SOLICITATION NOTICE
D -- CPT and ICD-9 procedure and diagnosis codes.
- Notice Date
- 6/19/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Veterans Affairs, VA Office of Information Service Center, Department of Veterans Affairs Office of Information Service Center, Department of Veterans Affairs;Cleveland Business Center;Building 3, Second Floor;10000 Brecksville Road;10000 Brecksville Road OH 44141
- ZIP Code
- 44141
- Solicitation Number
- VA-776-09-RQ-0135
- Response Due
- 6/26/2009
- Archive Date
- 8/25/2009
- Point of Contact
- Anthony WilsonContract Specialist<br />
- E-Mail Address
-
Contract Specialist
(Anthony.wilson3@va.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is VA-776-09-RQ-0135 and is issued as a request for quotation (RFQ) using Simplified Acquisition Procedures found in FAR 13.1. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-29. This solicitation is unrestricted; the associated NAICS code is 511210. All responsible sources may submit a capability statement or quotation which shall be considered by the agency. STATEMENT OF WORK FOR CROSSWALK DATA FILES A.1. SCOPE OF WORK: The Contractor shall provide all resources necessary to complete the deliverables and accomplish the Tasks described in this Statement of Work (SOW) except as may otherwise be specified. The VHA has a need to utilize crosswalk data files to link the most recent version of the American Medical Association published Common Procedural Terminology (CPT) values against both the Internal Classification of Disease, Clinical Modification (ICD-9-CM) diagnosis and procedural terms. VA will make this file available to a wide variety of data analysts throughout the Department of Veterans Affairs. The VA must be able to move in either direction from ICD-9-CM to CPT or from CPT to ICD-9-CM when performing data analysis. The contractor shall provide the information in the data file necessary to link these codes. The contractor is responsible for designing, developing, and maintaining data content using specified applications and data exchange formats in accordance with the statement of work and established VA standards. The work required in this statement of work shall be consistent with the licensing of new terminologies in cooperation with other Federal agencies as appropriate and at the conclusion of this effort; VA will retain rights to all configuration, customization, and custom-built software. A.2. BACKGROUND: The Department of Veterans Affairs (VA) utilizes Current Procedural Terminology (CPT) and International Classification of Diseases, Clinical Modifications (ICD-9-CM) codes for recording work performed by clinical staff whether in an inpatient or ambulatory setting and also uses the diagnosis codes to record patient disease identified by clinical staff. VA collects this information in its electronic health record and in various national data bases providing both a rich analytical environment for research purposes and for managerial oversight. Historically, to do this analysis, the employees used reference books in an attempt to cross reference the codes. This process limited their ability to review larger numbers of records. A.3. OBJECTIVE: VA intends to facilitate additional research in its national data bases by providing reference information that establishes a match among CPT and ICD-9-CM codes. The Veterans Health Administration intends to use the data files establishing links among CPT and ICD9-CM diagnosis and procedure codes for data analysis. The scope of work in this contract will not involve any Personal Health Information (PHI). A.4. PERFORMANCE PERIOD: The Contractor shall provide the data files contained in this SOW in accordance to the approved project plan. The period of performance shall be 12 months from date of award with 3 options years renewed at the governments preference annually. There are ten (10) Federal holidays set by law (USC Title 5 Section 6103): Under current definitions, four are set by date: New Year's DayJanuary 1 Independence DayJuly 4 Veterans DayNovember 12 (observed) Christmas DayDecember 25 If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday. The other six are set by a day of the week and month: Martin Luther King's BirthdayThird Monday in January Washington's BirthdayThird Monday in February Memorial DayLast Monday in May Labor DayFirst Monday in September Columbus DaySecond Monday in October ThanksgivingFourth Thursday in November A.5. PLACE OF PERFORMANCE: Contractor Site A.6. TRAVEL: No travel for this contract is expected. A.7.TYPE OF CONTRACT: Firm - Fixed Price A.8. CHANGES TO THE STATEMENT OF WORK: Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the Contractor through the actions of parties other than the CO shall be borne by the Contractor. A.9. Specific Mandatory TASKS & DELIVERABLES The Contractor shall provide the data defined in the Tasks below. The Contractor shall work closely with the VA PM to review the work plan and schedule for each deliverable prior to