SOLICITATION NOTICE
70 -- Mammography Reporting Software MR7
- Notice Date
- 7/28/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
- ZIP Code
- 92134-5000
- Solicitation Number
- N00259-16-T-0182
- Archive Date
- 8/19/2016
- Point of Contact
- Christopher J. Jennen, Phone: 6195328100
- E-Mail Address
-
Christopher.J.Jennen.CIV@mail.mil
(Christopher.J.Jennen.CIV@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- NOTICE TO CONTRACTOR The notice announces the intent by Naval Medical Center San Diego (NMCSD) in support of Naval Hospital Twenty-nine Palms (NHTP) to award on a sole source basis to Mammography Reporting System, Inc. (MRS) IAW FAR 13.106-1(b)(1). Specifically, the Government will procure MRS7 software manufactured by MRS to track FDA mandatory requirements for the passing of Mammography Quality Standards Act annual inspection and to keep track of patient past medical history related to breast imaging. MRS is the only company to offer an approved Government bidirectional HL7 feed to the Composite Health Care System (CHCS). This is crucial for the documentation of medical information into the patient medical record, which will follow the patient from any DOD medical facility. MRS is the only vendor that has met and passed requirements for Defense Information Assurance Certification and Accreditation. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of interest is not a request for competitive proposals. However, all proposals received within fifteen days after publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. This is a COMBINED SOLICITATION/SYNOPSIS for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement fulfills the synopsis requirements under FAR 5.102(a)(6) and 5.203(a), and constitutes the only solicitation, quotations are not being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number N00259-16-T-0182 is issued as a Request for Quotation (RFQ). The closing date is 04 August 2016 at 06:00 AM Pacific Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89 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.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 511210; and FSC 7030; Size: $38,500,000. CLIN 0001 MRS7 Reporting Standard Edition 1)Includes One (1) User License and One (1) Site License Includes: Risk Stratification Tools, Paperless Workflow with Email, Early Stage Cancer Detection Report, Patient Result Letter (including optional high risk or tissue density letters), Expanded Patient & Family History. Unit of Issue: 1 EA Unit Price: tiny_mce_marker_______ 2) Two additional MRS concurrent user licenses. Unit of Issue: 1 EA Unit Price: tiny_mce_marker_______ 3) 2-way HL7 interface, includes MRS interface configuration. Unit of Issue: 1 EA Unit Price: tiny_mce_marker_______ 4) Voice recognition integrations with PowerScribe 5. Unit of Issue: 1 EA Unit Price: tiny_mce_marker_______ 5) One digital reading workstation integration. Unit of Issue: 1 EA Unit Price: tiny_mce_marker_______ 6) Worksheet printing option (prints MRS worksheets w/ patient demographics and history). Unit of Issue: 1 EA Unit Price: tiny_mce_marker_______ 7) One Tyrer-Cuzick risk model. Unit of Issue: 1 EA Unit Price: tiny_mce_marker_______ Total CLIN Price: tiny_mce_marker_______ CLIN 0002 MRS7 Training 1) Twelve (12) hours of telephone conversations for PowerScribe 360 template creation and training. Unit of Issue: 1 EA Unit Price: tiny_mce_marker_______ 2) On-site applications training 4 days. Unit of Issue: 1 EA Unit Price: tiny_mce_marker_______ Total CLIN Price: tiny_mce_marker_______ CLIN 1001 MRS7 Reporting Standard Edition Option Period 1 Annual Support Unit of Issue: 1 EA Unit Price: tiny_mce_marker_______ CLIN 2001 MRS7 Reporting Standard Edition Option Period 2 Annual Support Unit of Issue: 1 EA Unit Price: tiny_mce_marker_______ Total Contract Price: tiny_mce_marker_______ The Government will only consider firm fixed price quotations. Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items and 52.222-48 Exemption from Application of Service Contract Act Provisions-Contractor Certification. The provision can also be submitted at https://www.sam.gov Contractor must be registered to the System for Award Management (SAM) prior to award. A nine digit Data Universal Numbering System (DUNS) number provided by Dun and Bradstreet is required to register. Electronic submission of Quotes: Quotations shall be submitted electronically by email to christopher.j.jennen.civ@mail.mil or by facsimile at 619-532-8100, Attention: Christopher J. Jennen. Email submissions are limited to 2MB. The submitter should confirm receipt of email submissions. This solicitation incorporates the following FAR and DFARS Clauses/Provisions: 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-7 SYSTEM FOR AWARD MANAGEMENT (JULY 2013) 52.204-13 SYSTEM FOR AWARD MANAGEMENT (JULY 2013) 52.212-1 Instruction to Offerors-Commercial Items (APR 2014) 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: The Lowest Price Technically Acceptable (LPTA) process is selected as appropriate for this acquisition because the best value is expected to result from the selection of the technically acceptable proposal with the lowest evaluated price(s). For purposes of this requirement, LPTA is defined as any technically acceptable offer for which the proposed pricing is determined fair and reasonable. Please note that