Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2010 FBO #3101
SOLICITATION NOTICE

T -- Clinical Refernce Database

Notice Date
5/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511120 — Periodical Publishers
 
Contracting Office
N62645 Naval Medical Logistics Command 693 Neiman Street Ft. Detrick, MD
 
ZIP Code
00000
 
Solicitation Number
N6890110RCW19
 
Point of Contact
Amanda Heller 301-619-0242
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, Streamlined Procedures for Commercial Items, as supplemented with additional information included in this notice. This acquisition is being conducted under FAR 13.5, Test Program Procedures for commercial items. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N6890110RCW19. The solicitation is issued as a request for proposal (RFP). Provisions and clauses in effect through Federal Acquisition Circular 05-41 are incorporated. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/fac.html and http://www.acq.osd.mil/dpap/dars/dfars/index.htm. The NAICS code is 511120, with a small business size of 500 employees. This is a Full and Open Competition requirement; all qualified vendors are encouraged to submit a proposal. The Naval Medical Logistics Command request responses from qualified sources capable of providing a clinical reference database in accordance with the following: Performance Work Statement Project Title: Clinical Reference Database 1.0 BackgroundThe Navy Health Service requires a clinical information source that is used by practitioners at their point of care. Neither print book nor batch software can meet the pace of new knowledge generation. BUMED Instruction 5070.5 establishes a requirement to implement a Navy medical library network program which supports all Navy Medical Department activities. 2.0 Scope 2.1 To provide Navy health care professionals 24/7 access to an online clinical reference database to all Navy Health Service healthcare delivery locations, medical treatment facility, Navy afloat, Marine Corps, contingency and humanitarian efforts. This reference applies to all health care professionals. 2.2 The Navy Health Service depends upon online/electronic resources to replace brick and mortar medical references and inconsistent, locally procured references that may induce a variation in the standard of care delivered. The online resources provide references to evidenced-based literature, reviews, and controlled trials. 2.3 All information should be accurate, complete, unbiased, evidence-based, and peer reviewed. The database must have search tools and include all required medical topic summaries in one interface. The vendor should provide an annual subscription to all specialties in accordance with the requirements specified in section 5.3. 3.0 ObjectiveProvide consistent commercially-updated, online/electronic professional Clinical Reference Database for all of the Naval Health Service, to include 30 IP addresses. 4.0 Period of Performance.The base period of this contract shall be twelve months from date of award. The Government may, at its sole discretion, award up to four 12-month periods of performance following successful completion of the base period. 5. 0 Specific Requirements 5.1 Architecture..The vendor shall provide multiple, simultaneous access via internet/world wide web to the Clinical Reference Database. The vendor should ensure a standard internet browser, such as Internet Explorer, Firefox or Opera, enables authorized users to search the database..The vendor will provide 24/7 access to the vendor's web site to authorized users via both IP authentication and some form of token/key generation..For IP-based authentication, access should be granted for all Navy Health Service duty locations. The government will supply a list of IP ranges for Navy Medicine enterprise duty locations. As IP ranges are changed, an updated list will be provided, and the vendor should enable access from the new IP ranges within two business days. For access to the vendor's web site when not at a Navy Medicine enterprise duty location, the vendor will work with the government to coordinate an alternate means for access (such as username/password). The vendor will provide seamless access to the Clinical Reference Database..For those settings in which Internet connectivity is usually limited or absent, the vendor will provide content via electronic media (i.e. CD/DVD or other authorized media) for use by care providers 5.2 Support 5.2.1 The contractor should provide:.Access to the administrative module to authorized users..Help/support service will operate daily during normal business hours (0900 - 1700 EST), except on public holidays where alternate arrangements will be made and publicized..Respond to assigned faults in according to the perceived importance of the reported situation. All faults should be responded to within 24 hours..Contractor maintenance should be performed after business hours (0900 - 1700 EST) daily or on weekends. The contractor shall provide contact with customer technical support and provide a technical representative for this contract for assistance with technical problems accessing the site within 15 days of award. Contact may be asynchronous (e.g., web site submission or e-mail). The contractor shall provide 30 days prior notice of accessibility unavailability resultant from upgrade or other electronic maintenance requirements. Notice shall be accomplished:.By submission of an email to the Technical POC identified in Section 6.2 of this PWS..By submission of an email to the COR or POC..By posting a notice to the website. 