commencement to ensure the contract limitations are not exceeded. Task 1:CPT-to-ICD-9: Procedure to Procedure Data File: Because ICD-9-CM contains inpatient procedure codes; VA desires to have access to reference information linking CPT to ICD-9-CM procedure terms. Data shall be provided in a format that is easily imported using industry standard available tools such as SAS or SQL Server Integration Services. The data shall be provided in a format that allows one to use a CPT code and find the equivalent ICD-9-CM code(s) or vice versa. Deliverable 1.1: CPT - ICD9 Crosswalk File (procedure- procedure) in an agreed upon format and associated user manuals with instructions for use. Deliverable 1.2: Updates Task 2:CPT-to-ICD-9: Procedure to Diagnosis Data File: ICD-9-CM contains diagnosis codes used in both ambulatory and inpatient settings. Clinical staff use this coded diagnosis for billing and research purposes. VA desires to link diagnosis codes to CPT codes. Data shall be provided in a format that is easily imported using industry standard available tools such as SAS or SQL Server Integration Services. The data shall be provided in a format that allows one to use a CPT code and find the equivalent ICD-9-CM code(s) or vice versa. Deliverable 2.1: CPT-ICD9: Crosswalk File (Procedure to Diagnosis) in an agreed upon format and associated user manuals with instructions for use. Deliverable 2.2: Updates A.10. SCHEDULE FOR DELIVERABLES If for any reason, any deliverable cannot be delivered in the time schedule, the Contractor shall provide a written explanation to the CO. This written transmittal shall include a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response in accordance with applicable regulations. Deliverable Deliverable DescriptionFrequency 1.1Procedure to Procedure Crosswalk FileWithin 30 calendar days after contract award. 1.2UpdatesQuarterly; and within 30 days after the governing organization releases changes to code sets 2.1Procedure to Diagnosis Crosswalk FileWithin 30 calendar days after contract award. 2.2UpdatesQuarterly; and within 30 days after the governing organization releases changes to code sets A.11 PERFORMANCE METRICS FOR DELIVERABLES: The VA PM and/or designated authorized representative shall review and accept deliverables. Any defective product or service identified by the Government as either a critical defect or non-critical defect, whether during formal surveillance or not, shall be reworked and delivered to the Government by the Contractor. Rework, shall be performed by the Contractor at its own expense without additional compensation by the Government. All data shall be delivered in accordance with the standard delivery terms. All work shall be performed in accordance with the expectations defined in the SOW. B.1. GENERAL REQUIREMENTS a.All written deliverables shall be phrased in layperson language. Statistical and other technical terminology shall not be used without providing a glossary of terms. The Contractor shall deliver one hard copy and one electronic copy of all documentation, unless instructed otherwise by the CO. 1)The VA PM will complete their review of each deliverable within (10) business days from date of receipt. When a review is expected to take longer than the agreed ten (10) days, VA shall coordinate with the Contractor to minimize any impact on project schedule. The Contracting Officer shall negotiate timeframes for re-submission of any rejected deliverables. 2)The VA PM and/or designated authorized representative shall review and accept deliverables. Products found to be unacceptable or not meeting the intent of the Task shall be redone by the Contractor and considered not to be within the scope of this SOW. b.GOVERNMENT & CONTRACTOR RESPONSIBILITIES a.The Department of Veterans Affairs (VA), Cleveland Business Center will provide the Contractor with copies of documents that the Government is required to provide. b.The Contractor shall maintain frequent communications with designated VA staff and the VA Team to conduct work in progress reviews. Progress reports shall be delivered to the authorized assigned VA representative or designee on a monthly basis via electronic mail. 1)VA INTERNET/INTRANET SERVICES The Contractor shall comply with Department of Veterans Affairs (VA) Directive 6102 and VA Handbook 6102 (Internet/Intranet Services). 2)VA Directive 6102 sets forth policies and responsibilities for the planning, design, maintenance support, and any other functions related to the Administration of a VA Internet/Intranet Service Site or related service (hereinafter referred to as Internet). This directive applies to all organizational elements in the Department. This policy applies to all individuals designing and/or maintaining VA Internet Service Sites including, but not limited to, full time and part time employees, Contractors, interns, and volunteers. This policy applies to all VA Internet/Intranet domains and servers that utilize VA resources. This includes but is not limited to va.gov and other extensions such as, ".com,.edu,.mil,.net,.org," and personal Internet service pages managed from individual workstations. 