Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2009 FBO #2848
SOLICITATION NOTICE

Q -- Automated Patient Appointment System

Notice Date
9/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517911 — Telecommunications Resellers
 
Contracting Office
Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81K00-09-T-0410
 
Response Due
9/15/2009
 
Archive Date
11/14/2009
 
Point of Contact
Troy Davis, 210-221-3438
 
E-Mail Address
Great Plains Regional Contracting Ofc
(troy.davis@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a solicitation W81K00-09-T-0410 of purchase request W55QQF91550002 issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. The associated North American Industrial Classification System (NAICS) code for this procurement is 517911. Size standard is 1500 employees. This RFQ is being issued as Firm Fixed Price, Total Small Business Set-Aside. All responsible sources may submit a quotation which shall be considered by the agency. The requirements of this solicitation are for an Automated Patient Appointment System for Munson Army Health Center, Fort Leavenworth, KS 66207. Delivery of the System must be delivered 30 days after contract award (FOB Destination). NOTE TO CONTRACTORS: Please submit pricing for the CLIN for the period of 1 October 2009 through 30 September 2010 and one (1) option year. The required Salient Characteristics are identified below. Line Item No. 0001: AUTOMATED PATIENT APPOINTMENT SYSTEM To include 1 year Premier Software maintenance, service, equipment, and 90 day warranty of software Salient characteristics of the Requirement: 1.The following are the desired characteristics for our Automated Patient Appointment System: a. The system will include all the hardware necessary to handle an incoming volume of 400 patient appointment calls per day. b. The vendor will provide an Approval to Operate (ATO) or a Certificate of Networthiness (CON) to connect and operate on an Army network. c. The system will include redundant servers so that if the production server fails due to hardware issues during business operations, a fallback or second server will take over as the production server until the main server can be repaired. d. The system will include the telephone devices for up to 10 call agents at the facility. e. Onsite installation and training will be included when the purchase action is awarded. f. The system will include a supervisor workspace for two call center supervisors to monitor the backlog and performance of agents in the appointment center. g. The system will include a recording module which records the conversation on each call between the patient and call center agent. h. The system will include a queue option which will place callers in a queue until a call agent is available to answer the call. i. Maintenance and service will be provided the first year which will support remote help desk support, adding, moving and changing the system. j. Changes to the menu call tree will be supported at no cost pending the site having a valid maintenance contract in place in subsequent years. k. The system will meet or exceed all the standards listed in The Surgeon General Memo (2008-034) which outlines the business practices and equipment guidelines for the medical treatment facility appointment center. l. The system will include a Tele-viewer for the supervisors to get a visual inspection of the appointment centers business performance at a given time. m.The vendor will complete the process to gain approval for a business to business (B2B) connection for remoting into the system. 2.It is desirable to provide a point of contact at other facilities where their respective system has been installed and for favorable customer feedback from the sites given. DELIVERY TO: Munson Army Health Center 550 Pope, Building 343 Fort Leavenworth, KS 66207. The following FAR and DFARS provisions and clauses apply to this solicitation: Delivery shall be FOB Destination to Munson Army Health Center, Fort Leavenworth, KS 66207. Pricing quote shall include all applicable fees. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration, 52.211-6 Brand Name or Equal. 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.222-3, Convict Labor, 52.222-19 Child Labor Cooperation With Authorities And Remedies, 52.222-21, Prohibition of Segregated Facilities 52-222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficking in Persons, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-18 Availability of Funds, and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7036, Buy American Free Trade Agreement Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests Method of payment for this award will be through Wide Area Work Flow (WAWF), 252.232-7010 Levies on Contract Payments, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 Alt III, Transportation of Supplies by Sea. Clauses Incorporated by reference FAR 52.252-2 and DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), 252.212-7010 Levies on Contract Payments; 52.211-6 Brand Name or Equal. The following is incorporated full text for FAR 52.212-2 [Evaluation-Commercial Items]: a. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: If providing an equal item(s), comply with FAR Clause 52.211-6, Brand Name or Equal. Explain how your company will meet the salient characteristics of the items as specified in the solicitation. Prospective contractors shall demonstrate that the products offered complies with the technical requirements described in the salient characteristics by submission of a written capability statement with their offer. 2. Price. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote. b. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate proposals and award a contract without discussions. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 15 Sep 2009, 12:00 PM, Central Standard Time. Submit all offers via email to kenneth.tyson@amedd.army.mil. Place of performance: Munson Army Health Center 550 Pope, Building 343 Fort Leavenworth, KS 66207 UNITED STATES Contact: Ken Tyson, Contracting Officer, Phone 210-221-4723, Email kenneth.tyson@amedd.army.mil Contracting Office Address: Great Plains Regional Contracting Office MCAA GP BAMC 3851 Roger Brooke L31-9V Fort Sam Houston, TX 78234-6200 Point of Contact: Ken Tyson, Contracting Officer, Phone 210-221-4723
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-09-T-0410/listing.html)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
 
Record
SN01948341-W 20090911/090910002324-453611854a75005981d5abb3b2e8d654 (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 |
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.