5.3 Functional Requirements 5.3.1 The contractor shall provide on-line subscription to Clinical Reference Database in a web-based manner. The on-line subscription shall include, but is not limited to, the following:.Specialties. The product shall include the following specialties:oAdult Primary Care MedicineoAdult Internal (General) MedicineoCardiovascular MedicineoEndocrinology and DiabetesoFamily MedicineoGastroenterology and HepatologyoHematology and OncologyoInfectious DiseasesoNephrology and HypertensionoObstetricsoPediatricsoGynecology and Women's HealthoPulmonary and Critical Care MedicineoRheumatology and Neurology.Topics should include relatively concise (less information than a typical textbook chapter) background information, e.g. pathophysiology, etiology, epidemiology, etc..There should be high-quality, evidence-based practice guidelines available via the product. Guidelines recommendations should be included in related topics, and links should be available to the original source guideline..The product should offer intuitive navigation for searching for information and reading through results..The product should provide in-text notations where information is referenced to facilitate access to the primary literature, evidence-based guidelines, etc..The product should include a bibliography of references for each topic..There should be evidence-based and current patient information/handouts available from product topics, or linked to/from the product..The product should provide continuing education and the ability to track credits earned by each provider..The product should offer a means for authorized users to have off-site Web-based access. Locations include, but not limited to, work locations not directly connected to Hospitals or Clinics, non-Navy facilities, including home and other offsite work related locations..The product should provide access via mobile devices (e.g. PDAs, iPod Touch, smart phones)..The product should provide usage statistics by IP address. 5.3.2 The contractor shall prepare and mail CD-ROMS/DVDs to deployed units upon request. 5.3.3 The Contractor should be Athens software compliant. 5.3.4 The Contractor shall comply with Federal, State, and Local Laws, plus any Federal Regulations as applicable to the performance of this contract. All services are required. 6.0 Contracting Officer's Representative/Technical Point of Contact. 6.1 The Government may appoint one or more Contracting Officer's Representatives (CORs) to oversee requirements of the contract. CORs have limited authority. A copy of this written delegation of authority will be provided to the vendor. The Government is not bound by agreements made with the vendor which exceed the authority expressly provided in the delegation. The government reserves the right to change the Point of Contact, with notification to the vendor. 6.2 The Government will identify one or more Points of Contacts (POC) for technical matters. EVALUATION FACTORS FOR AWARD Best ValueTechnical: FirstPast Performance: SecondPrice: Third Evaluation Criteria: The Government intends to award a contract resulting from a competitive award process. The awardee shall be the responsible offeror whose offer, conforming to the terms and conditions of the performance work statement, offers the "Best Value" to the Government. The technical and past performance factors, factors a. and b. below, combined are significantly more important than price, and the technical approach is more important than past performance. However, price may become a critical factor in the event that two or more offerors are determined to be essentially equal following the evaluation of technical and past performance factors. In any event, NMLC intends to award to the proposal that provides the Best Value, price and other factors considered, to the Government. Pricing of option years shall be considered in the price evaluation. The Government intends to award without discussions, but reserves the right to conduct discussions. The Government reserves the right to award to other than the lowest offeror if the Government determines that a price premium is warranted due to enhanced technical merit beyond the minimum requirements, a superior technical approach, and/or superior past performance. The Government reserves the right to award to other than the highest rated offeror. The Factors identified below are in descending order of importance and will be the evaluation factors used to evaluate all offers received: a. Technical Approachb. Past Performancec. Price TECHNICAL EVALUATION CRITERIA Offeror proposals shall be evaluated based on the following criteria: a. Technical Approach - i. Minimum Requirements -The offeror must meet all of the following minimum requirements to be considered for award..The vendor shall provide multiple, simultaneous access via internet/world wide web to the Clinical Reference Database..The vendor shall provide 24/7 access to the vendor's web site to authorized users via both IP authentication and some form of token/key generation..The vendor shall provide content via electronic media (i.e. CD/DVD or other authorized media) for use by care providers.The contractor shall provide contact with customer technical support and provide a technical representative for this contract for assistance with technical problems accessing the site within 15 days of award..The contractor shall provide 30 days prior notice of accessibility unavailability resultant from