3)VA Handbook 6102 establishes Department-wide procedures for managing, maintaining, establishing, and presenting VA Internet/Intranet Service Sites or related services (hereafter referred to as "Internet"). The handbook implements the policies contained in VA Directive 6102, Internet/Intranet Services. This includes, but is not limited to, File Transfer Protocol (FTP), Hypertext Markup Language (HTML), Simple Mail Transfer Protocol (SMTP), Web pages, Active Server Pages (ASP), e-mail forums, and list servers. 4)VA Directive 6102 and VA Handbook 6102 are available at: Internet/Intranet Services Directive 6102 http://www.va.gov/pubs/directives/Information-Resources-Management-(IRM)/6102d.doc Internet/Intranet Services Handbook 6102 http://www.va.gov/pubs/handbooks/Information-Resources-Management-(IRM)/6102h.doc Internet/Intranet Services Handbook 6102 Change 1 - updates VA's cookie use policy, Section 508 guidelines, guidance on posting of Hot Topics, approved warning notices, and minor editorial errors. http://www.va.gov/pubs/handbooks/Information-Resources-Management-(IRM)/61021h.doc 5)The applications, supplies, and services furnished under this contract must comply with One-VA Enterprise Architecture (EA), available at http://www.va.gov/oirm/architecture in force at the time of issuance of each TO, including the Program Management Plan and VA's rules, standards, and guidelines in the Technical Reference Model/Standards Profile (TRMSP). VA reserves the right to assess contract deliverables for EA compliance prior to acceptance 6)In addition, any technologies that enable a Network Delivered Application (NDA) to access or modify resources of the local machine that are outside of the browser's "sand box" are strictly prohibited. Specifically, this prohibition includes signed-applets or any ActiveX controls delivered through a browser's session. ActiveX is expressly forbidden within the VA while.NET is allowed only when granted a waiver by the VA CIO *PRIOR* to use. 7)JavaScript is the preferred language standard for developing relatively simple interactions (i.e., forms validation, interactive menus, etc.) and Applets (J2SE APIs and Java Language) for complex network delivered applications. c.SECTION 508 COMPLIANCE: The Contractor shall comply with Section 508 of the Rehabilitation Act (29 U.S.C. 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998. The following Access Board's standards apply to this procurement: X 1194.21 Software Applications and Operating Systems X 1194.22 Web-based Information or applications 1194.23 Telecommunication Products X 1194.24 Video and Multimedia Products X 1194.25 Self-Contained Products X 1194.26 Desktop and Portable Computers X 1194.31 Functional Performance Criteria X 1194.41 Information, Documentation and Support Section 508 text is available at: http://www.opm.gov/HTML/508-textOfLaw.htm http://www.section508.gov/index.cfm?FuseAction=Content&ID=14 The Access Board standards ( www.ppirs.gov). d.SOFTWARE TERMS AND CONDITIONS: 1)The Contractor shall provide the software license, maintenance and technical support services for the software identified below, all of which are customarily provided by the Contractor to its customers. Software maintenance includes periodic updates, enhancements and corrections to the software. Distribution of maintenance copies shall be accomplished by using an appropriate magnetic, electronic or printed media. 2) Governing Law: Federal law and regulations, including the Federal Acquisition Regulations ("FAR"), shall govern this Order. Commercial license agreements may be made a part of this Order but only if both parties expressly make them an addendum. If the commercial license agreement is not made an addendum, it shall not apply, govern, be a part of or have any effect whatsoever on the Order; this includes, but is not limited to, any agreement embedded in the computer software (click wrap) or any agreement that is otherwise delivered with or provided to the Government in an online service with the commercial computer software or documentation (shrink-wrap), or any other license agreement otherwise referred to in any document. If a commercial license agreement is made an addendum, only those provisions addressing data rights regarding the Government's use, duplication and disclosure of data (e.g., restricted computer software) are included and made a part of this Order, and only to the extent that those provisions are not duplicative or inconsistent with Federal law, Federal regulation, the incorporated FAR clauses and the provisions of this Order, including any addenda; those provisions in the commercial license agreement that do not address data rights regarding the Government's use, duplication and disclosure of data shall not be included or made a part of the Order. Federal law and regulation, including without limitation, the Contract Disputes Act (41 U.S.C. 601-613), the Anti-Deficiency Act (31 U.S.C. 1341 et seq.), the Competition in Contracting Act (10 U.S.C. 2304), the Prompt Payment Act (31 U.S.C. 3901, et seq.) and FAR clauses 52.212-4, 52.227-14, 52.227-19 shall supersede, control and render ineffective any inconsistent, conflicting or duplicative provision in any commercial license agreement. In the event of conflict between this clause and any provision in the Order or the commercial license agreement or elsewhere, the terms of this clause shall prevail. Claims of patent or copyright infringement brought against the Government as a party shall be defended by the U.S. Department of Justice (DOJ) (28 U.S.C. 516). At the discretion of DOJ, the Contractor may be allowed reasonable participation in the defense of the litigation. Any additional changes to the Order must be made by commercial license agreement shall be construed as a waiver of sovereign immunity. e.Software License and Maintenance/Technical Support Definitions: Licensee. The term "licensee" shall mean the U.S. Department of Veterans Affairs ("VA") and is synonymous with "Government." Licensor. The term "licensor" shall mean the software manufacturer of the computer software being acquired. The term "Contractor" is the company identified in Block 7 on VA Form 0737. If the Contractor is a reseller and not the Licensor, the Contractor remains responsible for performance under this delivery order. Software. The term "software" shall mean the licensed computer software product(s) cited in the Schedule of Supplies/Services. Release or Update. The term "release" or "update" are terms that refer to a revision of software that corrects defects and/or provides minor enhancements or improvements of the software's functionality. This is usually designated by a change in the number to the right of the decimal point (e.g., from Version 5.3 to 5.4). An example of an update is the addition of new hardware. Version or Upgrade. The term "version" or "upgrade" are terms that refer to a revision of software that contains new or improved functionality. This is usually designated by a change in the number to the left of the decimal point (e.g., from Version 5.4 to 6). f.License - Grant of License and Term: Unless otherwise stated in the Schedule of Supplies/Services, the software license provided to the Government is a perpetual, nonexclusive license to use the software. The license authorizes the Government to use the software in processing data for other federal agencies. If the licensed software requires a password (or license key) to be operational, it shall be delivered with the software media and have no expiration date. If the Government decides to outsource or contract its services, the Government may allow the outsourcer to use the licensed software solely to provide the services on its behalf. The outsourcer shall be bound by the provisions of this Contract and/or Order relating to the use of the software. If the software is for use in a networked environment, as may be reflected by the number of servers or users described in this Contract and/or Order, the license grant provided by the Contractor includes the Government's use of the software in such environment. Any dispute regarding the license grant or usage limitations shall be resolved in accordance with the Disputes Clause incorporated in FAR 52.212-4(d). If the Government purchases additional licenses, the terms and conditions for those additional licenses (including maintenance and technical support) shall be the same as agreed to in this Contract and/or Order, unless negotiated otherwise by mutual agreement of the parties. If for any reason the contractor is unable to complete performance under this Contract and/or Order, or if following the completion of the Contract and/or Oder, the contractor ceases to provide support for any software described in this Contract and/or Order, the contractor agrees to provide the Government with any proprietary software or documentation that is relevant to the work performed under this Contract and/or Order. This provision applies to any data that would be necessary for the maintenance and continued development of any automated information systems, including, but not limited to, system source and object codes, supporting system software and all relevant documentation and source listings. This data shall be provided to the Government at no additional cost within thirty (30) calendar days following work stoppage. If the Contractor is a reseller for the computer software being acquired under this Contract and/or Order, it is permissible for the actual software manufacturer (Licensor) to deliver the software directly to the Government. The Government may install the software on hardware with dual core processor chips at no additional cost. Pricing of the software shall be based on "per processor" or "per CPU" and not "per core". The Government may also upgrade the hardware