SOLICITATION NOTICE
D -- MEDCOM Business Intelligence Competency Center (Phase 3 Implement and Phase 4 Training) THIS IS A SOLE SOURCE.
- Notice Date
- 9/25/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2199 Storage Street, Suite 68, Fort Sam Houston, TX 78234-5074
- ZIP Code
- 78234-5074
- Solicitation Number
- W81K04-12-R-0054
- Response Due
- 9/26/2012
- Archive Date
- 11/25/2012
- Point of Contact
- Sarah Davis, 210-381-7474
- E-Mail Address
-
Center for Health Care Contracting
(sarah.davis10@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. This is a combined synopsis/solicitation for commercial items (SOLE SOURCE) prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement is solicited under FAR Part 12 and FAR Part 6.3 Other than Full and Open Competition. The combined synopsis/solicitation number is W81K04-12-R-0054 and is issued as a Request for Proposals. The incorporated provisions and clauses herein are in effect through Federal Acquisition Circular 200-61 effective 13 Sep 2012. THIS IS A SOLE SOURCE. The Justification and Approval is at Attachment 1 to this combined synopsis/solicitation. The associated NAICS is 541519 with a size standard of $25 Million. The contractor shall provide all labor, supervision, materials, equipment and supplies necessary to provide Phase 3 and 4 of the MEDCOM's Clinical Business Intelligence initiative, see Performance Work Statement (Attachment 2). There are four line items with period of performances as follows: Line Item 0001: Phase 3: Implementation (28 Sep 2011 - 30 Nov 2012): 2 months at $__________.__ per month = $_________.__. Line Item 0002: Training (28 Sep 2012 - 27 Mar 13): 6 months at $__________.__ per month = $_________.__. Line Item 0003: Other Direct Costs (travel) (28 Sep 2012 - 27 Mar 13): Not to Exceed: $20,000.00. Cost Line Item paid in accordance with the Joint Travel Regulations. Line Item 0004: Contractor Manpower Reporting (31 Oct 2012): Final report due 31 Oct 13. 2 at $__________.__ each = $_________.__. The resultant contract will be a Firm Fixed Price contract. Offerors can find the Federal Acquisition Regulation (FAR) and the Defense Federal Acquisition Regulation provisions and clauses shown in reference below at the following website: http://farsite.hill.af.mil. The following provisions and clauses apply to this requirement; the information in the parenthesis immediately following the clause is the information for the clause fill-in(s): Provisions: FAR 52.212-1, with the following addendum: Non-Personal Services Contract The services provided in the contract will involve non-personal services. The personnel rendering the services of the contract are not subject, either by contract terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the Government and its employees. Proposal Package 1.A copy of this posting with the Line Items Filled Out. 2.Acknowledgement of any amendments and acceptance of all terms and conditions by an individual authorized to bind the company. 3.Verification that the contractor can provide the requisite personnel to perform the services as shown in their capabilities in the time frame required. 4.Price and any discount terms. Price shall be broken out in accordance with Section B of the Solicitation. Total costs shall be entered into CLIN 0001, 0002, 0003 and CLIN 0005 5.A completed copy of FAR 52.212-3 and DFARS 252.212-7000. 6.Past performance information (no more than 3 pages) to include recent and relevant contracts for same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). The following FAR and DFAR provisions are also part of the addendum to FAR 52.212-1: 52.203-2 -- CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (APR 1985) 52.215-20 - REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA (OCT 2010) ALTERNATE IV (OCT 2010) 52.216-1 -- TYPE OF CONTRACT (APR 1984), (firm fixed price) 52.225-25 -- PROHIBITION ON ENGAGING IN SANCTIONED ACTIVITIES RELATING TO IRAN-CERTIFICATION (NOV 2011) 52.233-2 -- SERVICE OF PROTEST (SEP 2006), (HCAA/CHCC-IT Attention: Sarah Davis, 2710 Howitzer Street, Fort Sam Houston, TX 78234) 52.252-1 -- SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998), (http://www.acquisition.gov/far/index.html [FAR] and http://farsite.hill.af.mil)) 52.252-5 -- AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984), DoD FAR Supplement (48 CFR Chapter 2) 252.203-7005 -- REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.209-7001 -- DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST COUNTRY (JAN 2009) 252.209-7999 -- REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) 252.212-7000 -- OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JUN 2005) This ends the addendum to 52.212-1. FAR 52.212-2 