Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2011 FBO #3647
SOLICITATION NOTICE

70 -- Combined Synopsis/Solicitation - Clinical Reference Database

Notice Date
11/17/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
N62645 Naval Medical Logistics Command 693 Neiman Street Ft. Detrick, MD
 
ZIP Code
00000
 
Solicitation Number
N68901RCW0006
 
Response Due
12/19/2011
 
Archive Date
1/3/2012
 
Point of Contact
Courtney Piar 301-619-7467
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR FAR 12.6, Streamlined Procedures for Commercial Items, as supplemented with additional information included in this notice. Also, this acquisition is being conducted under FAR 13.5, Test Program Procedures for Certain Commercial Items. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N68901RCW0006. The solicitation is issued as Request for Proposal (RFP). Provisions and clauses in effect through Federal Acquisition Circular 05-24 are incorporated. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 541519, with a small business size of 500 employees. This is a Full and Open Competition requirement; all qualified vendors are encouraged to submit a proposal. The Naval Medical Logistics Command request responses from qualified sources capable of providing an annual subscription to a clinical reference database as per the below Statement of Work: CLINICAL REFERENCE DATABASE STATEMENT OF WORK 1. BACKGROUND NAVMISSA is Navy Medicine ™s center for Information Management and Information Technology (IM/IT). The Commanding Officer (CO) is responsible for the organization and management of the command to accomplish its mission effectively and economically. The Chief Information Officer (CIO) of the Bureau of Medicine & Surgery (BUMED) is the functional lead for all Navy Medical IM/IT activities. NAVMISSA ™s mission is to provide and coordinate the operation and centralized control of integrated automated information systems (AIS) on a world-wide basis, as directed by the CIO BUMED and higher authority; to cooperate with other government agencies in AIS matters; and to collect, analyze and provide health care and other related data in support of the Naval Medical (NAVMED) department requirements. Navy health care professionals require access to an accurate, complete, unbiased, evidence-based and peer reviewed clinical information to be used at the point of care (chairside). This statement of work is for an annual subscription to a clinical reference database. 2. SCOPE This statement of work is for an annual subscription to an electronic clinical reference database. This electronic clinical reference topical review database subscription is required to support Navy Medicine physicians and clinical staff for authoritative, peer-reviewed, evidence-based medical information. This topical review database is required for physicians and medics as a first-line comprehensive and primary source of information. The contract period of performance will be a base year plus 4 option years. 3. REQUIREMENTS 3.1 CONTENT The product will : 3.1.1 Provide full-text, comprehensive topical medical reviews, referenced with current, authoritative medical literature hyperlinked to MEDLINE abstracts. 3.1.2 Provide content that is based on current literature and reviewed and have major content updates at least 3 times per year. 3.1.3 Provide content that is written at the medical provider level and be written by expert physicians in the specialty and peer reviewed by other experts in the specialty; credentials and affiliations of the authors and reviews shall be included in the content. 3.1.4 Provide content that covers (at a minimum): Adult and Pediatric Emergency Medicine Adult Primary Care and Internal Medicine Allergy Immunology Cardiovascular Medicine Dermatology Drug Information Endocrinology Family Medicine Gastroenterology Hematology Infectious Diseases Nephrology Hypertension Neurology Obstetrics, Gynecology and Women ™s Health Oncology, Pediatrics Psychiatry Pulmonary. Critical Care and Sleep Medicine Rheumatology Surgery 3.1.5 Provide content that also covers pathophysiology, diagnosis, prognosis, etiology, laboratory tests, and recommended treatment of medical conditions with grading of evidence if appropriate. 3.1.6 Provide content that is synthesized into clear and concise answers. 3.1.7 Provide content that includes both pediatric and adult topics and the ability to sort content by age group. 3.1.8 Provide interactive medical specialty calculators, i.e. cardiac output, peak expiratory flow, etc. 3.1.9 Provide a fully integrated drug database including drug to drug interaction information. 3.1.10 Provide prescribing, dosing, and adverse effects of drugs listed for treatment reviews. 3.1.11 Provide information about laboratory tests including normative values, contraindications and risks. 3.2 FUNCTIONAL The product shall: 3.2.1 Include a fully tested, functional and of commercial quality DVD (s) containing all the same topic reviews as the online version in their entirety. Due to the lack of internet connectivity on ships and deployed, remote locations, this requirement is of utmost importance. 3.2.2 Have search tools enabling users to find/retrieve all medical topic reviews on search topics in one interface including drop-down menus of possible matches after typing the first few characters. 