that the software is installed on at any time at no additional cost; this includes, but is not limited to, upgrading to a processor with dual core chip technology. All limitations of software usage are expressly stated in VA Form 0737 and this Statement of Work. g.Software Technical Support and Upgrades (sometimes called maintenance): Software technical support and upgrades are included at the agreed upon price. However, if additional charges are assessed during the license period as a result of negotiated changes in the license (e.g., CPU upgrades), the license fee shall be by mutual agreement of the parties and any dispute thereof shall be resolved in accordance with the Disputes Clause incorporated herein at FAR 52.212-4(g). If the Government desires to continue using a term software license and/or receive upgrades and support for a perpetual software license beyond the license period identified in this Order or Contract, the Government will issue a separate order or contract to renew the term license and/or the maintenance and annual support agreements. Conversely, if an order or contract to renew the software license, support and upgrade license is not received, no assumption by the Contractor shall be made that license has been renewed. Unless otherwise agreed, for any new additional software that may be licensed, the Contractor shall provide for software maintenance and technical support in the first year of the license at no additional price. The Contractor shall provide software support services, which include periodic updates, enhancements and corrections to the software, and reasonable technical support, all of which are customarily provided by the Contractor to its customers so as to cause the software to perform according to its specifications, documentation or demonstrated claims. Any telephone support provided by Contractor shall be at no additional cost. The Contractor shall provide all support services in a timely manner in accordance with the Contractor's customary practice. However, prolonged delay in resolving software problems will be noted in the Government's various past performance records on the Contractor (e.g., In December 2000, the Architectural and Transportation Barriers Compliance Board (Access Board), pursuant to Section 508(2)(A) of the Rehabilitation Act Amendments of 1998, established Information Technology accessibility standards for the Federal Government. Section 508(a)(1) requires that when Federal departments or agencies develop, procure, maintain, or use Electronic and Information Technology (EIT), they shall ensure that the EIT allows Federal employees with disabilities to have access to and use of information and data that is comparable to the access to and use of information and data by other Federal employees. The Section 508 requirement also applies to members of the public seeking information or services from a Federal department or agency. If the Government allows the software maintenance and technical support to lapse and subsequently wishes to reinstate it, any reinstatement fee charged shall not exceed the amounts that would have been charged if the Government had not allowed it to lapse. h.Disaster Recovery Clause: Government hereby certifies to Contractor that it has a bona fide disaster plan with respect to the computer software programs used in its operations. The Contract and/or Order authorizes the Government's operation to maintain a second copy of software on tape for use at loading at sites that are not live (e.g. subscription-based disaster recovery services) for the sole purpose of duplicating or mirroring the software environment of the "primary" licenses at the designated licensed site and as described herein. Additionally, use of the software at the contingency sites must not include general access or any processing for program development or production. Contractor shall permit operation and testing of all licensed programs at the contingency sites as designated by the Government without prior approval and at no additional cost to the Government solely for the purpose of maintaining or implementing disaster recovery readiness including continuity of business operations. CPU's, MIPS or MSU's at these contingency sites are excluded from the total CPU's, MIPS or MSU's count included elsewhere in the Contract and/or Order and are not separately billable. Activation of operations at a contingency site shall be at Government's discretion. Government is authorized to install all software at the contingency sites for testing, problem resolution purposes, and to ensure there will be no operational delays in association with transition of workload from the designated licensed site to the contingency sites. Use of the software at the contingency sites in the event of a disaster shall continue until such time as normal processing can be resumed at the "primary" site regardless of the duration required. Nothing in the Contract and/or Order diminishes the Government's rights