Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2012 FBO #3932
SOLICITATION NOTICE

D -- Health Information Service Provider (HISP) Services to implement the Nationwide Health Information Network (NwHIN) Direct Transport Protocol for the National Healthcare Safety Network (NHSN) - RFQ 2012-Q-49852

Notice Date
8/28/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2012-Q-49852
 
Archive Date
9/27/2012
 
Point of Contact
Maria S Shamburger,
 
E-Mail Address
HEG9@cdc.gov
(HEG9@cdc.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work and Instructions to Offerors THIS REQUIREMENT IS A SMALL BUSINESS SET-ASIDE. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Requirement 2012-Q-49852 is being issued as a Request for Quote. This procurement is a 100% Small Business set-aside in accordance with FAR 19.502-2 (a). Evaluation and award of the purchase will be performed in accordance with FAR 13.106-2 Evaluation of Quotations or Offers and FAR 13.106-3 Award and Documentation. The Offeror must have an active registration with the System for Account Management (SAM) - recently replaced the Central Contractor Registration (CCR) prior to award of the purchase order in accordance with FAR Clause 52.204-7. The government intends to issue a firm, fixed price purchase order in accordance with FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Centers for Disease Control and Prevention (CDC) has a requirement for Health Information Service Provider (HISP) Services to implement the Nationwide Health Information Network (NwHIN) Direct Transport Protocol for the National Healthcare Safety Network (NHSN) (see SOW- Attachment 1). The Government intends to evaluate offers and award a contract without discussions with Offerors providing the requested products/services. The initial offer should contain the offeror's best terms from a technical and price standpoint. The North American Industry Classification System (NAICS) code for this requirement is 518210 (Data Processing, Hosting, and Related Services) and the size standard is $25 million. Interested vendors capable of furnishing the government with the requested services listed in the attachment for this synopsis should submit a quote to the email address listed below. The quote shall include the itemized price and descriptive literature of the product/services proposed. The offeror must be able to provide all of the requested items listed in the attached document (Attachment 1). Quotes will be due Wednesday, September 12, 2012 by 3:00 p.m. E.S.T. All responsible small business sources may submit a quote, which if timely received, shall be considered by the agency. Quotes must be submitted via email to mshamburger@cdc.gov. The resultant contract will be Firm Fixed Price with a 12-month base period of performance and two 12-month option periods. Work will be performed at the contractor's facility. Quotes will be due Wednesday, September 12, 2012 by 3:00 p.m. E.S.T. to Maria Shambuarger (mshamburger@cdc.gov). Questions, if any, should be submitted to mshamburger@cdc.gov no later than 3:00 p.m. E.S.T. Friday, August31, 2012. EMAIL INQUIRIES ONLY. RFQ# 2012-Q-49852. Provisions and Clauses: The following provisions and clauses apply to this acquisition, all listed by reference in accordance with FAR 52.252-1 Solicitation Provisions Included by Reference and FAR 52.252-2, Clauses Incorporated by Reference (http://farsite.hill.af.mil/vffara.htm): FAR 52.204-7, Central Contractor Registration. FAR 52.204-8, Annual Representation and Certifications. Complete your Representation and Certifications information electronically at http://orca.bpn.gov. FAR 52.212-1, Instructions to Offerors--Commercial Items FAR 52.212-2, Evaluation - Commercial Items. Evaluation factors are, Price, Technical Plan, Management Plan and Similar Experience. FAR 52.212-3, Offeror Representations and Certifications 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. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor FAR 52.222-50, Combating Trafficking in Persons FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration FAR 352.239-70 Standard for security configurations. FAR 352.239-71 Standard for encryption language. Note per OMB and CDC requirements, any/all portable media (CD, DVD, USB drives, etc.) and mobile devices (laptops, tablets, etc.) used for administration and data collection/transfer must be encrypted. FAR 352.239-72 Security requirements for federal information technology resources. Note contractor must support security authorization process as required by CDC in accordance with this HHS FAR clause. Additional contract requirement(s) or terms and conditions may be required for this acquisition if determined necessary by the contracting officer and consistent with customary commercial practices.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2012-Q-49852/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02858520-W 20120830/120829000351-2ecd32d637b2665963a55f9dfdb3d347 (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.