Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2011 FBO #3576
SOLICITATION NOTICE

70 -- MENTAL HEALTH PROJECT MANAGEMENT SOFTWARE SYSTEM

Notice Date
9/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV11T0341
 
Response Due
9/19/2011
 
Archive Date
11/18/2011
 
Point of Contact
Joanne Keyser, 706-787-7570
 
E-Mail Address
Southeast Regional Contracting Office
(joanne.keyser@amedd.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. The solicitation number is W91YTV-11-T-0341 and the solicitation is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. This requirement is a competitive 100% set aside for Small Businesses (SB). The associated North American Industry Classification System (NAICS) code for this procurement is 511210 with a dollar limitation of $18M. The Fox Army Health Clinic, Redstone Arsenal, Alabama, has a requirement for mental health software project management system and integration as described in the attached Performance Work Statement (PWS). The software is required to be integrated and compatible with the AHLTA system network. The Contract Line Item Numbers, quantities and units of measure for the software network, and integration are: ITEM NO., DESCRIPTION, QUANTITY, UNIT of MEASURE, PRICE per UNIT, TOTAL PRICE is requested for the following CLINs: 0001Pre-Registration Perpetual License, 6 EA 0002Scheduling Calendar Perpetual License, 6 EA 0003Assessments Perpetual License, 6 EA 0004Treatment Plans Perpetual License, 6 EA 0005Progress Notes Perpetual License, 6 EA 0006Electronic Filing Cabinet Perpetual License, 6 EA 0007AHLTA Interface Gateway IAW Attached PWS, 1 LOT 0008Reporting Perpetual License, 6 EA 0009Annual Software Maintenance (Next Business Day), 1 YR 0010On Site End-User Training (5 day), 1 LOT 0011On Site Admin Technical Training (2 day), 1 LOT 0012Implementation Services IAW Attached PWS, 1 LOT 0013Project Management Services - IAW Attached PWS, 1 LOT TOTAL AMOUNT of QUOTE: $___________ This solicitation must be quoted all or none. The Performance Work Statement (PWS) for the above referenced software system for Fox Army Health Clinic, Redstone Arsenal, AL, is provided as Attachment A. The Period of Performance is from 01 October 2011 through 30 September 2012. This requirement is being solicited as a Nonpersonal Service, Firm Fixed Price, contract type. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition with the following addendum: Add paragraph: (m) 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. The provisions at FAR 52.212-2 Evaluation Commercial Items (Jan 1999) apply to this solicitation. Paragraphs (b) and (c) apply to this acquisition. As an addendum to FAR 52.212-2, paragraph (a) is replaced with the following: The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation is the Lowest Priced, Technically Acceptable (LPTA) Offeror on the basis of the lowest evaluated price of quotes meeting or exceeding the technical acceptability. Full text of provisions and clauses may be accessed electronically at the following address: http://www.arnet.gov/far. End of Addendum to 52.212-2. Offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (AUG 2011) and Alternate I (APR 2011) with their quote. The following solicitation provisions are incorporated herein by reference: 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008); FAR 52.212-4, Contract Terms and Conditions- Commercial Items (June 2010) paragraph (a) through (t) applies to this acquisition. The following is incorporated as an Addendum to 52.212-4: paragraph (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 for locations where full text can be found. The following stand alone discretionary FAR and DFARS Clauses are incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010); 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Dec 2010); 52.219-28 Post Award Small Business Program Rerepresentation (APR 2009); 52.222-3, Convict Labor (JUN 2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (JUL 2010); 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007); 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010); 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997); 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010); 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008); 252.204-7004 Central Contractor Registration (52.204-7); 52.232-33 Payment By Electronic Funds Transfer Central Contractor Registration (OCT 2003); 52.233-3, Protest After Award (AUG 1996); and 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); DFARS 252.201-7000 Contracting Officer's