in accordance with the data rights clause(s). Any license keys, codes, or passwords required by the Contractor in order to use the software at the contingency sites shall be provided to the Government within 10 days of the Government's request. Disabling Software Code: The Government requires delivery of computer software that does not contain any code that will, upon the occurrence or the nonoccurrence of any event, disable the software. Such code includes but is not limited to a computer virus, restrictive key, node lock, time-out or other function, whether implemented by electronic, mechanical, or other means, which limits or hinders the use or access to any computer software based on residency on a specific hardware configuration, frequency of duration of use, or other limiting criteria. If any such code is present, the Contractor agrees to indemnify the Government for all damages suffered as a result of a disabling caused by such code, and the Contractor agrees to remove such code upon the Government's request at no extra cost to the Government. Inability of the Contractor to remove the disabling software code will be considered an inexcusable delay and a material breach of the contract and the Government may exercise its right to terminate for cause. In addition, the Government is permitted to remove the code as it deems appropriate and charge the Contractor for consideration for the time and effort in removing the code. 3. Invoicing: a.NOTICE TO ALL OFFERS REGARDING CHANGES TO INVOICING POLICY: The Financial Services Center (FSC) is working on the implementation of an E-Invoicing OB10 initiative, and during the performance of this contract there may be changes to how this contract is invoiced. There are costs associated with the use of E-Invoicing OB10 that will be paid by the Offer/Contractor. Offers shall review the FSC's letter and determine if they will need to factor cost of invoicing into their quotes. (FSC's letter is located at this URL): http://www.fsc.va.gov/docs/einvoice/eInvoicingNotificationLetter.pdf) More information is available at this website address: http://www.fsc.va.gov/einvoice.asp. b. The Department of Veterans Affairs Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR Part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor shall be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the mailing address below: Department of Veterans Affairs Financial Services Center P.O. Box 149971 Austin, TX 78714-8971 Invoices may also be faxed to the Financial Services Center in Austin (512-460-5540/5238). When faxing an invoice, send an electronic copy to vhacioesconsup@med.va.gov. Do not fax AND mail an invoice, as this may result in an inadvertent duplication and delay payment. c. The FSC requires the following information be included on invoices received for payment: Vendor Name Remittance address (address where the payment is to be issued) Complete purchase order number (e.g., 776-C12345) Itemized description of goods or services, quantity, and unit price Total dollar amount of invoice Discount or Net terms For any invoices mailed to the above address, you may direct your inquiries to the following toll free number: 1-877-353-9791. d. Acceptance and Invoicing - The Project Manager (PM) will inspect, or cause to be inspected, and certify acceptability, of all products and services delivered under this order before processing applicable invoices for payment. The COR will certify to the Contracting Officer that the products and services delivered meet the defined quality standards. 7.PHYSICAL SECURITY AND SAFETY REQUIREMENTS Not applicable 8.CONFIDENTIALITY AND NON-DISCLOSURE a.The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by VA which has been generated by the Contractor in the performance of this contract are the exclusive property of the Government. b.The CO will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this contract. The Contractor shall release no information. Any request for information relating to this contract presented to the Contractor shall be submitted to the CO for response. c.Regulatory standard of conduct governs all personnel directly and indirectly involved in procurements. All personnel engaged in procurement and related activities shall conduct business in a manner above reproach and, except as authorized by statute or regulation, with complete impartiality and with preferential treatment for none. The general rule is to avoid strictly any conflict of interest or even the appearance of a conflict of interest in Government-Contractor relationships. d.Privacy Act Notification: FAR 52.224-1 - "Privacy Act Notification" and 52.224-2 - "Privacy Act" apply to this contract. 10.CONTRACTOR PERSONNEL SECURITY REQUIREMENTS Not applicable C.1. Evaluation Criteria: The Government will award an order resulting from this solicitation to the responsible contractor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will use the following factors, listed in descending order of importance, to evaluate quotes. All non-price factors, when combined, are more important than price. 