|
COMMERCE BUSINESS DAILY ISSUE OF MAY 28,1999 PSA#2356Department of Defense Education Activity, Hqs, Procurement Div, 4040 N.
Fairfax Drive, 4th Floor, Arlington, VA 22203 70 -- DODEA SCHOOL HEALTH MODULE SOL MDA410-99-R-0009 DUE 061499 POC
Ms. Melissa Phillips, 703-696-3844 x1414 WEB: cost model,
http://www.odedodea.edu/mis/dshm. E-MAIL: contract specialist e-mail,
mphillip@hq.odedodea.edu. This is a combined synopsis/solicitation for
DODEA School Health Module (DSHM) software, prepared in accordance
with the format in FAR Subpart 12.6 and issued under the authority of
FAR Subpart 13.5 -- "Test Program for Certain Commercial Items." FAR 13
-- Simplified Acquisition Procedures. This announcement constitutes the
only solicitation for this requirement. Written proposals are being
requested and a written solicitation will not be issued. The
solicitation number is MDA410-99-R-0009. The solicitation is being
issued as a Request for Proposal (RFP). The minimum quantity shall be
one lot of DSHM software sufficient for providing support for at least
fifty DODEA schools. General background information regarding DODEA is
available on internet at www.odedodea.edu. Duration of the initial
contract shall not exceed one year following date of award, with five
one-year option periods which shall be exercised at the sole discretion
of the contracting officer. If an option year is required, the
contracting officer will advise the contractor in writing at least 30
days prior to expiration of the contract. Offeror shall quote software
one-time license fee and annual software maintenance fee on a per-site
basis. The one-time license fee shall include the cost of maintenance
for the first year. Further information on the contract line item
numbers and items, quantities, units of measure, and delivery schedule
which will be used for proposal evaluation is available at:
ftp://www.odedodea.edu/mis/dshm/dshmcost.xls, i.e. paragraphs 3.17,
3.18, 3.23, and 3.25. See 8.0 "EVALUATION" for further details.
1.0-SCOPE- The DoDEA School Health Module (DSHM) shall provide
automated support for the information requirements of school
health-care professionals throughout DoDEA. The DSHM contract shall
include application software, software maintenance, technical support
(web-based, telephonic and on-site), application training and
"Train-the-trainer" training for DoDEA users. The contract shall
include an initial award fora one-year period, with options for five
additional option years. 2.0-PURPOSE-DSHM shall provide automated
support for health-care information management and shall significantly
reduce the workload of health-related record-keeping.
3.0-REQUIREMENTS: (Note: NONE of the requirements stated below is a
"mandatory requirement". The government reserves the right to award a
contract to an offeror whose proposed solution lacks some of these
requirements. The government will take degree of compliance into
account when performing the technical evaluation and, in considering
two proposals which received equal ratings for other factors, would
show preference for the proposal which complied more completely with
these requirements.) 3.1- The DoDEA School Health Module (DSHM) shall
maintain a daily log of health office visits, with a feature to produce
reports showing 1) required follow-up actions, 2) referrals made, 3)
letters/notes sent to teachers/parents/guardians, 4) a summary of
visits selected either by specific student or by category of reason for
visit (e. g., "injury" or "infectious illness"). 3.2- DSHM shall
maintain medication log records in both the student health records and
in the daily log records, as updated by the user. 3.3- DSHM shall
produce a report of medication scheduled and medication dispensed
selected 1) on a specific day, 2) during a specific week, 3) during a
specific month, and 4) to a specific student. 3.4- DSHM shall have a
feature to generate letters to parents/guardians notifying them of
office visits by their children, including reason for visit and
examination results, and any medications provided to their children.
