Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2018 FBO #6096
SOLICITATION NOTICE

D -- FDA's Safety Inventory and Protocol System (SIPS) - SIPS RFQ Attachments

Notice Date
7/31/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services - Rockville, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001, United States
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-RFQ-18-1196672
 
Archive Date
8/22/2018
 
Point of Contact
Jody L. O'Kash, , ,
 
E-Mail Address
Jody.O'Kash@fda.hhs.gov,
(Jody.O'Kash@fda.hhs.gov, /div)
 
Small Business Set-Aside
N/A
 
Description
RFQ Attachment No. 3: EPLC Artifacts RFQ Attachment No. 8: VPAT RFQ Attachment No. 7 : Contractor NDA RFQ Attachment No. 6: SIPS Requirements RFQ Attachment No. 2: SIPS Pricing Sheet RFQ Attachment No. 1: SIPS SOW and Terms RFQ Attachment No. 5: Small Business Review Form RFQ Attachment No. 4: Small Business Plan i. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented by Part 13 and additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. ii. The solicitation number is FDA-RFQ-18-1196672. This is a Request for Quotation (RFQ) under Part 13. iii. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. iv. This RFQ is unrestricted. The NAICS code is 541519, size standard $27.5M. v. This is a brand name or equal to RFQ for renewal of HealthRx's Nexus COTs v.4x Enterprise License suite of products or equivalent products that currently provide the framework for the Food and Drug Administration's Safety Inventory Protocol System (SIPS) and associated IT Lifecycle support services for SIPS. Description: This Request for Quote (RFQ) is to set up a Definitive contract to purchase Health Rx's Nexus COTs v.4x Enterprise License Suite of products or equivalent products and associated IT Lifecycle Support Services for the SIPS program. vi. The FAR provisions at 52.212-1, Instructions to Offerors -- Commercial, 52.212-3, Offeror Representations and Certifications -Commercial Items, and 52.209-5, Certification Regarding Responsibility Matters apply to this acquisition. As a reference, Clause 52.212-1 section (b) of which described the form and content of submissions/quotes, and which Quoters shall follow, is the following: (b) Submission of Quotes. Submit signed and dated electronic quotes to the Contracting Officer, Jody O'Kash via email at jody.okash@fda.hhs.gov before the exact time specified in this solicitation. The subject line of the email shall include the following: RFQ Number: FDA-RFQ-18-1196672, Project Title: FDA's Safety and Inventory Protocol System (SIPS), and Company Name. Organization of Quotes: Quotes shall consist of the following electronic documents and be uploaded to a Zip file. The Naming Convention of the Zip file shall be: 1196672_CompanyName_SIPS_ZipFile. Electronic Files and Naming Conventions: 1) Electronic File No. 1: A Technical Quote per instructions in section (b.1, b.2, b.3, and b.4). Page limit: 15 pages / Format: The technical quote shall be submitted in MS Word and PDF formats. Naming Convention for technical approach electronic document shall be 1196672_VolumeI_CompanyName_SIPS_TechnicalApproach The following shall be included in the technical quote file but are not part of the page count: •Cover Letter that includes at a minimum the following information:- o The solicitation number; o Company Name o Project Title: FDA's Safety and Inventory Protocol System (SIPS) o Acknowledgement of RFQ Amendments o Date of Quote submission o The name, address, and telephone number of the offeror; o DUNS o TIN o Statement indicating the period of time the quotation is in effect; not less than 120 calendar days from the RFQ due date o Signature of a person authorized to bind the company • Table of Contents • List of Acronyms • Executive Summary (3 page limit) • Key Personnel Resumes (3 pages per resume) Text color shall be black. Color may be used in graphics or charts for greater clarity. Font type shall be Calibri for the document text and the font size shall be no smaller than 11. Text in graphics and charts shall be no smaller than Calibri 9; text in tables shall be no smaller than Calibri 9. Offerors shall use only 8.5 inch by 11 inch (210 mm by 297 mm) paper, single-spaced pages with margins no less than one inch on each border and shall number each page consecutively in each subsection included in the page count. The size and font of headers and footnotes are not dictated. No fonts may be condensed. 