upgrade or other electronic maintenance requirements..Notice shall be accomplished:By submission of an email to the Technical POC.By submission of an email to the COR or POC. By posting a notice to the website..The product shall include the following specialties:Adult Primary Care Medicine, Adult Internal (General) Medicine, Cardiovascular Medicine, Endocrinology and Diabetes, Family Medicine, Gastroenterology and Hepatology, Hematology and Oncology, Infectious Diseases, Nephrology and Hypertension, Obstetrics, Pediatrics, Gynecology and Women's Health, Pulmonary and Critical Care Medicine, Rheumatology and Neurology.The contractor shall prepare and mail CD-ROMS/DVDs to deployed units upon request. ii. How will the Offeror approach and accomplish the work? Offeror's approach should include how the offeror will accomplish the requirements of the Performance Work Statement including, but not limited to:.The offeror shall provide evidence on how it meets the requirements of a Clinical Reference Database..The Contractor should be Athens software compliant..The product should offer the capability of linking to the electronic medical record..The product should provide usage statistics by IP address..The product should offer a means for authorized users to have off-site Web-based access. b. Past Performance -The offeror should describe its past performance on three (3) government or private sector contracts for similar work held within the last three (3) years which are of similar scope, magnitude and complexity to that which is detailed in the RFP or affirmatively state that it possesses no relevant directly related or similar past performance. Offerors who present similar contracts should provide a detailed explanation demonstrating the relevance of the contracts to the requirements of the RFP. The offeror should provide the following information regarding its past performance: Offerors are to provide at least three (3) past contracts of similar size and complexity. Each past contract will be identified by: 1. Contract number(s), award date and dates of performance.2. Name, phone number, and e-mail address of a point of contact at the federal, state, local government or commercial entity for which the contract was performed.3. Number of full time equivalent (FTE) personnel utilized under the contract.4. Dollar value of the contract.5. Detailed description of the work performed under the contract.6. Names of subcontractor(s) used, if any, and a description of the extent of work performed by the subcontractor(s)7. Numbers and varieties of clients supported.8. The number, type and severity of any quality, delivery or price problems in performing the contract, the corrective action taken and the effectiveness of the corrective action (if applicable).9. Any other relevant information. If the contractor does not have past contracts, the past performance will be viewed as neutral. The Government shall evaluate the quality and quantity of the offeror's Past Performance. The Government reserves the right to contact the points of contact identified in the offeror's proposal for the purpose of assessing the offeror's record of Past Performance. The Government shall not restrict its Past Performance evaluation to information submitted by the offeror but shall also consider any other relevant information in its possession and may contact references for that information. PRICE EVALUATION CRITERIA The price proposal shall include the complete pricing. Offers shall propose pricing for a one year base period with the option of four, one year option periods. Evaluation will be based on price reasonableness and completeness. PROPOSAL INSTRUCTIONS: Offerors shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for thorough evaluation of proposal. Additionally, the vendor shall fully explain their ability to meet the requirements from above. Shipping shall be FOB Destination. Proposals shall specify the Total Price. Proposals will be evaluated for Completeness (all CLINS are priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. Other Administrative Instructions:Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. FAR Provisions & Clauses:FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED;FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items;FAR 52.212-4, Contract Terms and Conditions---Commercial Items;FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR clauses apply: 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; Offerors are reminded to include a completed copy of 52.212-3 ALT I with RFP response. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:FAR 52.247-34, F.O.B. Destination;DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items;DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, In compliance with said clause, following additional DFARS clauses apply: 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities, 252.225-7021, Trade Agreements; 252.227-7015, Technical Data-Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7024, Notification of Transportation of Supplies by Sea. DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to Amanda Heller, amanda.heller@med.navy.mil. Proposals are due by 4:00 PM Eastern Time on 28 May 2010. Any questions must be addressed to amanda.heller@med.navy.mil by email only NLT 25 May 2010. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6890110RCW19/listing.html)
 
Record
SN02156070-W 20100522/100520235807-2c03e8ecb1fc0d4e3ee54a0440ef748c (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.