Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2011 FBO #3333
SOLICITATION NOTICE

70 -- Western Regional Contracting Office (WRCO), William Beaumont Army Medical Center has a requirement for a Nursing Template Charting System.

Notice Date
1/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU011T0048
 
Response Due
1/18/2011
 
Archive Date
3/19/2011
 
Point of Contact
Marisela Galarza, 915-569-1575
 
E-Mail Address
Western Regional Contracting Office
(marisela.galarza@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Western Regional Contracting Office (WRCO), William Beaumont Army Medical Center has a requirement for a Nursing Template Charting System: Base Period of 01 February 2011 through 31 January 2012 (to include 3 option periods ending 31 January 2015); LINE ITEM 0001 (12 Months) - Request for Quotes- Nursing Template Charting System BRAND NAME OR EQUAL: SEE ATTACHEMENT 1 FOR SALIENT CHARACTERISTICS. Product Name: The T-System For Nurses, Manufacture: T-System. (Provide pricing for all line items requested). This announcement is prepared in accordance with FAR Part 12 Commercial Items with additional information included in this notice. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210. Standard Industrial Classification (SIC) $25M. Federal Supply Class/Service (FSC/SVC) 7030. This acquisition is Set Aside: 100% SB. These Supplies are for William Beaumont Army Medical Center, Emergency Department, 5005 N. Piedras, El Paso, TX 79920-5001. To be eligible to receive an agreement with the federal government, interested parties must be registered in the Central Vendor Register (CCR) online at www.ccr.gov. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following clauses apply to this acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-4 Addendum: (u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. (End of Addendum to 52.212-4). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation); 52.217-9 Option to Extend the Term of the Contract; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Safeguard; 52-222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-43 Fair Labor Standards Act and Service Contract Act- Price Adjustment, 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-18 Availability of Funds, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.242-13 Bankruptcy; 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviations in Clauses. The following DFARS clauses apply: 252.203-7000 Requirements Relating to Compensation Of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control Of Government Personnel Work Product; 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing Of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment. WAWF Instructions (local clause available via e-mail request). Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 18 January 2011, 12:00pm Mountain Standard Time. Submit offers via fax to (915) 569-1575 or email to Marisela.galarza@us.army.mil (Preferred) The following provisions will be included in the established agreements: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-1 Addendum, the following changes apply: (m) FAR 52.212-3 Complete and submit offeror Representations and Certificates with the proposal or submit electronically in ORCA. https://orca.bpn.gov/. (n) Return completed Company Quote to include all pricing on all line items (option years included). Solicitation can be in PDF or Word format. The proposal can be emailed (preferred) to Marisela.Galarza@us.army.mil or Faxed to 915-569-4736. (o) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 herein for locations where full text can be found. (End of Addendum 52.212-1). 52.211-6 Brand Name or Equal; 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 52.252-1 Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil/); 252.212-7000 Offeror Representations and Certifications-Commercial Items. 252.225-7000 Buy American Act- Balance of Payments Program Certificate. 52.212-2 Evaluation-Commercial Items; (a) The Government will award a 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: TECHNICAL ACCEPTABILITY AND PRICE. A. Technical acceptability: If providing an equal product, comply with FAR Part 52.211-6, Brand Name or Equal. Technical capability and compatibility of the items offered to meet the Government's requirement. Equal product must meet all salient characteristics provided in ATTACHMENT 1 to be considered technically acceptable and product literature must be provided along with the quote. B. Delivery- The required delivery date is 01 February 2011. C. Price: Prices will be evaluated for fair and reasonableness. Only those quotes rated technically acceptable will be further evaluated for price. Evaluation Process: All quotes will be evaluated based on their technical acceptability. The award decision will be based on the lowest priced, technically acceptable quote. To be considered technically acceptable, the offeror shall submit a quote on the brand name or equal requested. Award will be on an all or none basis; the offeror shall submit prices on all CLINs. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.212-2 Addendum, includes the following to paragraph (a): The Government will evaluate each quote strictly in accordance with its contents. A quote that is unrealistic in terms of technical quality or price will be deemed reflective of an inherent lack of technical competence or indicative of failure to comprehend the complexity and risks of the contractual requirements. Such quotes may be determined unacceptable. Award will be made to the lowest-price, technically-acceptable offeror. Award will be made to the offeror that presents the quote that possesses all of the following characteristics: (1) meets the acceptability standards, (2) conforms to the solicitation, (3) determined acceptable to the Government, (4) is from a responsible (as defined in Federal Acquisition Regulation Part 9) offeror, and (5) has the lowest price of those offerors meeting the first four characteristics listed here. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate quotes and award a contract without discussions. Therefore, each initial offer shall contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the Contracting Officer to be necessary. TECHNICAL EVALUATION STANDARDS: (1) Acceptable - A proposal that satisfies all of the Government's requirements with minimal detail to indicate feasibility of the approach and shows a minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Government's requirements. (2) Unacceptable - A proposal that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk and none of these conditions can be corrected without a major rewrite or revision of the proposal. (End of 52.212-2 Addendum); 52.212-3 Offeror Representations and Certifications-Commercial Items Alt I. (Offerors must complete FAR 52.212-3 Offerors Representations and Certifications - Commercial items or do so on-line at http://orca.bpn.gov). ATTACHEMENT 1 Salient Characteristics Salient Characteristics: 1. The contractor shall provide two forms of in-house reproduction capabilities; 1) software that can print the template stock and 2) allows for reproduction utilizing reproduction capabilities within WBAMC facility for stocking of the templates. These will be updated quarterly in both electronic and paper versions. 2. Medical Charting System for Nurses must include 28 comprehensive templates that will serve as the nurses' record of patient encounters for the Emergency Department at William Beaumont Army Medical Center. Templates must cover virtually all presenting complaints in a variety of categories to include but not limited to medicine trauma, pediatrics, OB/GYN, Head Trauma, Leg Trauma, Arm Trauma and Multiple Traumas, and more. These templates serve as the nurses' record of the Emergency Department patient encounter. Legible documentation is easy with the use of simple circles and backslashes that allow nurses to clearly and quickly record positive and negative findings. These templates must have graphical depictions of the general trauma/illness area of the human anatomy. Use of current marking system will be utilized by Nursing Templates and must utilize same format and criteria that is currently utilized using T-system Doctor, to include aspect of triage and vitals and specific to but not limited to minor and major trauma patients to general patient care. 3. Provide a shelving unit with wheels for easily relocating unit within the Emergency Room. This unit must be capable of holding 28 each of up to 28 different types of templates. These will be provided as needed for storage of paper media. 4. Provide ongoing support for all related materials, training, new template development, adjustment of template content, and general trouble-shooting to meet current standard based on T-system Templates that are utilized in WBAMC, Emergency Department.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU011T0048/listing.html)
 
Place of Performance
Address: Western Regional Contracting Office, William Beaumont Army Medical Center ATTN: 5005 North Piedras ST El Paso TX
Zip Code: 79920-5001
 
Record
SN02356168-W 20110109/110107234003-c42a1d469f7172016f3eb514a63adeea (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.