3.2.3 Map from common synonyms, abbreviations, and acronyms. 3.2.4 Ensure users have the capability to print, email, and download full-text topic reviews. 3.2.5 Have a search interface that is customer-friendly and effective at retrieving relevant content quickly and easily. 3.2.6 Enable authorized users to retrieve full-text topic reviews that can stand alone. 3.2.7 Provide date of record/review update. 3.2.8 Provide a stand-alone complete database that does not require a subscription to other products to retrieve a complete medical topic review. 3.2.9 Provide alerting features to notify users of new content since the last update. Alert content shall focus on information that is patient-oriented and with the potential to change current practice of health care providers. 3.2.10 Provide a simple grading system for evidence. 3.2.11 Ensure content is searchable with words or phrases in titles and content and by subject. 3.2.12 Provide cross links to other relevant information in the database. 3.2.13 Provide references that link to PubMed and to subscribed content through an Open URL Link Resolver. 3.2.14 Provide patient education handouts within the database. 3.2.15 Provide continuing medical education credits certified by the Accreditation Council for Medical Education. Physicians shall receive AMA Category 1 CME for each search performed. Users shall be able to track CME activity after establishing an account. 3.2.16 Be compliant with śMyAthens ť proxy solution. 3.2.17 Be capable of multiple, simultaneous access via Internet. 3.2.18 Be comparable with Army and AF clinical reference database products. Due to the increasing movement toward joint military activities, as well as recognizing the impact of realignments and consolidations resulting from the BRAC, has prompted further consideration of seeking a tri-service solution for knowledge-based electronic medical resources. Particularly given that medical personnel from different services will be working side-by-side, ensuring equal access to a clinical reference database on which to assist in making clinical decisions, will help promote consistently high quality care and patient safety. 3.3 SUPPORT The vendor shall: 3.3.1 Provide telephone and email technical support 365/24/7. 3.3.2 Provide a monthly usage report to the NAVMISSA PM displaying the number of users, IP identification and the number of reviews accessed. 4. PERIOD OF PERFORMANCE Base Year - 1 Jan 2012 “ 31 Dec 2012 Option Year 1 - 1 Jan 2013 “ 31 Dec 2013 Option Year 2 - 1 Jan 2014 “ 31 Oct 2014 Option Year 3 - 1 Jan 2015 “ 31 Oct 2015 Option Year 4 - 1 Jan 2016 “ 31 Oct 2016 EVALUATION CRITERIA: The Government will award a contract resulting from this solicitation to the offeror whose submission, conforming to the solicitation; will be the most advantageous to the Government. Offerors shall provide their best, complete quote upon initial submission. The Government reserves the right to hold discussions if deemed necessary by the Contracting Officer. A Technical Evaluation Panel will evaluate all technical proposals based on the quotes/documentation provided. The evaluations will be based on the evaluation criteria set forth below. Basis for Award: Award will be made on a competitive best value basis, using śtradeoff ť among price and non-price factors. The Government may elect to award to other than the lowest priced offeror, or other than the offeror with the highest rated non-price proposal. In either case, a tradeoff will be conducted. Non-Price factors will include: Technical Approach and Past Performance. Past Performance will be evaluated independently from the other non-price evaluation factors. The non-price evaluation criteria are listed below. (1) Technical Approach (2) Past Performance Technical Approach is more important than Past Performance. Government evaluators will not assume that the offeror possesses any capability or knowledge unless it is specified in the proposal. The non-price factors (Technical Approach and Past Performance) are more important in their totality than price. The following criteria will be used to evaluate the proposal. Technical Approach: The Government will evaluate the degree to which the offered product meets or exceeds the Content (3.1), Functional (3.2) and Support (3.3) requirements described in this solicitation. Past Performance: Offerors shall submit a list of at least three (3) but no more than five (5) Clinical Reference Database subscribers within the last 3 years, including locations, verified points of contact, and dates of performance. The Government will not restrict its past performance evaluation to information submitted by offerors, but may also consider any relevant information in its possession and may contact references for additional information. Vendors having no relevant past performance shall include a statement to this fact in their technical proposal. Price: (All CLINs shall be priced.) The offeror's initial proposal shall contain the offeror's best terms from a price and technical standpoint. I. Completeness. The offeror has submitted CLIN total price, total contract price, completed all