SOLICITATION NOTICE
D -- On-line Nursing Subscription Services
- Notice Date
- 3/11/2020 1:03:59 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
- ZIP Code
- 73114
- Solicitation Number
- 246-20-Q-0037
- Response Due
- 3/23/2020 6:00:00 AM
- Archive Date
- 04/07/2020
- Point of Contact
- Sean Long, Phone: 9183426509
- E-Mail Address
-
sean.long@ihs.gov
(sean.long@ihs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ).��Submit only written quotes for 246-20-Q-0037 for Nursing Clinical Reference Subscription Services. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-03.� This solicitation is a 100% small business set-aside.� The associated NAICS code is 511210 with a small business size standard of $38.5 Million. This RFQ contains one (1) Line Item, for Nursing Clinical Reference Subscription Services for one year as follows: CLIN DESCRIPTION QTY UNIT Unit Price TOTAL 0001 Period of Performance: May 1, 2019 through April 30, 2020.� The contractor shall provide online nursing reference services for Claremore Indian Hospital in accordance the attached Statement of Work.� 12 MO PERIOD OF PERFORMANCE: (Base Period); Base Year: ���������������� 05/01/2020 through 04/30/2021 Vendor Requirements: See attached Statement of Work document for requirements, location, and instructions. Submit Quotes no later than: March 23, 2020 @ 8:00AM CST� to the Following Point of Contact: Sean Long; sean.long@ihs.gov or 918-342-6509 Evaluation:� FAR 52.212-2 Evaluation -- Commercial Items (completed as follows): (a) The Government will award a firm fixed price 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: Lowest Price Technically Acceptable ����������� Vendor must meet or exceed the requirements of the SOW This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below.� Terms and conditions other than those stated will not be accepted.� The above pricing is all inclusive.� PROVISIONS:� The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (the offeror should include a completed copy of this provision with their quote). CLAUSES:� The following FAR clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): �FAR 52.203-6 Restrictions on Subcontractor Sales to the Government;� 52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6, Notice of Total Small Business Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-13, Notice of Set-Aside of Orders; FAR 52.219-28, Post-Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving;� FAR 52.225-1, Buy American Act--Supplies;� FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act � Price Adjustment.��The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. Miscellaneous: NO FAX QUOTATIONS ELECTRONIC SUBMISSIONS � SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (sean.long@ihs.gov)� Mail quotations to Claremore Indian Hospital, Attn: Sean Long, 101 S Moore Ave, Claremore, OK 74017 All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award.� Please submit the following information with each quote: Vendor Name, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability.� Failure to provide sufficient technical detail may result in rejection of your quote. For additional information, please contact the Contract Specialist, Sean Long, sean.long@ihs.gov or 918-342-6509. Statement of Work (SOW) Nursing Clinical Reference Subscription PURPOSE OF THE PROJECT The Claremore Indian Hospital, Indian Health Services has a requirement for a nursing clinical reference subscription. DETAILED DESCRIPTION OF THE TECHNICAL REQUIREMENTS The contractor shall provide a subscription (license Keys or access codes) consisting of the following: Unlimited access to 160 Users: Access to no less than 5,000 nursing and allied health journal databases, with at least 1,400 full text journals. Evidence-based information specifically for nursing practice Quick referencing guides outlining the necessary steps to complete a specific nursing task. Including information regarding the why and how the skill should be performed, along with a definition of the skill. Skill Competency Checklists that can be used to document a nurse's skill competency. Videos and images of demonstrating how to perform specific nursing skills or procedures. Graphical images that can be retrieved at the bedside for patient education and nursing reference. Clinical education about diseases, including an explanation of the disease, signs and symptoms, routine diagnostic tests and interventions. Evidence-Based Practice information regarding diseases and conditions, along with best treatment practices. Nursing Management topics that provide support for overseeing the unit workflow, organization operations, process improvement, cost reduction and accreditation compliance. Provides information to help nurses communicate and provide care that is culturally sensitive. Drug Information: searchable drug information covering trade and generic drugs, drug classes, IV therapy tips and home care tips. Patient Education Handouts that can have individualized notes added, and available in multiple languages that are easy to read with detailed colored illustrations. Continuing Education Modules that are developed by an accredited continuing education who is accredited by American Nurses Credentialing Center (ANCC) and the International Association for Continuing Education and Training (IACET). Nursing E-books including Laboratory & Diagnostic Tests with Nursing Implications; Medical Dictionary; Drug Guide for Nurses; AHFS Drug Information etc. Legal case studies covering malpractice issues in health care. Provides updates to nursing department members regarding new/changed practice content that create changes in nursing practice. PERIOD OF PERFORMANCE 5/15/2020 � 5/14/2021 SPECIAL REQUIREMENTS N/A DELIVERABLES AND REPORTING REQUIREMENTS Contractor Point of Contact: The contractor shall furnish one designated point of contact (POC) to the government�s designated representative for coordination. The POC will be empowered to make daily decisions to ensure that the contract implementation and day-to-day maintenance meets the terms and conditions of this contract. Contractor�s Phone Numbers: The contractor shall provide a toll-free telephone number for service calls, which must be answered during at least eight working hours, between 8:00 am and 4:30 pm, Monday through Friday. CHANGES TO THE STATEMENT OF WORK (SOW) Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. DELIVERABLES/PERFORMANCE METRIX The following elements will be reviewed and documented periodically and not to exceed quarterly for availability and functionality: All Requirements are readily available throughout the quarter. Unscheduled system downtime will not exceed 2 hour per week on average.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/69f77e0181ad478aaf71247c6359d94e/view)
- Place of Performance
- Address: Claremore, OK 74017, USA
- Zip Code: 74017
- Country: USA
- Zip Code: 74017
- Record
- SN05585567-F 20200313/200311230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |