SOLICITATION NOTICE
D -- Business Intelligence Tool - Statement of Work - USU Fact Sheet - Provisions and Clauses
- Notice Date
- 9/2/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, Maryland, 20814-4799
- ZIP Code
- 20814-4799
- Solicitation Number
- PR2445
- Archive Date
- 9/29/2011
- Point of Contact
- Jody Bester, Phone: 301-295-1914
- E-Mail Address
-
Jody.Bester@usuhs.mil
(Jody.Bester@usuhs.mil)
- Small Business Set-Aside
- N/A
- Description
- Provisions and Clauses USU Fact Sheet Statement of Work The Uniformed Services University of the Health Sciences (USU) includes the F. Edward Hébert School of Medicine providing a year-round, four-year curriculum similar to that found at other U.S. medical schools. Doctoral and master's degrees in the biomedical sciences and public health are awarded by interdisciplinary and department-based graduate programs within the School of Medicine. The USU Graduate School of Nursing offers a Master of Science in Nursing degree in Nurse Anesthesia, Family Nurse Practitioner, Preoperative Nursing; Doctorate of Nursing Practice, and a Ph.D. degree in Nursing Science. The University has a growing portfolio of credit and continuing education courses. The USU conducts over $100M in federal and privately funded research through its departments and centers. All USU faculty conduct research and their work is leveraged to provide current education to our medical and graduate students. For additional information about the USU, please see the attached "USU Fact Sheet." Similarly to all institutions of higher education, the USU conducts a variety of financial, administrative and personnel actions every day. USU, located on the Walter Reed National Military Campus in Bethesda, MD, has a requirement for the purchase of a Business Intelligence Tool to enable user-driven data analysis and reporting on the USU research, administrative and academic data as detailed in the attached statement of work. This is a combined synopsis/solicitation for commercial items prepared under the authority of FAR Subpart 12.6, 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. This is a request for quotations (RFQ) in accordance with FAR Part 13 - Simplified Acquisition Procedures. It is the responsibility of the contractor to monitor FedBizOpps for any amendments to the solicitation. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular 2005-53. Quotes must include pricing for each Task (CLIN) identified in the attached statement of work. See attached provisions and clauses. To be eligible for contract award, a contractor must be registered in the Central Contractor Registration (CCR) database (www.ccr.gov) by the close date of this solicitation. USUHS reserves the right to award without discussions. All questions must be submitted by email to Jody.Bester@usuhs.mil. Questions must be received by COB on September 7, 2011. Responses to questions will be addressed as an amendment to the RFQ. No questions will be answered over the phone. Quotes shall be accepted by email only. No other method of submission will be accepted. Email all quotes to Jody.Bester@usuhs.mil. Quotes must be received by 5:00 PM (EST) on September 14, 2011. EVALUATION FACTORS The government will award a Firm-Fixed-Price (FFP) contract resulting from this solicitation to the responsible offeror whose quote, conforming to this announcement, will be most advantageous to the government. Award will be made on a best value determination considering price and non-price factors in accordance with FAR 52.212-2 - Evaluation - Commercial Items Clause. 1. Technical Expertise 2. Past Performance 3. Corporate Experience 4. Price 1. Technical Expertise The Government will evaluate the offeror's technical expertise in the performance of the Business Intelligence Tool Tasks. Offerors will provide a technical proposal that documents the offerors approach to each component of the Task. The government reserves the right to utilize technical and customer reviews as part of the technical evaluation. 2. Past Performance The Government shall evaluate the offeror's present and past performance on similar tasks within the past three (3) years. Offerors must provide a list of all relevant contracts awarded to them within the past three (3) years. A minimum of three (3) references must be provided. The Government reserves the right to select which references to contact. The following must be provided for each listed contract: i. Name of client and address ii. Name of current point of contact including telephone number, e-mail address and title iii. Contract number iv. Contract value v. Contract period of performance vi. Brief description of services provided Offerors may provide copies of recent past performance evaluations. USUHS may request additional information at any time. Offerors will have an opportunity to address any adverse past performance history. Offerors who do not have any past performance history will not be rated favorably or unfavorably, but will instead receive a Neutral/Unknown rating for past performance. Offerors must clearly state in their proposal if they do not have at least three (3) past performance references. Failure to provide this information will render an offeror's proposal non-responsive and will not be considered for award. Offerors may provide past performance references for subcontractors they have worked with on previous and/or current contracts; however the majority of the past performance references must be for the offeror. More than three (3) past performance references will be accepted. A strong history of relevant past performance may be more advantageous to the Government than a less relevant record of favorable performance. The most weight will be given to relevant past performance in the area of support services provided to medical universities/institutions. The Government reserves the right to use data provided by the offeror and data provided by alternative sources in conducting its assessment of past performance history. 3. Corporate Experience Offerors are required to provide a narrative of their corporate experience in providing support in the following areas: • Implementation of the task-specific software at institutions of higher education • Configuration, modification and integration with Oracle 11 and MIT COEUS • Deliverables: With a focus on the range of previous experience. • Technical Support: With a focus on the qualifications of technical support team and how technical support is provided (emergency configuration changes, phone support, turn-around of questions, etc) • Training: With a focus on the type(s) of training provided to customers. Offerors or subcontractors are required to have Corporate Experience in all areas identified. Offerors are required to provide resumes of key personnel in the following positions/capabilities: • Project Manager(s) • Personnel providing support for requirements analysis, configuration, modification or integration. • Training (as appropriate for the task) • Technical Support (as appropriate for the task) Offerors may provide resumes for additional positions the offeror feels are key to successful performance. Offerors must indicate whether resumes provided are current employees or possible future employees. Any offeror providing a resume of an individual for an identified key position, who will not be available during contract performance, must provide an alternative with comparable qualifications. 4. Price: Offerors will clearly identify by task the firm-fixed price (FFP) for each deliverable, to include travel costs. CLIN 0001 - Software / Appliance CLIN 0002 [OPTION] - Implementation CLIN 0003 [OPTION] - Integration CLIN 0004 - Training CLIN 0005 - Travel Costs CLIN 0006 [OPTION] - Annual Software Subscription (Option Year 1) CLIN 0007 [OPTION] - Annual Software Subscription (Option Year 2) CLIN 0008 [OPTION] - Annual Software Subscription (Option Year 3) CLIN 0009 [OPTION] - Annual Software Subscription (Option Year 4) USU is part of the Department of Defense and is tax exempt. A copy of our tax exempt certificate will be provided to the selected offeror. Do not include taxes in your quoted price. The Government may reject any proposal that has been determined to be unrealistic in terms of technical approach or price, when compared to the Government estimate, market research and other offerors. Proposals may also be rejected if the offeror does not display a clear understanding of the requirements or the terms and conditions, in their proposal. An award will be made to the offeror whose offer is technically acceptable and whose Technical Expertise, Past Performance, Corporate Experience and Price are the best value to the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USUHS/BethesdaMD/PR2445/listing.html)
- Place of Performance
- Address: 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
- Zip Code: 20814
- Zip Code: 20814
- Record
- SN02561749-W 20110904/110902235647-e71b67110a2251eed54694c7326cf00e (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 |