required representations and certifications, and acknowledged all amendments to the solicitation. II. Reasonableness. The Government's determination that the proposed price is fair and reasonable based on a price analysis. The degree to which the offeror's proposed price represents a fair and reasonable price will be evaluated using the techniques in FAR 13.501, which provides that comparison of the proposed prices will usually satisfy the requirement for price analysis. Rating Standard Definitions TECHNICAL RATING STANDARDS RatingDescription OutstandingProposal meets requirements as defined in the PWS and indicates an exceptional approach and understanding of the requirements. The proposal contains multiple strengths and no deficiencies. GoodProposal meets requirements as defined in the PWS and indicates a thorough approach and understanding of the requirements. Proposal contains atleast one strength and no deficiencies. AcceptableProposal meets requirements as defined in the PWS and indicates an adequate approach and understanding of the requirements. Proposal has no strengths or deficiencies. MarginalProposal does not clearly meet requirements as defined in the PWS and has not demonstrated an adequate approach and understanding of the requirements. UnacceptableProposal does not meet requirements as defined in the PWS and contains one or more deficiencies and is unawardable. PAST PERFORMANCE STANDARDS RatingDefinition Substantial ConfidenceBased on the offeror ™s recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. Satisfactory ConfidenceBased on the offeror ™s recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Limited ConfidenceBased on the offeror ™s recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort. No ConfidenceBased on the offeror ™s recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort. Unknown Confidence (Neutral)No recent/relevant performance record is available or the offeror ™s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. The following factors shall be used to evaluate offers: 1. Technically Approach 2. Past performance 3. Price (all CLINs shall be priced) The offeror ™s initial proposal shall contain the offeror ™s best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. INSTRUCTIONS TO OFFERORS: Offerers shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for a thorough evaluation of the proposal. Additionally, the vendor shall fully explain their ability to meet the requirements above. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all CLINS are priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. The offeror should describe its past performance on three (3) but no more than (5) five similar contracts it has held within the last three (3) years which are for the same or similar equipment to that which is detailed in this solicitation or affirmatively state that offeror possesses no relevant directly related or similar past performance. Offerors who present similar contracts should provide a detailed explanation demonstrating the relevance of the contracts to the requirements of the solicitation. The offeror should provide the following information regarding its past performance: 1. Contract number(s), award date and dates of performance. 2. Name, phone number, and e-mail address of a point of contact at the federal, state, local government or commercial entity for which the contract was performed. 3. Dollar value of the contract. 4. Description of the equipment provided under the contract. 5. The number, type and severity of any quality or delivery problems in performing the contract, the corrective action taken and the effectiveness of the corrective action (if applicable). 6. Any other relevant information. Other Administrative Instructions: Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. FAR Provisions & Clauses: FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED; FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions---Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR clauses apply: 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; FAR 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). [Offerors are reminded to include a completed copy of 52.212-3 ALT I with RFP response. All clauses shall be incorporated by reference in the order.] Additional contract terms and conditions that may be applicable are: FAR 52.247-34, F.O.B. Destination DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, In compliance with said clause, following additional DFARS clauses apply: 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities, 252.225-7021, Trade Agreements; 252.227-7015, Technical Data ”Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7024, Notification of Transportation of Supplies by Sea. DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. Quotes/Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to: Proposals are due by 9:00 AM Eastern Time on 19 December 2011. Any questions must be addressed to Courtney.piar@med.navy.mil by email only NLT 23 November 2011. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N68901RCW0006/listing.html)
 
Record
SN02625452-W 20111119/111117234704-e51d4b6f8ecfcc2543bcd411545e0e5c (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.