SOLICITATION NOTICE
A -- Scientific advisors for genomic informatics system
- Notice Date
- 1/3/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541711
— Research and Development in Biotechnology
- Contracting Office
- Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
- ZIP Code
- 02301
- Solicitation Number
- VA24111RQ0002
- Response Due
- 1/13/2011
- Archive Date
- 1/14/2011
- Point of Contact
- Cheri K. Wicks (NO PHONE CALLS ACCEPTED)
- E-Mail Address
-
cheri.wicks@va.gov
(Contracting)
- 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. A valid sole-source justification exists and it is VA's intention to award this requirement on a sole-source basis. The Department of Veterans, VA Boston Healthcare System, has a requirement for scientific advisors for the genomic informatics system for use in research. This is a Request for Quotation (RFQ); the solicitation number is VA-241-11-RQ-0002. This requirement is not set aside since market research indicates there is not a reasonable expectation of receiving two (2) quotes. The NAICS Code is 541711. All Quotes are due no later than 3pm EST on January 13, 2011. No telephone requests will be accepted. However, any firm that believes it can meet these requirements may send their quote by e-mail to cheri.wicks@va.gov. Supporting evidence must be furnished in sufficient detail, to demonstrate the capability to comply with the below requirement. Responses will be evaluated. Inquires/information received after established deadline of January 13, 2011 NOON EST shall not be considered. The submission of any data for review shall not impede award of this contract as planned. The Government does not intend to pay for information solicited. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular July 2, 2010 (FAC 2005-43). B.2 STATEMENT OF WORK A.GENERAL INFORMATION 1. Title of Project: Scientific Advisors for The Genomic Informatics System for Integrative Science (GenISIS) project 2.Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in the statement of work (SOW), except as may otherwise be specified. The Contractor shall be the Scientific Subject Matter Expert (SME) group with expertise in the biomedical genomics research and biomedical informatics domains to collaborate with the VA leadership and provide scientific expertise and guidance to, a) Do a scientific needs assessment for a genomic informatics system b) Evaluate, advise and recommend hardware and software solutions to support genomic data storage and analysis 3. Background: Personalized medicine and large scale genomic research are long term goals of the Veterans Health Administration and the VA Office of Research and Development. Initiatives underway in ORD include planned genome-wide scans and copy number variation in subjects with amyotrophic lateral sclerosis, depression, schizophrenia, Parkinson's disease and post traumatic stress disorder. As currently planned, genomic data will become available by the middle of fiscal year 2011 The Genomic Informatics System for Integrative Science will be developed to support the integration of genotypic and phenotypic data from a number of heterogeneous sources. As a pre-requisite to informatics platform development, a scientific needs assessment study has to be conducted to identify effective genomics research tools and technologies. This Statement of Work outlines a collaborative project between a Scientist/Subject Matter Expert (SME) group and VA leadership to summarize the scientific needs and evaluate potential solutions 4. Performance Period: The period of performance is12 months from contract award for Phase I and with an option for Phase II of 12 months. Work at the government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO) in coordination with the Contracting Officers Technical Representative (COTR). 5. Type of Contract: Firm-Fixed-Price 6. Place of Performance: The awardee of this contract will be required to provide 50% of their contracted time on station to work with VA leadership and internal team. B. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the CO or designee has conducted a kick off meeting or has advised the contractor that a kick off meeting is waived. C. GENERAL REQUIREMENTS 1. For every task, the contractor shall identify in writing all necessary subtasks (if any), associated costs by task, together with associated sub milestone dates. The contractor's subtask structure shall be reflected in the technical proposal and detailed project management plan (PMP). 2. All written deliverables will be phrased in layperson language. Statistical and other technical terminology will not be used without providing a glossary of terms. 3.Where a written milestone deliverable is required in draft form, the Government's Project Manager will complete their review of the draft deliverable within 15 calendar days from date of receipt. The contractor shall have 15 calendar days to deliver the final deliverable from date of receipt of the government's comments. 