SOLICITATION NOTICE
70 -- Truven Health Analytics Micromedex Subscription - PDF of combined synopsis_solicitation
- Notice Date
- 6/17/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue, Suite 400, Rockville, Maryland, 20857, United States
- ZIP Code
- 20857
- Solicitation Number
- OIG175664
- Archive Date
- 7/8/2016
- Point of Contact
- Ingrid Walker, Phone: 3014434919, Tory Estabrook, Phone: 301-443-4779
- E-Mail Address
-
ingrid.walker@psc.hhs.gov, Tory.Estabrook@psc.hhs.gov
(ingrid.walker@psc.hhs.gov, Tory.Estabrook@psc.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- PDF of combined synopsis/solicitation (i) 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. (ii) The solicitation number is OIG175664. The solicitation is issued as a Request for Quote (RFQ) (iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88. (iv) The corresponding NAICS code is 511210 and the small business size standard is $38.5 million. (v) List of contract line item number(s) and items, quantities and units of measure - Please see attached PDF for details. (vi) Description of Requirements -This is a renewal and brand name requirement for Truven Health Analytics Drug Points and DrugDex subscriptions only. The subscription is required because it contains all the necessary information for the Office of the Inspector General (OIG) to complete its ongoing work involving off-label use of cancer drugs in Medicate Part B, as well as planned work in Part D and Medicaid. The subscription is used in conjunction with other compendia, already purchased, to determine "off-label" use of prescription drugs meets certain criteria. (vii) Delivery and all services are to be delivered FOB to Washington, DC. The period of performance shall be for a 12-month base period and four 12-month option periods, as follows: Base Period: 06/01/2016 - 05/31/2017 Option Period 1: 06/01/2017 - 05/31/2018 Option Period 2: 06/01/2018 - 05/31/2019 Option Period 3: 06/01/2019 - 05/31/2020 Option Period 4: 06/01/2020 - 05/31/2021 (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (x) Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) The clauses at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note); (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note); (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313); (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)); (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755); (26) 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126); (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015); (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246); (30) 52.222-36, Equal Opportunity for Workers with Disabilities(Jul 2014) (29 U.S.C. 793); (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627); (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury);(50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (xiii) The following Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) clauses also apply: FAR 52.217-9; Option to Extend the Term of the Contract; HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations; HHSAR 352.239-74, Electronic and Information Technology Accessibility (fill in 1194.21, Software Applications and Operating Systems). (xiv) DPAS - N/A (xv) Quotes are due Thursday, June 23 by 2:00 pm, EST, electronically to the Contract Specialist at Ingrid.Walker@psc.hhs.gov (xvi) Contact Mrs. Ingrid Walker, Contract Specialist, at Ingrid.Walker@psc.hhs.gov regarding the solicitation. Any inquiries must be emailed to the Contract Specialist, with "OIG175664- Truven Health Analytics - Inquiries" in the subject line.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/OIG175664/listing.html)
- Record
- SN04154167-W 20160619/160617234708-579359faa3a5c24df2f5f8cafac064fc (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 |