3.5- DSHM shall have a feature to generate letters/referrals to parents
on students failing screening (vision, hearing, scoliosis, etc.) and
follow-up letters for the referrals. 3.6- DSHM shall maintain
immunization records for an unlimited number of user-specified
vaccines, and shall produce reports showing 1) immunizations provided,
2) scheduled immunizations missed, 3) immunizations scheduled in the
future. 3.7- DSHM shall produce a report summarizing the results of all
physical exams given over a user-specified period of time, to include
the name of each student, date of exam, result of exam, and any medical
restrictions. 3.8- DSHM shall maintain a log of health screenings by
category (e. g., vision test, hearing test, sports physical) and shall
produce reports of screening results, including basic health data
recorded such as height and weight. 3.9- DSHM shall maintain health
alert information for each student to include the nature of the
problem, indicated medicines, and recommended teacher actions. 3.10-
DSHM shall produce health alert reports for each teacher to include
only the information relating to that teacher's students, which is
required by the teacher to ensure the proper handling of any medical
contingency, and is not specifically designated "confidential" by the
school nurse. 3.11- DSHM shall also allow for generation of ad hoc
reports and queries. 3.12- DSHM shall have the ability to incorporate
Microsoft Word forms which are used in the DoDEA School Health Guide so
that users can generate the forms from DSHM, embedding student
information drawn from the database. 3.13- DSHM shall provide security
features to protect sensitive health-related information from
unauthorized disclosure. 3.14- DSHM shall provide for periodic backup
copies of the database to be recorded and saved on magnetic media, such
as Zip disks or tape cassettes. 3.15- DSHM shall have a feature to copy
all records relating to a single student to a floppy disk and shall
have a feature to import student health records from a floppy disk
created by DSHM elsewhere. 3.16- DSHM shall import student and
parent/guardian demographic information from Chancery Win School. 3.17-
Each copy of Single-user DSHM shall include a site license for use by
one DoDEA health care professional at up to two DoDEA schools. 3.18-
Each copy of Multiple-user DSHM shall include a site license for
simultaneous database access by at least two DoDEA health care
professionals at one DoDEA school. Multiple-user DSHM shall be
installed as networked software on a LAN under either Novell Netware or
Windows NT. 3.19- At each DoDEA District which has a minimum of five
site licenses, the contractor shall allow DoDEA to install additional
copies of the software at no additional charge, for training and
software maintenance purposes only. The contractor shall also allow
DoDEA to install copies of the software at DoDEA HQ and at the two
DoDEA Area Service Centers for training and software maintenance
purposes only. 3.20- Each site license shall be freely transferable
from the initial site to any other DoDEA site for any reason
whatsoever, at the sole discretion of the government. For example, in
the event that DoDEA chooses to close a school which held a site
license, DoDEA may then open a new school using the closed school's
site license, without paying any additional fee for the transfer of the
site license. 3.21- The one-time software purchase price shall include
all cost of software maintenance for the first year. 3.22- Software
maintenance shall include operation of a technical support help desk
which DoDEA users can contact by phone and by Email, software
corrective updates and any product upgrades which are released as part
of normal product development. 3.23- The DSHM contract shall include
"train-the-trainer" training for DoDEA users, which shall be conducted
at government facilities, with classes of up to sixteen students. The
DSHM contractor shall provide the trainer for the training sessions
and shall provide the government sixteen copies of all training
materials for each session. 3.24- The DSHM contract shall also include
on-site technical support priced on a per-day basis. Contractor
on-site technical support personnel shall provide any and all of the
following services: 1) end-user training (NOT train-the-trainer), 2)
software installation & implementation, and 3) software
customization/tailoring to specific user requirements. The nature of
on-site technical support services required will be specified by the
government when the services are ordered. When on-site technical
support services are used for end-user training, the contractor shall
provide one copy of all training materials to the government one week
before the training begins, with unlimited rights to copy for internal
government use. 3.25- Contractor travel expenses shall be reimbursed
in accordance with the Joint Travel Regulation. 3.26- DSHM shall be Y2K
compliant (see 7.0). 4.0-SCHEDULE FOR DELIVERY AND SUPPORT- The
successful offeror shall provide copies of the software and complete
documentation to all sites specified by the government in a delivery
order within 30 days after receipt of order (ARO). All shipping costs
to CONUS addresses or to APO/FPO for overseas activities shall be
included in the quoted prices. All shipping shall be by first class
mail. Training and On-site Technical Support services shall begin when
scheduled by the government, but not prior to 30 days ARO. 5.0-
TESTING, TRAINING AND TECHNICAL SUPPORT- The successful offeror shall
provide a toll-free (CONUS) hot-line telephone technical support during
a minimum of eight hours each day except weekends and government
holidays. The successful offeror shall provide two types of training:
1) a user-training course which lasts no more than two full days, and
provides complete training for an end-user of the software; 2) a
train-the-trainer course which lasts no more than three full days, and
provides complete training for a candidate who will serve as a trainer
for end-users. Training prices shall be proposed for on-site training
at government facilities, which may be in CONUS, Europe, Japan or
Okinawa. "Train-the-trainer" training provided at a government facility
shall be priced on a per-session basis, and the contractor shall
provide sixteen (16) original copies of all training materials. The
government will provide a classroom and equipment for student use.