4.The contractor shall provide the contract COTR with monthly invoices detailing hours worked. D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: The Contractor shall provide the specific deliverables described below within the performance period stated in Section A.4 of this SOW. Phase I Deliverables (Base Year of Performance) Task One: The Contractor shall provide a PMP illustrating the detailed plan for completing the required work. The Contractor's plan shall be responsive to this SOW and describe, in further detail, the approach to be used for each aspect of the contract as defined in the technical proposal. At a minimum, the plan shall include the work breakdown structure (WBS), schedule, cost requirements, and proposed personnel. The contractor shall keep the PMP up to date throughout the period of performance. Deliverable For Task One: A detailed PMP and briefing Task Two: The Contractor will in consultation with the VA leadership prepare a set of criteria/requirements for software and hardware evaluation and use that set of requirements to evaluate proposed solutions. Deliverable For Task Two: a) A solution evaluation/requirement matrix. b) A detailed evaluation matrix of top technology and vendor solutions and recommendations. Task Three: The Contractor will conduct a scientific needs assessment study. The Contractor shall meet with the leading scientists at VA, Boston who produce genomic data and at sites of VA collaborators such as Duke, Yale, and the Broad Institute. The contractor will: a) Lead discussions with the scientists and scientific staff at VA central core lab and collaborator sites to assess the scientific needs for a data integration platform and identify and summarize analytical pipelines involved in genomic analysis of the data. b) Summarize the results of the discussions with the scientists at VA and at collaborator sites. Deliverable for Task Three: Scientific needs assessment report summarizing the discussions with the VA/collaborator scientists. Provide details on the genomics analysis activities at collaborator institutions including the workflows and analysis pipelines used. SPECIAL CONSIDERATIONS "Services must be provided largely on-site with the Contractor's team working closely with the internal VA team. It is expected that contractors will be on-site at the VA Boston Healthcare System in Jamaica Plain, MA for approximately 50% of their time on the project. Phase II Deliverables (Option Year 1) Task One: The Contractor shall provide a PMP illustrating the detailed plan for completing the task order. The Contractor's plan shall be responsive to this SOW and describe, in further detail, the approach to be used for each aspect of the task order as defined in the technical proposal. At a minimum, the plan shall include the work breakdown structure (WBS), schedule, cost requirements, and proposed personnel. The Contractor shall keep the PMP up to date throughout the period of performance. Deliverable For Task One: A detailed PMP and briefing Task Two: The Contractor shall, in consultation with the VA leadership, prepare a set of criteria/requirements for software and hardware evaluation and use that set of requirements to evaluate proposed solutions Deliverable For Task Two: a) A solution evaluation/requirement matrix. b) A detailed evaluation matrix of top technology and vendor solutions and recommendations. Task Three: The Contractor will conduct a scientific needs assessment study. The Contractor shall meet with the leading scientists at VA, Boston who produce genomic data and at sites of VA collaborators such as Duke, Yale, and the Broad Institute. The Contractor shall: a) Lead discussions with the scientists and scientific staff at VA central core lab and collaborator sites to assess the scientific needs for a data integration platform and identify and summarize analytical pipelines involved in genomic analysis of the data. b) Summarize the results of the discussions with the scientists at VA and at collaborator sites. Deliverable for Task Three: Scientific needs assessment report summarizing the discussions with the VA/collaborator scientists. Provide details on the genomics analysis activities at collaborator institutions including the workflows and analysis pipelines used. SPECIAL CONSIDERATIONS "Services must be provided largely on-site with the Contractor's team working closely with the internal VA team. It is expected that contractors will be on-site at the VA Boston Healthcare System in Jamaica Plain, MA for approximately 50% of their time on the project. The successful Contractor staff shall: "Have extensive scientific research, computational biology and informatics experience at academic medical centers and top pharmaceutical companies. Have successfully developed genomics platforms at large academic hospital institutions. "Have domain knowledge in the field of translational research including molecular biology, biochemistry, immunology, genomics, computational biology, informatics and HIT. "Have domain knowledge in the evolving field of personalized medicine including utilization of genomic research findings. "Have a deep understanding of cutting edge experimental procedures and technology used in biomedical research. "Have a deep understanding of clinical and genomic data standards, ontologies and terminologies. "Have a deep understanding of the latest developments in computational biology, informatics, information technology - specifically EHRs, clinical decision making systems, hospital information systems, clinical trials management systems, electronic data capture systems, genomics data analysis platforms, algorithm development and data integration platforms. E. EVALUATED OPTIONAL TASKS AND ASSOCIATED DELIVERABLES [If applicable] N/A F. SCHEDULE FOR DELIVERABLES 1. The Contractor shall complete the Delivery Date column in Attachment A for each deliverable specified. 2. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same. 3. If for any reason the scheduled time for a deliverable cannot be met, the Contractor is required to explain why (include the original deliverable due date) in writing to the CO, including 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. G. CHANGES TO 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. H. REPORTING REQUIREMENTS 1. The Contractor shall provide the Contracting Officers Technical Representative (COTR) with the deliverables on the delivery dates detailed in Attachment A. 2. The deliverables shall cover all work completed during the preceding month and will present the work to be accomplished during the subsequent month. This report shall also identify any problems that arose and a statement explaining how the problem was resolved. This report shall also identify any problems that have arisen but have not been completely resolved with an explanation. I. TRAVEL The Contractor must provide at least 50% of their work hours on-site at the VA Boston healthcare system. This is to assure that there is 100% knowledge transfer to VA staff in real-time as development is proceeding. Travel and per diem shall not be reimbursed and are considered inclusive of the contract fixed price. J. GOVERNMENT RESPONSIBILITIES The VA Boston Healthcare System will provide all hardware, network connections and space. K. CONTRACTOR EXPERIENCE REQUIREMENTS - KEY PERSONNEL These skilled, experienced professional and/or technical personnel are essential for successful Contractor accomplishment of the work to be performed under this contract. These are defined as key personnel and are those persons whose resumes were submitted. The contractor agrees that the key personnel shall not be removed, diverted, or replaced from work without approval of the CO through the COTR. Any personnel the Contractor offers as substitutes shall have the ability and qualifications equal to or better than the key personnel being replaced. Requests to substitute personnel shall be approved by the COTR and the CO. All requests for approval of substitutions in personnel shall be submitted to the COTR and the CO within 30 calendar days prior to making any change in key personnel. The request shall be written and provide a detailed explanation of the circumstances necessitating the proposed substitution. The contractor shall submit a complete resume for the proposed substitute, and any other information requested by the CO needed to approve or disapprove the proposed substitution. The CO in coordination with the COTR will evaluate such requests and promptly notify the contractor of approval or disapproval thereof in writing. L. CAPABILITY MATURITY MODEL FOR SOFTWARE INTEGRATION [If applicable] N/A M. ARCHITECTURAL GUIDELINES N/A N. SECURITY Information System Security The Contractor shall ensure adequate LAN/Internet, data, information, and system security in accordance with VA standard operating procedures and standard contract language, conditions laws, and regulations. The Contractor's firewall and web server shall meet or exceed the government minimum requirements for security. All government data shall be protected behind an approved firewall. Any security violations or attempted violations shall be reported to the VA project manager and the VBA Headquarters Information Security Officer as soon as possible. The Contractor shall follow all applicable VA policies and procedures governing information security, especially those that pertain to certification accreditation. O. ELECTRONIC AND INFORMATION TECHNOLOGY STANDARDS The contractor shall comply with Department of Veterans Affairs (VA) Directive 6102 and VA Handbook 6102 (Internet/Intranet Services). 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. 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. 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 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. 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. SECTION 508 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. 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. Section 508 text is available at: http://www.opm.gov/HTML/508-textOfLaw.htm http://www.section508.gov/index.cfm?FuseAction=Content&ID=14 P. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by the VA which have been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 2.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 task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the CO for response. 3. Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. Attachment A Schedule of Deliverables Deliverable No. OneItem A detailed PMP and briefing Quantity Delivery Date Within 15 calendar days after award TwoA detailed vendor evaluation matrix Within 2 months after award ThreeScientific needs assessment and report based on GWAS studies at DukeWithin 4 months after award B.3 PRICE/COST SCHEDULE BASE PERIOD: FEBRUARY 1, 2011 THROUGH JANUARY 31, 2012 ITEM DESCRIPTION OF QTY UNIT AMOUNT NO. SUPPLIES/SERVICE 1. Provide scientific advisors for the 1 Job _________ genomic informatics system for integrative science (GENISIS) project. Services are required in the area of Strategic use of cutting edge scientific Developments in health information technology for reducing errors and improving efficiency in clinical practice and other areas as defined in the Statement of Work. TOTAL:_____________________________ OPTION ONE: FEBRUARY 1, 2012 THROUGH JANUARY 31, 2013 1. Provide scientific advisors for the 1 Job _________ genomic informatics system for integrative science (GENISIS) project. Services are required in the area of Strategic use of cutting edge scientific Developments in health information technology for reducing errors and improving efficiency in clinical practice and other areas as defined in the Statement of Work. TOTAL:_____________________________ GRAND TOTAL:____________________________ B.4 SPECIAL CONTRACT REQUIREMENTS: VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY LANGUAGE (Section removed due to space limitations. An amendment to this solicitation will be issued.) SECTION C - CONTRACT CLAUSES ( The following clauses apply to this acquisition and will be incorporated in the resulting contract either as full text or by reference.) C.1 52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008) C.2 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) C.3 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) C.4 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.204-9PERSONAL IDENTITY VERIFICATION OFSEP 2007 CONTRACTOR PERSONNEL 52.224-2PRIVACY ACTAPR 1984 52.224-1PRIVACY ACT NOTIFICATIONAPR 1984 52.243-1CHANGES--FIXED PRICEAUG 1987 ALTERNATE III APR 1984 C.5 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) C.6 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) C.7 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) C.8 VAAR 852.273-75 SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES (Interim - October 2008) C.9 VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008)SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS D.1 CONTRACTOR PERSONNEL SECURITY REQUIREMENTS All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to all subcontractor personnel requiring the same access. If the investigation is not completed prior to the start date of the contract, the contractor will be responsible for the actions of those individuals they provide to perform work for VA. 1. Position Sensitivity - The position sensitivity has been designated as LOW RISK 2. Background Investigation - The level of background investigation commensurate with the required level of access is National Agency Check. 3. Contractor Responsibilities a. The contractor shall bear the expense of obtaining background investigations. If the investigation is conducted by the Office of Personnel Management (OPM), the contractor shall reimburse VA within 30 days. b. The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship and are able to read, write, speak and understand the English language. c. The contractor shall submit or have their employees submit the following required forms to the VA Office of Security and Law Enforcement within 30 days of receipt: (i) Standard Form 85P, Questionnaire for Public Trust Positions (ii) Standard Form 85P-S, Supplemental Questionnaire for Selected Positions (iii) FD 258, U.S. Department of Justice Fingerprint Applicant Chart (iv) VA Form 0710, Authority for Release of Information Form (v) Optional Form 306, Declaration for Federal Employment (vi) Optional Form 612, Optional Application for Federal Employment d. The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract. e. Failure to comply with the contractor personnel security requirements may result in termination of the contract for default. 4. Government Responsibilities a. The VA Office of Security and Law Enforcement will provide the necessary forms to the contractor or to the contractor's employees after receiving a list of names and addresses. b. Upon receipt, the VA Office of Security and Law Enforcement will review the completed forms for accuracy and forward the forms to OPM to conduct the background investigation. c. The VA facility will pay for investigations conducted by the Office of Personnel Management (OPM) in advance. In these instances, the contractor will reimburse the VA facility within 30 days. d. The VA Office of Security and Law Enforcement will notify the contracting officer and contractor after adjudicating the results of the background investigations received from OPM. e. The contracting officer will ensure that the contractor provides evidence that investigations have been completed or are in the process of being requested. D.2 VENDOR SUPPLIED PERSONNEL INFORMATION Please submit the name, address and social security number of the vendor supplied personnel as well as a person to contact from your company and the phone number and billing address. Contracting Specialist: Cheri K. Wicks Telephone: 774-826-2582 Station: 523 Order Number: Risk Level: LOW Vendor Name: Vendor POC (Name, Telephone #, E-mail): Vendor Address: Vendor Supplied Personnel Name:SSN:Home Address:Date of Birth:Place of Birth:Current Clearance(s) Issued by Other Departments/Agencies D. 3 STATEMENT OF COMMITMENT AND UNDERSTANDING FOR VA CONTRACTORS WHO POSSESS OR HANDLE VA SENSITIVE INFORMATION OR PERSONAL DATA As a contractor of the Department of Veterans Affairs (VA), I am committed to safeguarding the personal information that veterans and their families have entrusted to the Department. I am also committed to safeguarding the personal information which VA employees and applicants have provided. To ensure that I understand my obligations and responsibilities in handling the personal information of veterans and their families, I have completed both the annual General Privacy Awareness Training (or VHA Privacy Training, as applicable) and the annual VA Cyber Security Training. I know that I should contact the Contracting Officer whom will then get in touch with the Information Security Officer or Regional or General Counsel, when I am unsure whether or how I may gather or create, maintain, use, disclose or dispose of information about veterans and their families, and VA employees and applicants. I further understand that if I fail to comply with applicable confidentiality statutes and regulations, I may be subject to civil and criminal penalties, including fines and imprisonment. I also recognize that VA may impose sanctions, up to and including termination of contract for violation of applicable confidentiality and security statutes, regulations and policies. I certify that I have completed the training outlined above and am committed to safeguarding personal information about veterans and their families, and VA employees and applicants. ________________________________________________________ [Print or type Contractor name] Signature _________________________________________________________ Position Title Date D.4 PRIVACY POLICY TRAINING All contractor and subcontractor employees performing work under this contract and having access to patient records and other privacy act information are required to complete the VHA's mandatory "VHA Privacy Policy" training course. The course is available on-line at the Veteran's Health Administration's (VHA) Employee Education System (EES) website: https://www.ees-learning.net/librix/. The basic course is designed to be finished in 50-60 minutes. If you choose to read information behind the MORE buttons, self-test questions, and scenarios, it may take you about 30 more minutes to finish. When the course is successfully completed, a training certificate will be issued on-line. Submittal: Training completion certificates or proof of training for contractor furnished training for all applicable contractor and subcontractor employees shall be forwarded as one submittal package to the Contracting Officer within ten (10) calendar days of Contract or Purchase Order award. D.5 CYBER SECURITY TRAINING All contractor and subcontractor employees performing work under this contract and having access to VA computer systems are required to complete the VA's mandatory "VA Cyber Security Awareness" training course. The course is available on-line at the Veteran's Health Administration's (VHA) Employee Education System (EES) website: https://www.ees-learning.net/librix/. The course is designed to take approximately 1 hour. When the course is successfully completed, a training certificate will be issued on-line. Submittal: Training completion certificates for all applicable contractor and subcontractor employees shall be forwarded as one submittal package to the Contracting Officer within ten (10) calendar days of Contract or Purchase Order award. Attachment 1- Past Performance Contact Information Note: Part A - Identify all government (federal, state, local) contracts under which you (offeror) have performed Diagnostic Medical Imaging - Teleradiology within the preceding three (3) Years. If none, indicate "NONE" and submit with your proposal. (Use additional Rows and sheets as needed). Agency/DepartmentContracting Officer/Contract Specialist Name, address, phone, email of person to be contactedContract Number Part B - Identify (non-government) contracts under which you (offeror) have performed Diagnostic Medical Imaging - Teleradiology within the preceding three (3) Years. If none, indicate "NONE" and submit with your proposal. (Use additional Rows and Sheets as needed). Business EntityAgent/person administering contract Name, address, phone, email of person to be contactedContract Number Part C - Offerors with no relevant performance history (i.e. offerors who indicate "None" in both Part A and Part B) are invited to identify past or current contracts (including Federal, State, and local government and private) for efforts similar to the Government requirement (Diagnostic Medical Imaging - Teleradiology). Offerors are requested to articulate specific aspects of the past or current contract that are similar (e.g., similar as to medical practitioners, similar as to individual SOW elements (specify), similar as to IT requirements e.g. Attachment B - E, or similar as to management, etc.) to the instant requirement. If none, indicate "NONE" and submit with your proposal. (Use additional Rows and sheets as needed). Business EntityAgent/person administering contract Name, address, phone, email of person to be contactedContract Number The specific aspects of the contract similar to the instant requirement are: Business EntityAgent/person administering contract Name, address, phone, email of person to be contactedContract Number The specific aspects of the contract similar to the instant requirement are: Business EntityAgent/person