if upon evaluation, an Offeror is deemed "Unacceptable" for either Technical or Price, it will be excluded from award consideration. The Government intends to evaluate the proposal and award a firm fixed price contract without discussions to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. However, the Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary in accordance with FAR 15.306. Therefore, the Offeror's initial proposal should contain its best terms from both price and technical standpoint. The awards will be made based on the LPTA source selection process. The following factors shall be used to evaluate offers: Factor 1 - Technical Acceptability (Conformance to the Minimum Functionality Capabilities of the PWS and Capability to meet requirements in the Performance Work Statement) Factor 2 - Price (Completeness and Reasonableness) Factor 3 - Past Performance (Acceptable) is demonstrated if the offeror has provided the same or similar solution to another military medical facility successfully. Each of the evaluation factors will be rated as follows: FACTOR 1: Technical Acceptability- A technically acceptable proposal will demonstrate that the Offeror has a clear understanding of the requirements outlined in the MECs. The Offeror's proposal shall include all required documentation detailed in the instructions to offerors. FACTOR 2: Price- The offeror will be evaluated for fairness, reasonableness and completeness. a. Reasonableness - The offeror's Price will be evaluated separately to determine the degree to which the proposed prices compare to the prices a reasonable prudent person would expect to incur for the same or similar equipment. b. Completeness- The offeror's Price proposal will be examined to ensure that the requirements stated in the Instructions to Offerors for price proposals have been completed The cost/price will be evaluated separately from all non-cost/price factors. The objective of price analysis is to ensure that the final agreed-to price is fair and reasonable in accordance with FAR 12.209 and FAR 13.106-3. Offerors' price proposals will be evaluated to determine whether the price is complete, fair and reasonable. The Government's determination that the proposed price is fair and reasonable will be based on price evaluation and analysis using the techniques in FAR 13.106-2(b), which provides that comparison of the proposed prices will usually satisfy the requirement for price analysis. FACTOR 3: Past Performance- The offeror will demonstrate performance at another medical military facility. Rating Standards for the Non-Cost/Price Factors and Definitions Technical Ratings Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. Rating Standards for Past Performance Raing Definition Acceptable Offeror's level of performance of prior contracts is meaningful. Unacceptable Offeror's level of performance of prior contracts is not meaningful. Neutral Offeror does not have or indicate any level of performance of prior contracts. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2015) 52.212-4 Contract Terms and Conditions-Commercial Items (DEC 2014) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (MAR 2015) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 52.233-3 Protest After Award (Aug 1996) (31 U.S.C. 3553) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) (Pub.L. 108-77, 108-78 (19 U.S.C. 3805 note)) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (Mar 2007)) (E.O. 11246) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C 793) 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C.) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011) 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 Treasury) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013) (31U.S.C. 3332) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/VFFARa.htm (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/VFFARa.htm (End of clause) 52.217-6 OPTION FOR INCREASED QTY 52.232-18 Availability of Funds (APR 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation --- (service On-Site) 252.225-7001 Buy American and Balance of Payment Program (DEC2012) (41U.S.C. chapter 83, E.O. 10582 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003) 252.232-7003 Electronic Submission of Payment Requests and Receiving Report (MAR 2008)(10U.S.C. 2227 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (NOV 2013) 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013) 252.203-7998 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-O0010)(FEB 2015) NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) (a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP). (b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: http://www.cnic.navy.mil/regions/cnrsw/installations/navbase_san_diego/om/force_protection/rapid_gate.html and popular links. For more information or to enroll in the NCACS Program call: 1.877.727.4342. For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 (c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-16-T-0182/listing.html)
- Place of Performance
- Address: Naval Hospital Twentynine Palms, 1343 Stugris Road, Twentynine Palms, CA 92278, Twentynine Palms, California, 92278, United States
- Zip Code: 92278
- Zip Code: 92278
- Record
- SN04199412-W 20160730/160728234502-ab06fa48af40c51f690e8fb069ef0ed6 (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 |