Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 06, 2020 SAM #6825
SOLICITATION NOTICE

70 -- Instrument Manager Software Support

Notice Date
8/4/2020 6:41:33 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
 
ZIP Code
73114
 
Solicitation Number
246-20-Q-1410955
 
Response Due
8/5/2020 2:30:00 PM
 
Archive Date
08/20/2020
 
Point of Contact
Misti Bussell, Phone: 9183426235
 
E-Mail Address
misti.bussell@ihs.gov
(misti.bussell@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 246-19-Q-1410955, Instrument Manager Software Support RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02.� This solicitation is a 100% Small Business set-aside.� The associated NAICS code is 541519 with a small business size standard of $27.5 Million. This RFQ contains two (2) Line Items for Instrument Manager Software services: CLIN DESCRIPTION QUANTITY UNIT Unit Price TOTAL 0001 09/13/2020 thru 09/12/2021:� IM-E01 18 SR Support of Interface Connection Renewal 1 Year � � 0002 09/13/2020 thru 09/12/2021: IM-B02 18 SR Support of IM Renewal 1 Year � � � SITE VISIT:� N/A � PERIOD OF PERFORMANCE: Base Year: ������ September 13, 2020 through September 12, 2021 Vendor Requirements: See attached Statement of Work document for requirements, location, and instructions. STATEMENT OF WORK, SITE DRAWINGS, AND WAGE DETERMINATION ARE ATTACHED TO THIS COMBINED SYNOPSIS SOLICITATION Submit Quotes no later than: August, 5, 2020 @ 4:30PM CST� to the Following Point of Contact: Misti Bussell, misti.bussell@ihs.gov 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: Low Quote 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 52.217-8, Option to Extend Services, FAR 52.217-9, Option to Extend the Term of the Contract, 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. (misti.bussell@ihs.gov)� Mail quotations to Claremore Indian Hospital, Attn: Misti Bussell, 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) Support & Maintenance for Instrument Manager Software � PURPOSE OF THE PROJECT The Claremore Indian Hospital, Indian Health Services has a requirement for support & maintenance of the Instrument Manager Software in the Claremore Indian Hospital Laboratory in order to facilitate the quick & accurate reporting of test results to providers to provide excellent patient care.� The primary purpose of this contract is to procure a contract with a Contractor who can provide support & maintenance for the Instrument Manager Software used in the Claremore Indian Hospital Laboratory.� ����������� DETAILED DESCRIPTION OF THE TECHNICAL REQUIREMENTS The contractor shall provide the following support & maintenance for the Instrument Manager Software in order to ensure that the Laboratory Department of the Claremore Indian Hospital is able to provide accurate & timely test results to medical providers. ����������� Support of Interface Connection Renewal ����������� Support of IM Renewal Contractor shall: Enable ongoing interface between LIS with Electronic Health Record system Provide 24-hours-a-day, 7-days-a-week technical support via telephone Provide license for use of Instrument Manager Software PERIOD OF PERFORMANCE � The base year Period of Performance will be 12 months from date of award. � LEVEL OF EFFORT � The contractor shall be available to Medical Technologists or Information Technology staff by phone 24-hours-a-day, 7-days-a-week for technical support. The contractor shall hold the license for the Instrument Manager Software.� SPECIAL REQUIREMENTS The contractor shall not disclose or cause to disseminate any information concerning operations of Claremore Indian Hospital.� Such action(s) could result in violation of the contract and possible legal actions. All inquiries, comments, or complaints arising from any matter observed, experienced or learned of as a result of or in connection with the performance of the contract, the resolution of which may require the dissemination of official information, shall be directed to the government�s designated representative. Termination Amortization Schedule:� A termination amortization schedule shall be included as an attachment of the awarded contract.� If the Government does not exercise any of the options listed in the price / cost schedule, the Government�s not exercising the options will have the same effect as if the Government terminated for convenience.� All remedies afforded to contractor in regards to a termination for convenience shall be available to the contractor. � 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 of support and/or maintenance.� 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 24-hours-a-day, 7-days-a-week. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES The Government shall supply the following: Access to the government furnished software and systems for the provision of services set forth in the contract only.� CONTRACTOR FURNISHED PROPERTY, FACILITIES AND SERVICES The contractor will provide the service unit with the following: Support & maintenance on the software covered under this contract. 24-hours-a-day, 7-days-a-week technical support via telephone. License for use of software covered under this contract.� � � 9.� 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. 10. DELIVERABLES/PERFORMANCE METRIX Support & maintenance as follows: Interface Connection Renewal IM Renewal 24-hours-a-day, 7-days-a-week telephone technical support Instrument Manager Software License
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6733bb5f22114ca1a41df00989a00b8b/view)
 
Place of Performance
Address: Claremore, OK 74017, USA
Zip Code: 74017
Country: USA
 
Record
SN05745108-F 20200806/200804230153 (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 |
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.