Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2012 FBO #3960
SOLICITATION NOTICE

65 -- Mammography Database Reporting Software and Annual Technical Support

Notice Date
9/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ-12-R-0415
 
Response Due
9/28/2012
 
Archive Date
11/27/2012
 
Point of Contact
Norma Z. Rehbein, 757-314-7550
 
E-Mail Address
Medcom Contracting Center North Atlantic
(norma.z.rehbein@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. McDonald Army Health Clinic is seeking a requirement for a Mammography Reporting System compatible with Windows 7. This equipment will be used for Radiology services. 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; quotes are being requested and the intent is to award a purchase order for Mammography Reporting System software. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This requirement is reserved for a small business. Interested persons may identify their interest and capability to respond to the requirement or submit quotes. This notice of intent is a request for quotes. The North American Industrial Classification System Code is 541511. (Size Standard: $25.5M). This contract will consist of a 12 month base period plus four option years effecive 01 Oct 12 thru 30 Sep 17. CLIN STRUCTURE IS AS FOLLOWS: IF AN ITEM IS A NO CHARGE ITEM, PLEASE INDICATE AS SUCH. 0001 Mammography Software 0002 Technical Support 0003 Training 0004 Contracting Manpower Report 1001 Mammography Software Upgrades 1002 Technical Support 1003 Training 1004 Contracting Manpower Report 2001 Mammography Software Upgrades 2002 Technical Support 2003 Training 2004 Contracting Manpower Report 3001 Mammography Software Upgrades 3002 Technical Support 3003 Training 3004 Contracting Manpower Report 4001 Mammography Software Upgrades 4002 Technical Support 4003 Training 4004 Contracting Manpower Report Statement of work is as follows: IT Requirements: Windows 7 compliant Certificate of Networthiness Maintenance agreement that allows Business to Business (B to B) capabilities. Ability to Migrate current system, if applicable (MRS) Database/Software Requirements: 1. Mammography Reporting System and support to ensure McDonald Army Health Clinic (MCAHC meets FDA mandated mammorgraphy reporting requirements. Database will need to support: 2. HIS/RIS registration system: CHCS 3. RIS/Scheduling system: Schedule view--will be migrating to CHCS 4. Pathology interface (report) within software system 5. Exams are performed and read in one location 6. Two technologist will be working and reading at a time 7. Mammography imaging vendor: PACs 8. Two Radiologists concurrently dictate (Powerscribe and Dragon Speak) Training: 1. On site training for up to seven people. Incluces all expenses and program installation, setup and training for radiologists, mammography staff, computer operators and administrators. Techincal Support: 1. Unlimited toll-free telephone support Monday through Friday between 8 a.m. - 7 p.m. from date of purchase through termination of contract. 2. Free software upgrades 3. Ability to upgrade in automation at a future date. Offerors are requested to submit all relevant information regarding their system's capabilities in conformance to FDA reporting requirements, risk management, patient notification etc., Quotes are requied to state an estimated implementation time. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW FAR 13.106. Award will be made to the responsible offeror whose offer represents the best value. "Best value" means the expected outcome of the acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. The following factors shall be used to evaluate offers: 1. Technically acceptable in conformance to the requirements of the solicitation. 2. Low overall price. Quotes shall be submitted as Firm-Fixed Price. Any CLINs with no charge shall be indicated as such. Quotes must be signed, dated and submitted by 28 Sep 12, 12:00 p.m. EST. LATE OFFERS: Offerors are reminded that an e mail or fax transmission of quote/offer will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modifications of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212 1(f)). CONTRACTING OFFICE ADDRESS: McDonald Army Health Center 576 Jefferson Ave., Room J-5 Fort Eustis, VA 23604 GOVERNMENT POINT OF CONTACT: Norma Z. Rehbein, Contract Specialist, Phone 757-631-7550. Fax: 757-314-7802. EMAIL: norma.z.rehbein@us.army.mil. Interested parties should also provide the following information: Your CAGE Code DUNS No (Contractor ID No) TAX ID No Parent TAX ID No. if applicable Parent Company Name CLAUSES INCORPORATED BY REFERENCE 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012 ADDENDUM TO 52.212-4 (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. CLAUSES INCORPORATED BY REFERENCE 52.219-6 Notice Of Total Small Business Set-Aside NOV 2011 52.222-19 Child Labor -- Cooperation with Authorities and Remedies MAR 2012 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-50 Combating Trafficking in Persons FEB 2009 52.222-51 Exemption from Application of the Service Contract act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements NOV 2007 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.242-13 Bankruptcy JUL 1995 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7003 Agency Office of the Inspector General APR 2012 252.225-7001 Buy American And Balance Of Payments Program JUN 2012 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.225-7002 Qualifying Country Sources As Subcontractors JUN 2012 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 CLAUSES INCORPORATED BY FULL TEXT 52.204-99 SYSTEM FOR AWARD MANAGEMENT REGISTRATION (DEVIATION)(AUG 2012) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2012) 52.232-99 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION)(AUG 2012) CLAUSES INCORPORATED BY REFERENCE 52.252-2 Clauses Incorporated By Reference FEB 1998 CLAUSES INCORPORATED BY FULL TEXT 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) 252.204-7008 EXPORT-CONTROLLED ITEMS (APR 2010) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2012) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2012) (DEVIATION) 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (FEB 2012) ADDENDUM TO 52.212-1 Instructions To Vendors--Commercial Items (JUN 2008) The vendor must show compliance with the requirements in the solicitation by submitting a quote that shows the capability of providing Equal products. Equal products of the brand name manufacturer must meet the following equipment salient characteristics: CLAUSES INCORPORATED BY REFERENCE 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification. NOV 2011 CLAUSES INCORPORATED BY FULL TEXT 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.225-7000 BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2012) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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 Price (b) 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) ADDENDUM TO 52.212-2 Paragraph (a) is hereby supplemented with the following: The Government will award a purchase order resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made on the basis of the low price technically acceptable quote. To be considered for award, quotes of Equal products including Equal products of the brand name manufacturer must meet the salient characteristics described above for each CLIN. EVALUATION STANDARDS. Award will be made on a lowest priced, technically acceptable quote that is rated acceptable for all of the stated salient characteristics using the following standards for a final rating: ACCEPTABLE: Windows 7 Compliant, Certificate of Networthiness, Maintenance Agreement that allows Business to Business capabilities UNACCEPTABLE: A quote that offers a product which fails to meet one or more of the salient characteristics identified in the solicitation. CLAUSES INCORPORATED BY REFERENCE 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012 ADDENDUM TO 52.212-4 (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. CLAUSES INCORPORATED BY REFERENCE 52.219-6 Notice Of Total Small Business Set-Aside NOV 2011 52.222-19 Child Labor -- Cooperation with Authorities and Remedies MAR 2012 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-50 Combating Trafficking in Persons FEB 2009 52.222-51 Exemption from Application of the Service Contract act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements NOV 2007 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.242-13 Bankruptcy JUL 1995 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7003 Agency Office of the Inspector General APR 2012 252.225-7001 Buy American And Balance Of Payments Program JUN 2012 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.225-7002 Qualifying Country Sources As Subcontractors JUN 2012 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 CLAUSES INCORPORATED BY FULL TEXT 52.204-99 SYSTEM FOR AWARD MANAGEMENT REGISTRATION (DEVIATION)(AUG 2012) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2012) 52.232-99 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION)(AUG 2012) CLAUSES INCORPORATED BY REFERENCE 52.252-2 Clauses Incorporated By Reference FEB 1998 CLAUSES INCORPORATED BY FULL TEXT 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) 252.204-7008 EXPORT-CONTROLLED ITEMS (APR 2010) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2012) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2012) (DEVIATION) 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (FEB 2012) ADDENDUM TO 52.212-1 Instructions To Vendors--Commercial Items (JUN 2008) The vendor must show compliance with the requirements in the solicitation by submitting a quote that shows the capability of providing Equal products. Equal products of the brand name manufacturer must meet the following equipment salient characteristics: CLAUSES INCORPORATED BY REFERENCE 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification. NOV 2011 CLAUSES INCORPORATED BY FULL TEXT 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.225-7000 BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2012) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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 Price (b) 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) ADDENDUM TO 52.212-2 Paragraph (a) is hereby supplemented with the following: The Government will award a purchase order resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made on the basis of the low price technically acceptable quote. To be considered for award, quotes of Equal products including Equal products of the brand name manufacturer must meet the salient characteristics described above for each CLIN. EVALUATION STANDARDS. Award will be made on a lowest priced, technically acceptable quote that is rated acceptable for all of the stated salient characteristics using the following standards for a final rating: ACCEPTABLE: Windows 7 Compliant, Certificate of Networthiness, Maintenance Agreement that allows Business to Business capabilities UNACCEPTABLE: A quote that offers a product which fails to meet one or more of the salient characteristics identified in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-12-R-0415/listing.html)
 
Place of Performance
Address: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW Washington DC
Zip Code: 20307-5000
 
Record
SN02897156-W 20120927/120926000628-226c2099495453c48c28f37c2f26e349 (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.