Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2010 FBO #3170
SOLICITATION NOTICE

70 -- ImageGear Server License

Notice Date
7/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
IHS1104729
 
Archive Date
8/21/2010
 
Point of Contact
Anthony Webb, Phone: 301-443-3580, Rosanna Browning, Phone: 301-443-6931
 
E-Mail Address
anthony.webb@psc.hhs.gov, Rosanna.Browning@psc.gov
(anthony.webb@psc.hhs.gov, Rosanna.Browning@psc.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Health and Human Services/Indian Health Service/Office of Information Technology through the Program Support Center/ Division of Acquisition Management intends to award a sole source simplified acquisition to Pegasus Imaging Corporation, 4001 North Riverside Drive, Tampa, FL 33603. The solicitation number is IHS1104729 and it is issued as request for quotation (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. The associated NAICS code is 511210 and the small business size standard is $25 Million. This is an American Recovery and Reinvestment Act procurement. Pursuant to FAR 52.204-11, American Recovery and Reinvestment Act - Reporting Requirements, Contractors are required to register by October 1, 2010 and file their first report by October 1, 2010, at www.FederalReporting.gov. All contract line items shall be funded through the American Recovery and Reinvestment Act. The contract line items are as follows: CLIN 1------------- IG MD SVR License: Medical W32 Medical Imaging Functionality Configuration: Active Server Quantity: 5 CLIN 2 ------------- IG MD SVR License: Medical W32 Medical Imaging Functionality Configuration: Fail Over Server Quantity: 5 Site Locations: Tuscon Area Alberdeen Area Bemidji Area Kodiak, AK Kotzebue, AK Period of Performance: 12 months from date of installation Brand Name Justification: IHS adopted the Veteran’s Health Administration (VHA) VistA Imaging (VI) System program in 2006, to serve as its multimedia component for the RPMS Electronic Health Record (EHR). VI enables EHR users to view scanned documents and clinical images (photos, radiographs, etc.) that are linked to a patient’s electronic record. It also provides Picture Archiving and Communication System (PACS) capabilities for the long-term storage of images. Because VI is classified as a Medical Device by the FDA, the VHA’s VI development office is required to certify hardware and software configurations that are available for sites to purchase. Sites with VI Systems run a certified configuration in order to remain in compliance. IHS is in the process of procuring new VI equipment and software for the Areas not currently using the program and purchasing additional equipment for the Areas that need to expand. The VA has certified the ImageGear software for the VistA Imaging System and it is required for all VistA Imaging Systems. ImageGear is only produced by Pegasus Imaging Corporation. Pegasus does not have resellers for the IG MD SVR License: Medical W32 Medical Imaging Functionality Configuration. Terms and Conditions: The provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2 is not applicable. The Government will award a purchase order resulting from this synopsis/solicitation to the responsible lowest priced offeror that meets all of the technical requirements. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Please note: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (MAR 2009), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (DEC 2009), Alternate II (DEC 2009) applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010), (4) 52.204-11, American Recovery and Reinvestment Act—Reporting Requirements (Jul 2010), (8) (i) 52.219-6, Notice of Total Small Business Aside (June 2003), (10) 52.219-8, Utilization of Small Business Concerns (May 2004), 18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009), (19) 52.222-3, Convict Labor (June 2003), (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010), (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (22) 52.222-26, Equal Opportunity (Mar 2007), (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008), (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). THE PROPOSED SIMPLIFIED ACQUISITION IS FOR PRODUCTS FOR WHICH THE GOVERNMENT INTENDS TO SOLICIT AND NEGOTIATE WITH ONLY ONE SOURCE (FAR 13.106-1). A DETERMINATION BY THE GOVERNMENT NOT TO COMPETE THIS PROPOSED SIMPLIFIED ACQUISITION BASED UPON RESPONSES TO THIS NOTICE IS SOLELY WITHIN THE DISCRETION OF THE GOVERNMENT. CONTRACTORS MAY FORWARD CAPABILITY STATEMENTS TO THE REFERENCED EMAIL ADDRESS. INFORMATION RECEIVED WILL NORMALLY BE CONSIDERED SOLELY FOR THE PURPOSE OF DETERMINING WHETHER TO CONDUCT A COMPETITIVE PROCUREMENT. Responses are due on Friday, August 6, 2010 @ 5:00 PM EST electronically to the Contract Specialist. Please contact Anthony Webb, Contract Specialist, 301-443-3580, anthony.webb@psc.hhs.gov, regarding this synopsis/solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/IHS1104729/listing.html)
 
Place of Performance
Address: Phoenix, Arizona, 85004, United States
Zip Code: 85004
 
Record
SN02221196-W 20100730/100728235911-1875135cf317143a3f26d1bdd7085f6b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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