2) Electronic File No. 2: Completed Attachment No. 6 SIPS Requirements (Equivalent Products only): Submitted in MS Excel with the cells unlocked. Naming Convention for electronic document shall be: 1196672_VolumeI_CompanyName_SIPS_Requirements 3) Electronic file No. 3: 508 Product Assessment Template. Submitted in both MS Word and PDF formats. Naming Convention for electronic document shall be: 1196672_VolumeI_CompanyName_SIPS_508 4) Electronic File No.4 : Completed RFQ Attachment No. 2: Pricing Worksheet submitted in MS Excel with cells unlocked Naming Convention for electronic document shall be: 1196672_VolumeII_CompanyName_SIPS_PricingSheet 5) Electronic File No. 5: List of three Performance Evaluations stored in Government Performance Evaluation System (if applicable). Page limit: 1 page per Past Performance reference / Format: The Past Performance electronic file shall be submitted in PDF format. Naming Convention for electronic document shall be: 1196672_VolumeIII_CompanyName_SIP_PastPerformance. 6) Electronic File No. 4: Completed Attachment No. 4: Small Business Plan. The small business plan shall be submitted in both MS Word and PDF formats. Naming Convention for electronic document shall be: 1196672_VolumeIII_CompanyName_SIPS_SmallBusinessPlan. The Technical Quote shall contain the items identified below in parts (b.1), (b.2), (b.3), (b.3), and (b.4) VOLUME I - TECHNICAL QUOTE SUPPLEMENTAL INSTRUCTIONS: FACTOR I: TECHNICAL APPROACH (b.1) Sub-Factor 1: Technical Approach to SIPS SOW The Quoter shall provide a technical solution demonstrating the Quoter's technical approach to achieving the Government's objectives, COTS solution to support the SIPS program, and tasks as defined in RFQ Attachment No. 1: SIPS SOW. The technical approach to RFQ Attachment No. 1: SIPS SOW shall not exceed 15 pages. The technical solution shall demonstrate that the solution provided (including quoted products, services, and approach) meets the program and minimum requirements set forth in RFQ Attachment No. 1: SIPS SOW. General statements that the Quoters can or will comply with the requirements, that standard procedures will be used, that well-known techniques will be used, or paraphrases of the SOW in whole or in part, will not constitute meeting the requirements set forth in RFQ Attachment No. 1: SIPS SOW. (b.2) Sub-Factor 2: SIPS Requirements Quoters proposing equivalent products must complete RFQ Attachment No. 6- SIPS Requirements. (b.3) Sub-Factor No. 3: 508 Compliance Per HHSAR 352.239-73, Electronic Information and Technology Accessibility, all Quoters must complete and submit RFQ Attachment 8: Voluntary Product Accessibility Templates (VPAT). The following 508 sections apply to the SIPS program: Appendix A: Scoping E203 Access to Functionality E204 Functional Performance Criteria E205 Electronic Content E207 Software E208 Support Documentation Services (b.4) Sub-Factor No. 4: Key Personnel The Quoter shall submit resumes for Key Personnel (three pages limit per resume) identified in the SIPS SOW. Key Personnel resumes shall identify the individual's knowledge, certifications, length and variety of experience, and skill sets applicable to successfully complete activities identified in RFQ Attachment No. 1: SIPS SOW. (b.5) VOLUME II BUSINESS QUOTE SUPPLEMENTAL INSTRUCTIONS The Quoter shall fill out and return RFQ Attachment No. 2: SIPS Pricing Worksheet as the means of providing their pricing for the products and services required. The Pricing sheet shall be submitted in MS Excel with the cells unlocked. All Quoters providing quotations must clearly state the overall cost to the Government. (b.6) VOLUME III - SMALL BUSINESS PLAN SUPPLEMENTAL INSTRUCTIONS If the proposing Quoter is a large business they are required to submit a Small Business Subcontract Management plan in accordance with FAR 52.219-9 and HHS policy. Please see RFQ Attachment No. 4: Small Business Plan for the most up to date HHS Small Business Subcontract plan. If the large business does not intend to subcontract to small businesses they must submit a request for waiver with sufficient justification on why no small business subcontracting opportunities are available. FDA intends to use RFQ Attachment No. 5: Small Business Review form to