurement. On-site installation services (up to 3 days). One-stop technical support from Healthwise. Advance consulting to help design the training to call center's objectives. User guides for all participants. Administrator's guide provides policies/procedures templates and call guidelines. Ten day, intensive training program presented by Healthwise call center experts. Training is hands-on, interactive, and includes software navigation, concepts and techniques for care counseling, call documentation, call management, quality processes and techniques for triage, health education, and decision support. Software will be installed at one location. Package should be for three users and include three licenses. Price must include all travel expenses. ITEM 0002 IS FOR OPTION YEAR ONE TO CONSIST OF A YEARLY FEE FOR KNOWLEDGEBASE QUARTERLY UPDATES (NEW AND REVISED TOPICS), CALL TRACKING SYSTEM TECHNICAL SUPPORT AND ENHANCEMENTS, AND HEALTHWISE SUPPORT SERVICES. ITEM 0003 IS FOR OPTION YEAR TWO TO CONSIST OF A YEARLY FEE FOR KNOWLEDGEBASE QUARTERLY UPDATES (NEW AND REVISED TOPICS), CALL TRACKING SYSTEM TECHNICAL SUPPORT AND ENHANCEMENTS, AND HEALTHWISE SUPPORT SERVICES. ITEM 0004 IS FOR OPTION YEAR THREE TO CONSIST OF A YEARLY FEE FOR KNOWLEDGEBASE QUARTERLY UPDATES (NEW AND REVISED TOPICS), CALL TRACKING SYSTEM TECHNICAL SUPPORT AND ENHANCEMENTS, AND HEALTHWISE SUPPORT SERVICES. ITEM 0005 IS FOR OPTION YEAR FOUR TO CONSIST OF A YEARLY FEE FOR KNOWLEDGEBASE QUARTERLY UPDATES (NEW AND REVISED TOPICS), CALL TRACKING SYSTEM TECHNICAL SUPPORT AND ENHANCEMENTS, AND HEALTHWISE SUPPORT SERVICES. Quotes will be accepted on a "Brand Name or Equal Basis". Justification for other than full and open competition is FAR 6.302-1, Only one source or only a limited number of responsible sources. THE GOVERNMENT INTENDS TO NEGOTIATE WITH HEALTHWISE INCORPORATED ONLY UNLESS OTHER MANUFACTURERS CAN BE FOUND. Required delivery is to Naval Hospital, Twenty-nine Palms, CA 92278-8250. Acceptance shall be at destination. The following provision apply FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.000-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. OFFERORS ARE REQUIRED COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.211-5, New Material. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. IMPORTANT NOTICE: DFAR 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98. LACK OF REGISTRATION IN THE CCR DATABASE WILL MAKE AN OFFEROR/QUOTER INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at http://ccr.edi.disa.mil for more information. DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b) DFAR 252.225-7001 Buy American Act and Balance of Payment Program, and DFAR 252.225-7012 Preference for Certain Domestic Commodities. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. TO BE DETERMINED TECHNICALLY ACCEPTABLE THE OFFEROR MUST FURNISH PRODUCT LITERATURE THAT DEMONSTRATES THE PRODUCTS OFFERED MEET ALL REQUIREMENTS STATED IN THE ABOVE PURCHASE DESCRIPTIONS FOR ALL LINE ITEMS. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company's products that meet the specifications. QUOTES MUST BE RECEIVED NO LATER THAN 3:00 P.M. PST, FEBRUARY 2, 1999 AND WILL BE ACCEPTED VIA FAX (619-532-2287 OR 619-532-1088) ATTN: NICOLE HUNGA. DO NOT MAIL. Clause information can be downloaded from the internet from the following addresses; http://www.arnet.gov/far or http://www.acq-ref.navy.mil/turbo/arp51.htm Posted 01/19/99 (W-SN289225). (0019)

Loren Data Corp. http://www.ld.com (SYN# 0037 19990121\D-0015.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page