1) Technical Capability: Technical capability is defined as an contractor's proposed solution(s) and demonstrated ability to do the type of work described by this SOW, and is determined on the basis of the following sub-factors (the sub-factors are equal in importance): "Data ease of use and compatibility and interoperability "Methodology for ensuring the most up to date information and references provided to the customers "Proposed update schedule for data 1.Past Experience: Past performance is relevant information regarding an offeror's actions under previously awarded contracts. It includes the offeror's overall quality of performance, record of conforming to contract requirements and to standards of good workmanship; the offeror's adherence to contract schedules, including the administrative aspects of performance; the responsiveness of management; the offeror's history of reasonable and cooperative behavior and commitment to customer satisfaction, including the offeror's business-like concern for the interest of the customer; and the offeror's overall performance on their contracts. This information will be obtained through feedback from the offeror's customers. To be relevant, past performance information must be provided for contracts that are similar (or greater) in terms of the relevant past performance criteria listed below. Contracts submitted may have been Governmental (federal, state, or local) or private sector contracts. Past performance will be considered relevant if it meets all of the following criteria: 1) As a prime contractor, offeror provided data to IT Services for a Health Care Organization 2) Contract was valued at or in excess of $ 50,000 per year 3) Software that included maintenance for a period of at least one year in length 3) Products were provided within the last three years Offeror's shall complete Attachment A - Past Performance References Sheet at the end of this section. This form must be completed for each reference submitted that meets the criteria identified above. The offeror cannot use the same reference (i.e., same project and same contact person) more than once. Past performance will be evaluated by analysis of information provided by the offeror and by interviews with the offeror's past and/or current customers. If the offeror submits as a joint venture, unless the references submitted are for the joint venture, each firm in the joint venture will be evaluated and the composite score will be the average of all the scores for each firm of the joint venture. While offerors must submit evidence of a minimum of 3 customer references for past performance evaluations, they may provide more (but in no case shall they submit more than 5 references. (The Government will consider two separate contracts as a single contract if they were consecutive and for the same location and services; e.g., two separate, but consecutive, one-year elevator maintenance service contracts for the same or similar work at ABC Federal Building, will be considered one contract.) The Government is not required to conduct or complete reference checks on more than 3 contracts, although it may choose to do so. Additionally, if more than 3 references are provided, the Government reserves the right to choose which references to include in its evaluation. In addition to those references provided directly by the offeror, the Contracting Officer may identify and analyze the past performance of the offeror on any other relevant contract that they currently have or had of which the Contracting Officer has knowledge or obtains knowledge, including but not limited to projects listed in the Past Performance Information Retrieval System (PPIRS). Because of the wide variety of past performance history of individual offerors, the Government is not required to ensure that an equal number of references be obtained for each offeror. SOLICITATION PROVISIONS: The provision at FAR 52.212-1, Instructions to offerors-Commercial Items (June 2008), applies to this acquisition. The provision at FAR 52-212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. The evaluation criteria in paragraph (a) of this provision are as follows: 1) Technical capability; 2) Past performance; 3) Price (All non-price factors, when combined, are more important than price.) The offeror shall include a copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2008) with this quote CONTRACT CLAUSES: The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2007), applies to this acquisition. ALL RESPONSES TO THIS RFQ ARE DUE BY 3:00PM EST ON FRIDAY JUNE 26TH, 2009. RESPONSES SHALL BE SUBMITTED EMAIL TO THE CONTRACTING OFFICER AT ANTHONY.WILSON3@VA.GOV
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA-776-09-RQ-0135/listing.html)
- Record
- SN01851086-W 20090621/090620000431-2b1318bb942b96e1dab5dd3c397788bb (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 |