will not be used, evaluation will be as based upon Technical Verification, Past Performance and Price. Evaluation will be as follows: The government plans to evaluate the offeror's proposal as a pass/fail on technical and past performance. The price will be evaluated for price realism and fair and reasonableness. Award will be made if the offeror's proposal is acceptable and the price is found realistic, fair and reasonable. Technical Verification Pass: The offer verifies the personnel required to perform the services within the required timeframe are available and performance can begin on 21 Jun 2012. Fail: The offeror cannot provide the requisite personnel to perform the services by 30 Sep 12. Past Performance Pass: The offeror has adequate past performance. No poor past performance was found that the offeror did not mitigate. Fail: The offeror has poor past performance without mitigation. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items, (end of provisions) The following clauses apply: 52.203-3 -- GRATUITIES (APR 1984) 52.203-6 -- RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) ALTERNATE I (OCT 1995) 52.203-12 -- LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (OCT 2010) 52.204-4 -- PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011) 52.204-9 -- PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) 52.204-10 -- REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (AUG 2012) 52.209-6 -- PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (DEC 2010) 52.219-8 -- UTILIZATION OF SMALL BUSINESS CONCERNS (JAN 2011) 52.222-3 -- CONVICT LABOR (JUN 2003) 52.222-21 -- PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) (EEO) 52.222-26 -- EQUAL OPPORTUNITY (MAR 2007) 52.222-35 -- EQUAL OPPORTUNITY FOR VETERANS (SEP 2010) 52.222-36 -- AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (OCT 2010) 52.222-37 -- EMPLOYMENT REPORTS ON VETERANS (SEP 2010) 52.222-50 -- COMBATING TRAFFICKING IN PERSONS (FEB 2009) (For OCONUS, Use ALTERNATE I) (AUG 2007) 52.222-54 -- EMPLOYMENT ELIGIBILITY VERIFICATION (JUL 2012) 52.223-5 -- POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAY 2011) 52.223-18 -- ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.224-1 -- PRIVACY ACT NOTIFICATION (APR 1984) 52.224-2 -- PRIVACY ACT (APR 1984) 52.225-13 -- RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.228-5 -- INSURANCE -- WORK ON A GOVERNMENT INSTALLATION (JAN 1997) 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) 52.237-2 -- PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984) 52.242-13 -- BANKRUPTCY (JUL 1995) 252.201-7000 -- CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991) 252.203-7000 -- REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7002 -- REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (JAN 2009) 252.204-7000 -- DISCLOSURE OF INFORMATION (DEC 1991) 252.204-7003 -- CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.209-7004 -- SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE GOVERNMENT OF A TERRORIST COUNTRY (DEC 2006) 252.227-7015 -- TECHNICAL DATA--COMMERCIAL ITEMS (DEC 2011) 252.227-7037 -- VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA (APR 2012) 252.232-7003 -- ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) 252.232-7010 -- LEVIES ON CONTRACT PAYMENTS (DEC 2006) 52.204-99 - SYSTEM FOR AWARD MANAGEMENT REGISTRATION (DEVIATION 2012-O0015) (AUGUST 2012) 52.219-28 -- POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2012) 52.222-40 -- NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) 52.232-99 -- PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION 2012-O0014) (AUG 2012) 52.237-7 -- INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE (JAN 1997) 52.252-2 -- CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-6 -- AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984), DoD FAR Supplement (48 CFR Chapter 2) 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 (DEC 2010) (DEVIATION) (End of Addendum to 52.212-4) 52.212-5 --- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (JUL 2012) (DEVIATION) This is the end of the provisions and clauses. The proposal is due to sarah.davis10@us.army.mil by 4:00 p.m. CST 26 Sep 12. Only responses or inquiries directed in writing to sarah.davis10@us.army.mil by 4:00 p.m. CST 26 Sep 12 shall be addressed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K04-12-R-0054/listing.html)
- Place of Performance
- Address: Center for Health Care Contracting ATTN: MCAA C BLDG 4197, 2199 Storage Street, Suite 68 Fort Sam Houston TX
- Zip Code: 78234-5074
- Zip Code: 78234-5074
- Record
- SN02898356-W 20120927/120926003102-a2494e9462473ea705b89543af68d8c5 (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 |