DOCUMENT
70 -- (C)(660) Pathology Voice Recognition System - Attachment
- Notice Date
- 4/2/2018
- Notice Type
- Attachment
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
- ZIP Code
- 80111
- Solicitation Number
- 36C25918Q0266
- Response Due
- 4/6/2018
- Archive Date
- 6/10/2018
- Point of Contact
- Brooke Barker
- Small Business Set-Aside
- N/A
- Description
- Request for Quote (RFQ) #: 36C25918Q0266 Voice Recognition System for Pathology This is a combined synopsis/solicitation 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 constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 12:00pm EST, April 4, 2018 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to brooke.barker@va.gov no later than 12:00pm EST, April 6, 2018. This is a Request for Quote (RFQ) and the solicitation number is: 36C25918Q0266. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 effective January 24th, 2018. List of Line Items; ITEM # DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 Base Year; includes initial set-up May 1, 2018 April 30, 2019 1 year _____________ _____________ 0002 Option Year One (1) May 1, 2019 April 30, 2020 1 year _____________ _____________ 0003 Option Year Two (2) May 1, 2020 April 30, 2021 1 year ______________ _____________ 0004 Option Year Three (3) May 1, 2021 April 30, 2022 1 year ______________ _____________ 0005 Option Year Four (4) May 1, 2022 April 30, 2023 1 year ______________ _____________ GRAND TOTAL _____________ Description of Requirements for the items to be acquired (salient characteristics); The Salt Lake VA Medical Center (VAMC) Pathology Service requires a voice recognition system to include Dragon Medical Software (Dragon is currently used in the VAMC), for dictation and reporting of anatomic pathology patient reporting. The system shall include word processing tools to quickly create and edit text and pre-existing or customizable templates. The VAMC Pathology Service must be in continual regulatory compliance with all CAP cancer checklists and as such the required voice recognition system shall have available all current College of American Pathologist Electronic Cancer Checklists (eCC) within 30 days of updates becoming available. Contractor shall have proven integration with VistA HL7 at time of award. Provide as part of its offer a brief list of VA sites currently using their voice recognition integrated system with VistA. This requirement is based on usage for: 4 pathologist dictation systems 1 grossing dictation system 3 transcriptionists Licenses should be sufficient for: 5 dictation systems and 3 transcription systems eCC CAP licenses shall be sufficient for concurrent access of multiple Pathology staff members Contractor shall provide items listed to include, but may not be limited to the following: VistA LAB V5 Integration Personality (Available at time of award) Voice Recognition System, Dragon Speak based Pathology User Licenses to voice recognition programs Management System Network User Speech, Device Configuration, Template Files Manager, Customizable AP System Downtime Tools, File Synchronization and Management Software Delegated Workflow Module Implementation to include configuration, on-Site training & support Contractor shall supply all accessories necessary for the function of its speech recognition system (i.e. microphones, foot pedals, hands free devices headphones/boom microphones, etc.). Bluetooth, Noise Canceling Headset(s) Desktop Boom & X-Keys USB Foot Pedal Combo Sennheiser Wireless G3 & VB Custom Water-Resistant Foot Pedal Combo Battery Charger w/8 batteries for wireless transmitters Foot Pedals X-Keys USB Pathology User License Maintenance Enterprise Manager Maintenance VistA LAB V5 Integration Personality Maintenance CAP eCC Content Annual License (per dictator) CONTRACT REQUIREMENTS: Contractor shall have available all current College of American Pathologist Electronic Cancer Checklists (eCC) within 30 days of updates becoming available and have those templates available for use by Pathology staff members. Contactor shall have modules for the CAP eCC for Cancer Protocol Templates and shall have the ability to tag discrete data from the CAP eCC Cancer Protocol Templates. Contractor shall utilize the VAMC Dragon Medical site license for acquiring Dragon licensing. Contractor shall utilize the VA s Network Management Server s (NMS). Upgrades to the system: Provide on-site training for all staff members impacted by the upgrade. Prior to software upgrade and implementation, references shall be provided from other VA sites already upgraded and determine possible issues/solutions that may arise. Provide list of software upgrade versions. ADDITIONAL REQUIREMENTS: Contractor shall have pre-established pathology templates for grossing and microscopic descriptions from an established knowledge base for utilization. System shall have the ability to free text in any pre-existing template and create additional customized templates as deemed necessary from the VAMC Pathology Service. The system shall include word processing tools to quickly create and edit templates and text, ability to adapt to language and/or accents from different regions, extensive pathology medical vocabulary library for various specialized medical terms and phrases. Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at Salt Lake VA Medical Center 500 Foothill Drive Salt Lake City, UT 84148 52.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. Contractor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Descriptive literature must be provided IAW FAR 52.214-21 for item(s) which are considered to be equal to or better than the requirements listed. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through contractors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. Contractors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the contractor making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The contractor shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Contractors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Any award made resulting from this solicitation will be made based on the best overall quote that is determined to be the best overall value to the Government, considering (I) Price and (II) Technical Capability. Respondents to this announcement shall submit their quote on Contractors Letterhead in accordance with FAR 52.212-1. Submission of quote shall include the following volumes: (I) Price (II) Technical Capability. Volume I - Price Complete the Price Schedule of Supplies/Services of this solicitation, with proposed contract line item prices inserted in appropriate spaces and detail/itemize the pricing or add additional line items, if applicable. The Government requires contractors to quote unit prices and total prices that are two (2) decimal places. The unit price multiplied by unit quantity must equal the total price for that line item. Volume II Technical Capability The contractor shall submit a Technical Capability narrative which lists a brief list of VA Medical Centers currently using their system with VistA HL7 successful integration. Shall submit all documents necessary to validate the technical requirements are met (or exceeded). Responding companies shall include any relevant information (specifications, cut sheets, brochures, capability statement, etc.) confirming their ability to supply the products and services outlined in this request. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: Any award resulting from this solicitation will be made based on the best overall quote that is determined to be the overall best value to the government. Pursuant to FAR 52.212-2, the criteria for evaluation is: (1) Price, (2) Technical Capability. Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability requirements of the statement of work shall not be selected regardless of price. Technical Capability The Government will evaluate quotes on the basis of whether or not the provided quote meets the technical capability specified above in the List of Line Items / Salient Characteristics / Statement of Work. Technical Capability shall consist of meeting or exceeding the requirements in the List of Line Items / Salient Characteristics / Statement of Work. Options (if requested); 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) All quotes shall be subject to evaluation by Government personnel. The Government intends to award without discussions based upon the initial evaluation of quotes. Consequently, contractors are highly encouraged to quote their best non-price and pricing quotes in their initial submissions. However, the Government reserves the right to communicate with any or all contractors submitting a quote, if it is determined advantageous to the Government to do so. If these communications take place, the Government is not obligated to communicate with every contractor (note that FAR Part 15 procedures do not apply; therefore, formal discussions are not applicable). All contractors will be treated fairly and impartially. A contractor may be eliminated from consideration without further communication if its non-price and/or pricing quotes are not among those contractors considered most advantageous to the Government based on a best value determination. All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the review in the most effective manner. Specifically, the Government may first sort the quotes of all Offerors by price from lowest price to the highest. Thereafter, the Government will review the Technical Capability of the lowest priced quote only. If the lowest priced Offeror s Technical Capability is determined to be acceptable and meets the requirements, the Government may make award to that Offeror without further reviews of the remaining Offerors Technical Capability. If the lowest priced Offeror s Technical Capability is determined to not meet the requirement, then the Government may review the Technical Capability next lowest priced quote, and so forth and so on, until the Government reaches a quote that is determined to meet the Technical Capability requirements. Quotes that merely restate the requirement or state that the requirement shall be met, without providing supporting rationale, are not sufficient. Contractors are cautioned that the award may not necessarily be made to the contractor quoting the lowest price, or to the contractor with the most highly technical quote. Award may be made to other than the lowest priced quote, if the Government determines that a price premium is warranted due to the merits of one or more of the non-price factors. (End of Addendum to 52.212-2) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 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) FAR 52.219-8 Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)); FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)) FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225 5 Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) FAR 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) FAR 52.232-34 Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 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://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ The following FAR clauses are incorporated by reference: FAR 52.203-17, FAR 52.204-4, 52.217-8, FAR 52.217-9, FAR 52.227-18, FAR 52.227-19, FAR 52.232-40 The following VAAR clauses are to be incorporated by reference: VAAR 852.203-70, VAAR 852.232-72, VAAR 852.246-71, VAAR 832.404(a) 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://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to brooke.barker@va.gov by 12:00pm EST, April 6, 2018. Name and email of the individual to contact for information regarding the solicitation: Brooke Barker brooke.barker@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25918Q0266/listing.html)
- Document(s)
- Attachment
- File Name: 36C25918Q0266 36C25918Q0266_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4196738&FileName=36C25918Q0266-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4196738&FileName=36C25918Q0266-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25918Q0266 36C25918Q0266_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4196738&FileName=36C25918Q0266-001.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Salt Lake VA Medical Center;500 Foothill Drive;Salt Lake City, UT
- Zip Code: 84148
- Zip Code: 84148
- Record
- SN04874672-W 20180404/180402230835-63b9aa65276686c8249d4dd45238f161 (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 |