Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2018 FBO #6105
SOLICITATION NOTICE

D -- Brand Name Philips or equal Digital Web Base Hosting Service - SOW

Notice Date
8/9/2018
 
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-18-RFQ-1199443
 
Archive Date
9/1/2018
 
Point of Contact
Steven Gagnon, Phone: 3017964873
 
E-Mail Address
Steven.Gagnon@fda.hhs.gov
(Steven.Gagnon@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW i. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, in conjunction with 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- 119443. 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 2005-88. iv. This RFQ is total small business set aside. The NAICS code is 541519, size standard $25M. v. This RFQ is for Brand Name Philips or equal Digital Web Base Hosting Service Description: This solicitation is to purchase a Brand Name Philips or equal Digital Web Base Hosting Service which allows the various research pathologists to login into the Hosting Service when available to perform the study. With all research pathologists using the same system with the same capabilities, the data collected would enable the comparison of pathologist performance for reading digitalized Whole Slide Images (WSI) with the same technology. (Please see the attached SOW for more detail). 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 offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (4a) SUPPLEMENTAL INSTRUCTIONS: The quoter shall provide a technical solution demonstrating the quote's understanding of and knowledge of the Government's requirement, objectives and tasks as defined in SOW. The technical solution shall demonstrate that the solution provided (including proposed products, services, and approach) meets the program and minimum requirements set forth in the SOW. vii. 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 is the lowest-priced technically acceptable quote. (b) Price: All Quoters providing quotations must clearly state the overall cost to the Government for all items identified in SOW. Pricing should be in alignment or discounted from the quoter's commercial pricing for similar services. The price quoted shall be evaluated to ensure the best value to the Government and must be determined to be fair and reasonable in order to be considered for award. The sum of the offeror's proposed prices for all CLINs in the table in Part 2 will be used as the total evaluated price. (c) The offeror or applicant shall submit all electronic documents for Microsoft Office suite products without the use of "macros". If the offeror or applicant submits documents that contain macros the Government will not be able to view or open such documents and the submission will be considered non-responsive to the solicitation. No additional time will be given to an offeror or applicant to correct the document submission and the Government will not inform the offeror or applicant that their submission is non-responsive prior to award. It is the offeror's or applicant's responsibility to ensure all electronic documents are submitted without the use of macros. (End of Provision) viii. FAR Provision 52.212-3, Offeror Representations and Certifications apply to this solicitation. SUPPLEMENTAL INSTRUCTIONS: Per FAR 52.212-3(b), by submission of a quote to this solicitation, 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. ix. The HHSAR Provision at 352.239-73 Electronic Information and Technology Accessibility Notice (Dec 2015). (a) Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), as amended by the Workforce Investment Act of 1998 and the Architectural and Transportation Barriers Compliance Board Electronic and Information (EIT) Accessibility Standards (36 CFR part 1194), require that when Federal agencies develop, procure, maintain, or use electronic and information technology, Federal employees with disabilities have access to and use of information and data that is comparable to the access and use by Federal employees who are not individuals with disabilities, unless an undue burden would be imposed on the agency. Section 508 also requires that individuals with disabilities, who are members of the public seeking information or services from a Federal agency, have access to and use of information and data that is comparable to that provided to the public who are not individuals with disabilities, unless an undue burden would be imposed on the agency. (b) Accordingly, any quoter responding to this solicitation must comply with established HHS EIT accessibility standards. Information about Section 508 is available at http://www.hhs.gov/web/508. The complete text of the Section 508 Final Provisions can be accessed at http://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-section-508-standards. (c) The Section 508 accessibility standards applicable to this solicitation are stated in the clause at 352.239-74, Electronic and Information Technology Accessibility. In order to facilitate the Government's determination whether proposed EIT supplies meet applicable Section 508 accessibility standards, quoters must submit an HHS Section 508 Product Assessment Template, in accordance with its completion instructions. The purpose of the template is to assist HHS acquisition and program officials in determining whether proposed EIT supplies conform to applicable Section 508 accessibility standards. The template allows quoters or developers to self-evaluate their supplies and document-in detail-whether they conform to a specific Section 508 accessibility standard, and any underway remediation efforts addressing conformance issues. Instructions for preparing the HHS Section 508 Evaluation Template are available under Section 508 policy on the HHS website http://www.hhs.gov/web/508. In order to facilitate the Government's determination whether proposed EIT services meet applicable Section 508 accessibility standards, quoterss must provide enough information to assist the Government in determining that the EIT services conform to Section 508 accessibility standards, including any underway remediation efforts addressing conformance issues. (d) Respondents to this solicitation must identify any exception to Section 508 requirements. If a quoter claims its supplies or services meet applicable Section 508 accessibility standards, and it is later determined by the Government, i.e., after award of a contract or order, that supplies or services delivered do not conform to the described accessibility standards, remediation of the supplies or services to the level of conformance specified in the contract will be the responsibility of the Contractor at its expense. (End of provision) x. Please see Attachment No. 1: SOW for a list of FDA, HHSAR, and FAR clauses that apply to this action. xi. Quotes are due August 17, 20
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-18-RFQ-1199443/listing.html)
 
Place of Performance
Address: FDA White Oak Campus, POC: TBD, W062 Room 4126, 10903 New Hampshire Ave, Silver Spring, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN05028931-W 20180811/180809231115-b49ca8dfeaa1934b79e96a64e31cd638 (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.