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