administering contract Name, address, phone, email of person to be contactedContract Number The specific aspects of the contract similar to the instant requirement are: SECTION E - SOLICITATION PROVISIONS E.1 52.204-3 TAXPAYER IDENTIFICATION (OCT 1998) (a) Definitions. "Common parent," as used in this provision, means that corporate entity that owns or controls an affiliated group of corporations that files its Federal income tax returns on a consolidated basis, and of which the offeror is a member. "Taxpayer Identification Number (TIN)," as used in this provision, means the number required by the Internal Revenue Service (IRS) to be used by the offeror in reporting income tax and other returns. The TIN may be either a Social Security Number or an Employer Identification Number. (b) All offerors must submit the information required in paragraphs (d) through (f) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the IRS. If the resulting contract is subject to the payment reporting requirements described in Federal Acquisition Regulation (FAR) 4.904, the failure or refusal by the offeror to furnish the information may result in a 31 percent reduction of payments otherwise due under the contract. (c) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resultingcontract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (d) Taxpayer Identification Number (TIN). [ ] TIN:. ____________________________ [ ] TIN has been applied for. [ ] TIN is not required because: [ ] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; [ ] Offeror is an agency or instrumentality of a foreign government; [ ] Offeror is an agency or instrumentality of the Federal Government. (e) Type of organization. [ ] Sole proprietorship; [ ] Partnership; [ ] Corporate entity (not tax-exempt); [ ] Corporate entity (tax-exempt); [ ] Government entity (Federal, State, or local); [ ] Foreign government; [ ] International organization per 26 CFR 1.6049-4; [ ] Other ___________________________________________ (f) Common parent. [ ] Offeror is not owned or controlled by a common parent as defined in paragraph (a) of this provision. [ ] Name and TIN of common parent: Name ____________________________________________________ TIN ____________________________________________________ (End of Provision) E.2 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2010) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 541711. (2) The small business size standard is $6.5M. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b)(1) If the clause at 52.204-7, Central Contractor Registration, is included in this solicitation, paragraph (d) of this provision applies. (2) If the clause at 52.204-7 is not included in this solicitation, and the offeror is currently registered in CCR, and has completed the ORCA electronically, the offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: [ ] (i) Paragraph (d) applies. [ ] (ii) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (c)(1) The following representations or certifications in ORCA are applicable to this solicitation as indicated: (i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless-- (A) The acquisition is to be made under the simplified acquisition procedures in Part 13; (B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or (C) The solicitation is for utility services for which rates are set by law or regulation. (ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000. (iii) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the clause at 52.204-7, Central Contractor Registration. (iv) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that-- (A) Are not set aside for small business concerns; (B) Exceed the simplified acquisition threshold; and (C) Are for contracts that will be performed in the United States or its outlying areas. (v) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold. (vi) 52.214-14, Place of Performance--Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government. (vii) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government. (viii) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas. (A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard. (B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard. (ix) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas. (x) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity. (xi) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity. (xii) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items. (xiii) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (xiv) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA- designated items. (xv) 52.225-2, Buy American Act Certificate. This provision applies to solicitations containing the clause at 52.225-1. (xvi) 52.225-4, Buy American Act--Free Trade Agreements--Israeli Trade Act Certificate. (Basic, Alternate I, and Alternate II) This provision applies to solicitations containing the clause at 52.225-3. (A) If the acquisition value is less than $25,000, the basic provision applies. (B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies. (C) If the acquisition value is $50,000 or more but is less than $67,826, the provision with its Alternate II applies. (xvii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5. (xviii) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan--Certification. This provision applies to all solicitations. (xix) 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification. This provision applies to all solicitations. (xx) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to-- (A) Solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions; and (B) For DoD, NASA, and Coast Guard acquisitions, solicitations that contain the clause at 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns. (2) The following certifications are applicable as indicated by the Contracting Officer: [ ](i) 52.219-19, Small Business Concern Representation for the Small Business Competitiveness Demonstration Program. [ ](ii) 52.219-21, Small Business Size Representation for Targeted Industry Categories Under the Small Business Competitiveness Demonstration Program. [ ](iii) 52.219-22, Small Disadvantaged Business Status. [ ](A) Basic. [ ](B) Alternate I. [ ](iv) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products. [ ](v) 52.222-48, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification. [ ](vi) 52.222-52 Exemption from Application of the Service Contract Act to Contracts for Certain Services--Certification. [ ](vii) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only). [ ](viii) 52.223-13, Certification of Toxic Chemical Release Reporting. [ ](ix) 52.227-6, Royalty Information. [ ](A) Basic. [ ](B) Alternate I. [ ](x) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software. (d) The offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. ------------------------------------------------------------------------ FAR Clause #TitleDateChange ------------------------------------------------------------------------ ---------------------------- ------------------------------------------------------------------------ Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. (End of Provision) E.3 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. (End of Provision) E.4 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (MAY 2004) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is-- 541711. (2) The small business size standard is $6.5M. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) Representations. (1) The offeror represents as part of its offer that it [ ] is, [ ] is not a small business concern. (2) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, for general statistical purposes, that it [ ] is, [ ] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a women-owned small business concern. (4) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a veteran-owned small business concern. (5) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b)(4) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a service-disabled veteran-owned small business concern. (6) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, as part of its offer, that-- (i) It [ ] is, [ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR Part 126; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (b)(6)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:____________.] Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (c) Definitions. As used in this provision-- "Service-disabled veteran-owned small business concern"-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (a) of this provision. "Veteran-owned small business concern" means a small business concern-- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned small business concern" means a small business concern-- (1) That is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a small, HUBZone small, small disadvantaged, or women- owned small business concern in order to obtain a contract to be awarded under the preference programs established pursuant to section 8(a),8(d), 9, or 15 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall-- (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act. (End of Provision) E.5 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) The offeror represents that-- (a) It [ ] has, [ ] has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; the clause originally contained in Section 310 of Executive Order No. 10925, or the clause contained in Section 201 of Executive Order No. 11114; (b) It [ ] has, [ ] has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of Provision) E.6 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Cheri K. Wicks Contrating Officer Hand-Carried Address: Department of Veterans Affairs VA Boston Healthcare System Bldg 3, 4th Floor 940 Belmont Street Brockton MA 02301 Mailing Address: Department of Veterans Affairs VA Boston Healthcare System Contracting Officer (90C) 940 Belmont Street Brockton MA 02301 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) E.7 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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:Demonstrate experience in scientific research, computational biology, informatics, translational research, genomic data standards, and domain knowledge in the field of personalized medicine. PAST PERFORMANCE: COMPLETE SURVEY Technical and past performance, when combined, are approximately equal to 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 Provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24111RQ0002/listing.html)
- Record
- SN02352963-W 20110105/110103233758-85b4ff669977d93324460a4e0f703226 (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 |