evaluate the Quoter's Small Business Plan. (b.7) VOLUME III - PAST PERFORMANCE SUPPLEMENTAL INSTRUCTIONS: The Quoter shall identify whether they are registered in the Past Performance Information Retrieval System (PPIRS). If the contractor is registered and has evaluations stored in PPIRS, the contractor shall identify a minimum of one (1) but no more than three (3) performance evaluations for efforts similar to this requirement. Each Past Performance reference shall contain the name of the Government Agency services were provided to, contract number, dates of performance, and total dollar value. If the contractor is not registered in PPIRS they must state they have no active evaluations. vii. Per FAR 52.212-3(b) Offeror Representations and Certifications-Commercial Items (Nov 2017) applies to this solicitation. By submission of a quote in response to this RFQ, the Quoter verifies that the representations and certifications currently posted at sam.gov are current accurate complete and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), with exceptions, if any, identified by paragraph. Therefore, Quoters shall not submit documentation of their representations and certifications in response to this quote, excluding exceptions. viii. FAR Provision 52.212-2 - Evaluation - Commercial Items applies to this solicitation. (a) The Government will award a contract resulting from this solicitation to the responsible Quoter whose quote conforming to the solicitation provides the best value to the Government. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Quoter 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) The following factors shall be used to evaluate offers: Volume 1 1. Volume I - TECHNICAL QUOTE A. FACTOR I: TECHNICAL APPROACH Sub-factor 1: Technical Approach to SIPS SOW - Page Limit: 15 pages Sub-factor 2: Completed RFQ Attachment No. 6: SIP Requirements (applicable to Quoters offering equivalent products) Sub-factor 3: Key Personnel Resumes (not included in Page count for Task Order / individual resumes shall not exceed 3 pages) Sub-factor 4: 508 Product Assessment Completed Voluntary Accessibility Template 2. Volume II:-BUSINESS QUOTE Price - Shall be submitted on Attachment No. 2: Pricing Sheet with cells unlocked. 3. Volume III - PAST PERFORMANCE AND SMALL BUSINESS PLAN 1. Past Performance: List of three Past Performance references stored in a Government performance evaluation system (if applicable). 2. Completed RFQ Attachment No. 4: Small Business Plan (applicable - large businesses only). Technical is more important when compared to price. The Government will evaluate technical approach adjectivally as Excellent, Highly Satisfactory, Satisfactory, or Unsatisfactory. Although the Government reserves the right to open discussions if the Contracting Officer deems it appropriate, offerors are apprised that the Government intends to issue an award without discussions. FACTOR 1: TECHNICAL APPROACH Sub-Factor 1: Technical Approach to SIPS SOW The Government will evaluate the extent the technical approach demonstrates capability to achieve all objectives, COTS solution to support FDA's SIPS program, and tasks defined in RFQ Attachment No. 1: SIPS SOW. Sub-Factor 2: SIPS Requirements The Government will evaluate the extent the proposed product meets the salient characteristics identified in the RFQ Attachment no. 6: SIPS Requirements. Sub-Factor 3: 508 Compliance The Government will evaluate • The extent the VPAT meets the standards identified for SIPS. • The extent the Quoter demonstrates an approach for maintaining compliance during future configurations / COTs releases. Sub-Factor 4: Key Personnel Resumes The Government will evaluate the extent to which proposed two Key Personnel (Project Manager and Technical Lead) have appropriate experience, knowledge, certification, and identified skill sets to successfully complete activities identified in SIPS SOW. VOLUME II: BUSINESS QUOTE The Government will evaluate the total evaluated price for Base Period activities, Option Period 1 activities, and the Option to Extend Service for 6-months. As necessary to determine prices are fair and reasonable, the Government may conduct cost analysis as described in FAR 15.404-1(c) or use other methods of price reasonableness as described in FAR 13.106-3(a)(2). VOLUME III: SMALL BUSINESS PLAN EVALUATION In