SOLICITATION NOTICE
R -- CAP eFRM Annual Subscription License
- Notice Date
- 6/16/2022 7:48:14 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26222Q1036
- Response Due
- 6/24/2022 1:00:00 PM
- Archive Date
- 08/23/2022
- Point of Contact
- Domen, Clift, Contract Specialist, Phone: 562-766-2241
- E-Mail Address
-
Clift.Domen@va.gov
(Clift.Domen@va.gov)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures; and supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2022-06, dated May 26th, 2022. Solicitation 36C26222Q1036 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award contract. This procurement will be issued under Full and Open Competition. NAICS Code is 511210 and the Small Business Administration s (SBA) size standard is $41.5 Million. The Government is seeking a contract to acquire CAP eFRM Annual Subscription License. This solicitation is seeking to fulfill the following statement of work: Place of Performance: Multiple Locations Period of Performance: 8/1/2022 7/31/2023 STATEMENT OF WORK INTRODUCTION: CAP eFRM (Electronic Forms and Reporting Module) is a software tool required for structured synoptic reporting. The software delivers consistent, reliable, and comprehensive cancer reporting and integrates the latest cancer protocols developed by the College of American Pathologists (CAP) into VISN22, PALMS Anatomic Pathology workflow. Background: VISN22 will require 27 licenses distributed between 5 facilities to support the cancer program. The software must expedite the CAP electronic Cancer Checklists (eCC), must be an electronic version of the CAP Cancer Protocols. It must automatically deliver real-time updates of the latest CAP eCCs. It must ensure report completion and automated content maintenance to assist pathologists in their workflow and in their compliance with both the Commission on Cancer and CAP Laboratory Accreditation Program. Scope: CAP has developed, maintains, and owns, or has the right to license, a certain proprietary product, known as eFRM, described above. Use of such product is subject to the condition that End User execute this Agreement. This Agreement sets forth the terms on which CAP will license such product to End User. Requirements: VISN 22 will require 27 licenses to support 5 facilities within the consolidated pathology and laboratory medicine services. Table of Licenses per site Site Number licenses San Diego 6 Loma Linda 6 Tucson 4 Phoenix 6 Albuquerque 5 Technical Requirements: Minimum OS Requirements, Windows XP or newer Internet connectivity CAP eFRM will attempt to load the required components (.NET Framework 4.0) from the internet automatically, but this may require IT involvement. Mailing addresses and phone numbers for facilities involved in this effort VA San Diego Healthcare System 3350 La Jolla Village Dr. San Diego, CA 92161 800-331-8387 VA Loma Linda Healthcare System 11201 Benton Street Loma Linda, CA 92357 909-825-7084 VA Tucson Healthcare System 3601 S 6th Ave Tucson, AZ 85723 520-629-4629 VA Phoenix Healthcare System 650 East Indian School Rd Phoenix, AZ 85012 601-277-5551 x6346 VA New Mexico Healthcare System 1501 San Pedro Dr. SE Albuquerque, NM 87108 505-265-1711 x2574 CAP eForm Customer Support Deliverables Software Support Features Description Support Description A complete telephone and online support package for customers. Key Features Telephone support from application and technical support specialists. Comprehensive online support. Supported Products The complete product line on supported and certified platforms. Support Requirements Customers with active maintenance contracts. Telephone Support Key Features Telephone and online support from application and technical support specialists. Coverage Hours Monday through Friday 8 AM to 5 PM EST. Electronic Support Online Support Call Entry Online support call entry via CAPeForm online support. Call Status Reports Customers may check the status of telephone or online requests via support as well as historical reports. Knowledge Base Customers can access the same database Software support specialists use. Customer Alerts Product notifications, customer alerts and FAQs are send proactively to customers. Service Packs Service Packs and bug fixes are available for customers to download from support online or via automatic update. Remote Support Remote support is available via the internet and VPN basis. Target Response Times 1 hour for critical issues where no known workaround exists. 4 hours for major issues where no known workaround exists. 24 hours for major issues where a known workaround exists. Software Updates Major and Minor Releases Major and Minor Releases are available online. Upgrades Upgrades are available via support online. Service Term Annual Maintenance Contract. Pricing Annual fees vary depending on product installed and the number of seat licenses. Discounts for multiyear agreements. The software must expedite the completion of the CAP electronic Cancer Checklists (eCC), and be an electronic version of the CAP Cancer Protocols. The software must automatically delivers real-time updates of the latest CAP eCCs. And ensure report completion and automated content maintenance to assist pathologists in their workflow and in their compliance with both the Commission on Cancer and CAP Laboratory Accreditation Program. Cancer Reporting Software must Deliver the latest CAP Cancer Protocols Provide an easy-to-use interface with user-defined workflows Prepopulate checklists, where appropriate Streamline synoptic reports by removing unnecessary data elements Eliminate errors of omission and redundant entries Automatically update and push new content Reduce transcription utilization The information identified above is intended to be descriptive, not restrictive and to indicate the quality that will be satisfactory. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can provide the services being requested. Provisions 52.212-1, Instructions to Offerors Commercial and 52.212-2, Evaluation Commercial Items are applicable to this acquisition. Furthermore, Provision 52.212-2 is utilizing the lowest price on an Acceptable/Unacceptable evaluation process. Submitting Quote: Offeror(s) shall submit their quote via email on company letterhead and shall include the completed pricing forms, along with name, address, telephone number of the offeror, firm s UEI#, total price and a completed copy of FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items or a copy of offeror s annual offeror representations and certifications (ORCA) document from www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items. Submit all question(s) to Clift Domen at clift.domen@va.gov no later than June 17th, 2022, and before 1:00 PM Pacific Daylight Time (PDT). Ensure to reference solicitation # 36C26222Q1036 within the subject line of the email. Quotes must be received by June 24th, 2022, and before 1:00 PM PDT. Email your quote to Clift Domen at clift.domen@va.gov. Ensure to reference solicitation # 36C26222Q1036 within subject line of the email. Quote(s)/offer(s) received after the prescribed deadline, shall be considered non-responsive and will not be considered for award. CONTRACT CLAUSES AND PROVISIONS 52.212-2 - Evaluation Commercial Items (Oct 2014) (a) The Government will award a 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: Technical acceptability shall be established by review of each submitted quote, attachments, and/or information by the designated technical evaluator/s and verification that any brand name or equal to items"" meet all the requirements in the Statement of work included in this solicitation. No other rating or quantitative value other than acceptable or unacceptable will be assigned. Once technical acceptability has been established, the Contracting Officer shall award to the lowest price. (b) Options. 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror 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 clause) 52.217-6 - Option for Increased Quantity (Mar 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of clause) 52.217-8 - Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days of contract expiration. (End of clause) 52.252-2 - Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses and 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. 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/ FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Nov 2021) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2022) FAR 52.232-18, Availability of Funds (Apr 1984) FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) FAR 52.233-1, Disputes (May 2014) VAAR 852.203-70, Commercial Advertising (May 2018) VAAR 852.232-72, Electronic Submission of Payments (Nov 2018) (End of Clause) 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 https://www.acquisition.gov/vaar FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.209-7, Information Regarding Responsibility Matters (Oct 2018) FAR 52.233-2, Service of Protest (Sep 2006) VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (Sep 2018) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) (End of Provision)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2f41fb5d40c04e5385468352878108f3/view)
- Place of Performance
- Address: VISN 22 Multiple Locations, USA
- Country: USA
- Country: USA
- Record
- SN06360667-F 20220618/220616230115 (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 |