End-user training is included as one of the services available under
On-site Technical Support (see 3.24). When end-user training is
required under the On-site Technical Support service, the government
will reproduce copies of the training materials from an original
provided at least one week in advance by the contractor. The trainees
shall retain all training materials provided. Contractor travel
required to conduct classes at government facilities shall be
compensated IAW the Joint Travel Regulations. The amount of contractor
required travel for training will be specified when delivery orders
are issued. 6.0-DESCRIPTIVE LITERATURE FOR EVALUATION PURPOSES-
Submission of descriptive literature, one copy of all
"train-the-trainer" training materials, one copy of all end-user
training materials, one copy of the standard commercial software
licensing agreement, two copies of all proposed software and a detailed
technical proposal responding to each specified requirement is required
for this procurement. Descriptive literature shall describe all aspects
of functional use and operation of the software. The government will
install and test the proposed software on one or more Pentium 133 MHz
computers, with minimum 16 MB RAM and minimum 100 MB free hard disk,
running under Windows for Workgroups or Windows 95/98. The DSHM
Multiple user software will also be installed as network software in a
client/server mode, using a 200 MHz or higher Pentium with minimum 32
MB RAM and minimum 500 MB free hard disk, running under Windows NT.
The software is required to function properly in both configurations.
The technical proposal shall describe the offeror's proposed technical
support, warranty and license terms and conditions for the software,
and shall include names, addresses and telephone numbers for a minimum
of six current customers, who are users of the proposed software and
are willing to provide information regarding their experience with your
company and product. 7.0-YEAR 2000 COMPLIANT-The Offeror warrants that
each item of software and firmware delivered or developed under this
purchase order shall be able to accurately process date data
(including, but not limited to, calculating, comparing, and sequencing)
from, into, and between the twentieth and twenty-first centuries,
including leap year calculations, when used in accordance with the item
documentation provided by the offeror, provided that all listed or
unlisted items used in combination with such listed item properly
exchange date data with it. Purchased items must perform as a system in
accordance with the Offeror's warranty. That warranty shall apply to
the purchased items as a system. The duration of this warranty and the
remedies available to the Government for breach of this warranty shall
be as defined in, and subject to, the terms and limitations of any
general warranty provisions, provided that not withstanding any
provision to the contrary in such warranty provisions(s), or in the
absence of any such provision(s), the repair or replacement of any
listed item whose non-compliance is discovered and made known to the
offeror in writing within ninety (90) days after acceptance. Nothing in
this warranty shall be construed to limit any rights or remedies the
Government may otherwise have under this contract with respect to
defects other than Year 2000 performance. 8.0-EVALUATION-The offerors
shall explain in their proposals whether or not their solution meets
each of the requirements detailed in this synopsis/solicitation. The
proposal shall address each item in "3.0 REQUIREMENTS" individually.
The government will install and test the proposed software, and will
evaluate the software for: 1. Suitability for use in DoDEA schools.
This part of the evaluation will include an assessment of: a) degree of
compliance with stated requirements, b) completeness of medical data
maintained (e. g., medical conditions, prescribed medications,
immunizations, test results, injuries, etc.), c) completeness of
demographic and point-of-contact information (e. g., student
information, parent/guardian information, emergency point-of-contact
information, etc.), d) security of data maintained. 2. Ease-of-use for
school medical personnel. This part of the evaluation will include an
assessment of: a) ease of customization by DoDEA personnel, b)
efficiency of data entry, c) feature for data transfer from the Win
School database, d) mechanism for ad hoc queries and reports, e)
provisions for data backup and transfer to other schools. 3.