addition, if the company is a large business the Government will evaluate the extent the completed RFQ Attachment No. 4: Small Business Plan assists in meeting FDA's small business goals. An acceptable plan must, in the determination of the Contracting Officer, provide the maximum opportunity for small business concerns and small business concerns owned and controlled by socially and economically disadvantaged persons to participate in the performance of the contract. If the apparently successful Quoter fails to negotiate a subcontracting plan acceptable to the contracting officer within the time limit prescribed by the contracting officer, the Quoter will be ineligible for award. VOLUME III: PAST PERFORMANCE AS A RISK ASSESSMENT The Government will assess the relative risks associated with each Quoter's Past Performance. Performance risks are those associated with an Offeror's likelihood of success in performing the acquisition requirements as indicated by that Offeror's record of past performance. The assessment of performance risk is not intended to be a product of a mechanical or mathematical analysis of an Offeror's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers relevant information. When assessing performance risks, the Government will focus on the past performance of the Offeror as it relates to the SIPS program, such as the Quoter's record of performing according to specifications, including standards of good workmanship; the Quoter's record of controlling and forecasting costs; the Quoter's adherence to contract schedules, including the administrative aspects of performance; the Quoter's reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the Quoter's business-like concern for the interest of the customer. The Government will consider the currency and relevance of the information, source of the information, context of the data, and general trends in the Offeror's performance. The lack of a past performance record may result in an unknown performance risk assessment, which will neither be used to the advantage nor disadvantage of the offer. Past Performance (Confidence Assessment Ratings): Satisfactory Confidence: Based on the Offeror's performance record, the government has an expectation that the Offeror will successfully perform the required effort. No Confidence: Based on the Offeror's performance record, the government has no expectation that the Offeror will be able to successfully perform the required effort. Unknown Confidence: No performance record is identifiable or the Offeror's performance record is so sparse that no confidence assessment rating can be reasonably assigned. ix. FAR Provision 52.212-3, Offeror Representations and Certifications apply to this solicitation. x. The following FAR Provisions are incorporated by reference and apply to this solicitation: 52.209-7 Information Regarding Responsibility Matters. (Jul 2013) 52.204-7 System for Award Management (Jul 2013), 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Oct 2015) 52.233-2 -- Service of Protest. (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Jody O'Kash,5630 Fishers Lane, Rm. 2084 Rockville, MD 20854. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) xi. Please see RFQ Attachment No. 1: SIPS SOW for a list of FDA, HHSAR, and FAR clauses that apply to this action. xii. Questions - It shall be the obligation of the Quoter to exercise due diligence to discover and to bring to the attention of the Contracting Officer (CO) at the earliest possible time, any ambiguities, discrepancies, inconsistencies, or conflicts between the statement of work and other documents attached hereto or incorporated by reference herein. Questions shall be e-mailed to jody.okash@fda.hhs.gov, with cc to Tzeleong.Chang@fda.hhs.gov no later than 04:00pm Eastern Time (local), August 2, 2018. The closing date will not be extended for the purpose of responding to questions received after this date. xiii. The quotations shall be submitted electronically via email to jody.o'kash@fda.hhs.gov, with cc to Tzeleong.chang@fda.hhs.gov by Monday, August 7th at 4pm Eastern time (local).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-RFQ-18-1196672/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN05013976-W 20180802/180731231147-09ebb2c2fe40560d4de4a9ebcdd13691 (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.