Representative (DEC 1991); DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (JAN 2009); 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009); 252.204-7003 Control of Government Personnel Work Product (APR 1992); 252.232-7010 Levies on Contract Payments (DEC 2006); 252.225-7002 -- Qualifying Country Sources As Subcontractors (APR 2003); 252.225-7036 - Buy American Act-Free Trade Agreements-Balance Of Payments Program (DEC 2010); 252.229-7000 -- Invoices Exclusive Of Taxes Or Duties (JUN 1997); 252.229-7001 -- Tax Relief (JUN 1997); and, 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (DEC 2010) (Deviation); 52.225-25 -- Prohibition On Engaging In Sanctioned Activities Relating To Iran-Certification (SEP 2010); AND, 52.252-5 -- Authorized Deviations In Provisions (APR 1984); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2011) Deviation applies to this acquisition; FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) with the websites noted in the last paragraph of this solicitation provided for access to full text of provisions and clauses; 52.252-6 Authorized Deviations in Clauses (APR 1984) with the words: DoD FAR Supplement 48 CFR Chapter 2 inserted in paragraph b; DFARS 252.204-7008 Export Controlled Items (APR 2010); and Local Clause (LC) 5002 Wide Area Workflow Clause: WIDE AREA WORKFLOW (WAWF) ARMY ELECTRONIC INVOICING INSTRUCTIONS Electronic Submission of Payment Request Contractor shall submit payment request using the Contracting Officer, the contract administration office, and the payment office. _X__ Wide Area Workflow -Receipt and Acceptance (WAWF-RA) (see instructions below) ___ Web Invoicing System (WInS) ___ American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats ___ Other (please specify)____________________________________ DFAS POC and Phone:___CUSTOMER SERVICE 1-800-553-0527 WAWF-RA is the method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractor electing to use WAWF-RA shall (i) register to use WAWF-RA at https://wawf.eb.mil and (ii) ensure an electronic business point of contract (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF- RA Instructions - Questions concerning payments should be directed to the Defense Finance and Accounting Service: HQ 0409 You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire status of your payment. The following codes and information will be required to assure successful flow of WAWF-RA documents. TYPE OF DOCUMENT[X the appropriate block] ___ Commercial Item Financing ___ Construction Invoice (Contractor Only) ___ Invoice (Contractor Only) _X_ Invoice and Receiving Report (COMBO) ___ Invoice as 2-in-1 (Services Only) ___ Performance Based Payment (Government Only) ___ Progress Payment (Government Only) ___ Cost Voucher (Government Only) ___ Receiving Report (Government Only) ___ Receiving Report With UID Data (Government Only) ___ Summary Cost Voucher (Government Only) CAGE CODE: ISSUE BY DODAAC: W91YTV ADMIN BY DODAAC: W91YTV INSPECT BY DODAAC: W31POY ACCEPT BY DODAAC:W31POY SHIP TO DODAAC: W31POY LOCAL PROCESSING OFFICE DODDAC: N/A PAYMENT OFFICE FISCAL STATION CODE: SEE BLOCK 18A of SF 1449 EMAIL POINTS OF CONTACT LISTING: (Provided at the time of award) INSPECTOR: (Provided at the time of award) ACCEPTOR: (Provided at the time of award) RECEIVING OFFICE POC: (Provided at the time of award) CONTRACT ADMINISTRATOR: Ms. Joanne Keyser CONTRACTING OFFICER: Ms. Gloria Brogsdale For more information contact Ms. Joanne Keyser via email joanne.keyser@us.army.mil (End of clause) Reference FAR 52.252-1 and 52.252-2, full text of provisions and clauses may be accessed electronically at the following address: http://www.arnet.gov/far or www.dtic.mil/dfars or www.farsite/hill.af.mil. Reference Attachment A - Performance Work Statement (PWS). All responsible sources must submit one copy of the technical quote, including software description and integration services; and, one copy of the price quote containing the completed CLINs table contained herein to ATTN: Joanne Keyser, Contract Specialist via fax at 706-787-6573 or e-mail: joanne.keyser@us.army.mil by 11:00 am EST, Sept 19, 2011. For information regarding this solicitation you may contact Joanne Keyser, Contract Specialist via phone: 706-787-7570 or by e-mail.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV11T0341/listing.html)
 
Place of Performance
Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
Zip Code: 30905-5650
 
Record
SN02566078-W 20110909/110908000206-f816356c8ed7cd491e2be51fed84f727 (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.