Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2005 FBO #1272
SOLICITATION NOTICE

65 -- data cleansing for medical supply database

Notice Date
5/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ-05-T-0123
 
Response Due
5/23/2005
 
Archive Date
7/22/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial item(s) prepared in accordance with FAR12.6, as supplemented with additional information included in this notice. The North Atlantic Regional Medical Command intends to issue a sole source award to Owens and Minor (note 22) based on FAR13. W91YTZ-05-P-0852 is issued as a Request for Quotation (RFQ). The Solicitation document and incorporated Provisions and Clauses are those in effect through Federal Acquisition Circular (FAC) 2005-03. This Proc urement is unrestricted, the SIC Code is 7371; the North American Industry Classification System (NAICS) code is 518210; the FSC 7022. This award is for data cleansing of 1,800 line item master files for erroneously catalogued medical supply items of the M aterial Division, Walter Reed Healthcare System. The contractor shall provide all facilites, labor, equipment, tools, material, and supervision necessary for contract performance.The database is proprietary to Owens and Minor. Services shall be performed o n-site at the contractors facility. The following Provisions and Clauses are incorporated and shall remain in full force in any resulting purchase order: FAR Part 52.212-1 Instruction to Offerors - Commercial Items, FAR 52.212-2 EvaluationCommercial It ems. Contract will be awarded to the vendor that is low price, technically acceptable. FAR 52.212-3 Officers Representations and Certification-Commercial Items, FAR 52.212-4 Contract Terms and Conditions - Commercial Items. Award will be made based on low est price from responsive, responsible vendor. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, FAR 52.216-18 Ordering, FAR 52.217-6 Option for Increased Qu antity, 52.217-9 Option to Extend the Term of the Contract. FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.232-33 Payment by Electronic Funds Transfer, FAR 52.232-19 Availability of Funds For The Next Fiscal Year , FAR 52.247-34 F.O.B. Destination, FAR 52.252-1 Solicitation Provisions Incorporated By Reference, FAR 52.252-2 Clauses Incorporated By Reference, DFARS 252.204-7004 Required Central Contractor Registration, and DFARS 252.212-7001 Contract Terms and Con ditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The government reserves the right to make award on the initial quote received without discussions. The Government will consider all quotes re ceived by 23 May 2005. Note: THE FULL TEXT OF THE Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.deskbook.osd.mil. Defense Federal Acquisition Regulations Supplemental www.dtic.mil/dfars. All interested parties must be reg istered in the Central Contractor Register (CCR) in order to receive an award. Interested parties shall provide detailed information on proposed products, which clearly meet the requirements stated above. STATEMENT OF WORK A. General Requirements 1. Scope of Work. The contractor shall provide all facilities, labor, equipment, tools, materials, supervision, and any other items and services (except as specified in the contract as furnished by the Government) as required and necessary for the performa nce of the data cleansing of 1,800 line item master files of the Walter Reed Healthcare System (WRHCS) Material Division erroneously-catalogued medical supply items. This contract includes all functions, tasks, and responsibilities normally inherent to Dat a Service Management as specified herein. The contractor shall maintain a system of records to control and account for work performed. The contractor shall prepare ad ministrative correspondence, incidental to work covered by this contract to include, but not limited to, invoices and record keeping. The government will provide the contractor with text file that contains 1,800 medical-surgical and pharmaceutical items, t o include 295 units of measure (UM) data cleansing. 2. Contractor Experience. The contractor shall have experience in providing Data Management Service. The firm must have gained this experience as a result of being regularly engaged in the business of providing data management services in medical supplies. The minimum level of acceptable experience required is 12 months within the previous 36 months. 3. Contractor Personnel. The contractor shall designate in writing, a Project Manager, who shall be authorized to act for the contractor and be responsible for the performance of all work specified in this PWS. The project manager shall have full authority to contractually commit the contractor on matters pertaining to the administration of the contract. The contractor shall designate a person with authority to act for the project manager and the contractor, during the absence of the project manager. During normal business hours, the contractor shall respond to the Contracting Officers Representative (COR) call within one (1) hour of notification. 4. Project Manager Designation. Project Manager designation shall be in writing and provided to the COR within 5 days of the notice of award. Designation letters shall include name of designee and phone numbers for normal business hours. 5. Specific Tasks. The contractor shall identify and perform the following task: a. all duplicate items b. Assign correct manufacturer name and catalog numbers to active products c. Correct all invalid unit of measure codes to valid ANSI X.12 values d. Assign a standard product description nomenclature to active products e. Assign the correct classification code (e.g. UNSPSC) to active products f. Identify inactive items for removal from the item master g. Identify non-file purchases for additional to the Item Master h. Update Parent/Child relationships in the Vendor file to reflect current ownership and control 6. Quality Control. The COR will oversee all quality control requirements 7. Results of Data Cleansing. The contractor shall provide the government a monthly progress report, detailing which erroneous master files were completed. The contractor shall also provide the Government with optimized utilization and standa rdization of products, continuing maintenance to ensure the on-going integrity of the cleansed item master, until completion. The contractor shall use spreadsheets to submit the data back to the Government. All work will be performed at the contractor site . The contractors shall provide the COR with a hardcopy revised database listing. Response (s) may be via email or on company letterhead; include companys name, point of contact, address, phone number, Duns Number, Tax ID, and Solicitation Number. Respons es may be faxed to 202-356-0374, ATTN: Laura Tomitz, or e-mailed to laura.tomitz@na.amedd.army.mil.
 
Place of Performance
Address: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW Washington DC
Zip Code: 20307-5000
Country: US
 
Record
SN00811264-W 20050521/050519212322 (fbodaily.com)
 
Source
FedBizOpps.gov 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.