Integration into the DoDEA hardware/software environment. This part of
the evaluation will include an assessment of: a) compatibility with
other DoDEA software, primarily Chancery Win School, Novell Netware,
Microsoft Windows 3.x/95/NT, and Microsoft Office, b) quality of
documentation, technical support, help function and training materials,
c) degree to which the software can be implemented within existing
DoDEA hardware/software configurations without requiring upgrades. No
offerors will be allowed to observe or participate in any of the
testing. It is anticipated that a firm-fixed price indefinite-delivery,
indefinite-quantity single award contract will result from this RFP.
The government will award a purchase order to the offeror that provides
the greatest overall benefit in response to this synopsis/solicitation
including price and other factors -- this is a best value procurement.
The performance of the software in the government software test and
evaluation will be the most important factor in the evaluation. Cost to
the government will be the second most important factor. Past
performance will also be evaluated, as the third most important factor.
The selected offeror must demonstrate an acceptable past performance
record by submitting the names, addresses and telephone numbers of at
least six (6) current customers who will provide information concerning
the quality of the product(s) and support provided by the offeror. Each
offeror must also complete and submit a copy of the cost model, which
is available on the DoDEA internet web site at
ftp://www.odedodea.edu/mis/dshm/dshmcost.xls. The cost model includes
the contract line item numbers, quantities and units of measure which
are being solicited. The cost model provides for evaluating the cost of
complete, DoDEA-wide implementation (approximately 257 sites). The cost
proposal shall be prepared using the cost model and shall be submitted
on 3.5 inch floppy diskette, together with a hardcopy printout of the
completed model. The hardcopy printout shall constitute the offeror's
proposed pricing. Failure of an offeror to submit descriptive
literature for a proposed product will result in that product being
rejected from further consideration. Further, a technical proposal
which fails to show the extent to which the proposed solution complies
with the requirements stated above will result in the rejection of
that proposal. All responsible sources may submit a proposal, which
will be considered by the government. The SIC for this acquisition is
7030. This acquisition has NOT been designated as a Small or Small and
Disadvantaged Business set-aside, but note that FAR clauses 52.219-8
and 52.222-26 are included by reference. All offerors must be
preregistered with DoD -- see the clause at
http://farsite.hill.af.mil/reghtml/dfars/dfars52a.htm#P448_25208.
Offerors are to include a completed copy of the provisions at
52.212-3-Offeror Representations and Certifications-Commercial Items
with their bid. The following clauses also apply: 52.212-1 Instructions
to Offeror-Commercial Items, 52.212-2 Evaluation-Commercial Items,
52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Items including clauses checked at (b)(1)
52.203-6 Alt 1, (b)(5) 52.219-8, (b)(12) 52.222-26, (b)(13) 52.222-35,
(b)(14) 52.222-36, (b)(15) 52.222-37, and (b)(22) 52.232-33. DFARS
252.227-7015, Technical Data Commercial Items. This solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-11. The clauses are
incorporated by reference, with the same force and effect as if they
were given in full text. Clauses can be viewed in full text at the
following Internet Addresses: WWW.ARNET.gov and WWW.GSA.gov/FAR/.
Quotes are being solicited on an unrestricted basis. The due date for
submission of proposals is 14 June, 1999 at 2:00 PM local time to DoD
Education Activity, Procurement Division, Attn: Melissa Phillips, 4040
N. Fairfax Dr., Arlington, VA 22203-1635. Award is anticipated by 30
July 1999. All requests for information regarding this solicitation are
to be directed to Melissa Phillips, Contract Specialist -- (703)
696-3846 ext. 1414 or Vicki Liedel, Contracting Officer at (703)
696-3844, ext. 1411. Technical and/or administrative questions must be
received no later than five (5) business days after publication of
this notice and may be tele-faxed to (703) 696-3749 or (703) 696-4871,
or mailed to the address for submission of proposals shown above. Or,
you can E-Mail your questions to mphillip@hq.odedodea.edu. In order to
prepare the offeror's mailing list as well as distribution of possible
amendments to the solicitation, please fax your company's name,
address, telephone and fax numbers, and point of contact as soon as
possible. Failure to do so will preclude DoDEA from the responsibility
of providing you with possible amendments or other required
information. It is the vendor's responsibility to make sure that the
named DoDEA representative has received all faxed and/or E-mail Posted
05/26/99 (W-SN336146). (0146) Loren Data Corp. http://www.ld.com (SYN# 0380 19990528\70-0014.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|