Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2012 FBO #3920
SOLICITATION NOTICE

D -- Web Based Public Notification System (Pier) - Attachment 1: SOW

Notice Date
8/16/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-SOL-12-1105954
 
Archive Date
9/12/2012
 
Point of Contact
Jody L. O'Kash,
 
E-Mail Address
Jody.O'Kash@fda.hhs.gov
(Jody.O'Kash@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2: Pricing Sheet Statement of Work and Other Terms / Conditions (i) 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; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is FDA-SOL-12-1105954. In accordance with FAR 52.211-6 this is being issued as a "Brand Name or Equal To" Request for Quotation (RFQ). (iii) This solicitation and incorporated provisions are those in effect through Federal Acquisition Circular 2005-60. (iv) The NAICS code is 518210 and the small business size standard is $25M. This synopsis is being issued on a full and open competitive basis. The Government reserves the right to award without discussions. The Government intends to issue a hybrid fixed price / labor hour purchase order for a base plus four option years. The Subscrition and On-Site Training will be Fixed Price CLINs. Technical Support will be a Labor Hour CLIN. (v) & (vi): GENERAL REQUIREMENTS: The U.S. Food and Drug Administration (FDA) Office of External Affairs (OEA) is seeking to renew its Pier Systems Subscription or obtain an equal to system subscription. The FDA has already purchased a Lifetime subscription to Pier Systems for 1 Site and only pays annual hosting fees for that site. Pier Systems no longer offers lifetime subscriptions so the FDA would like to purchase 2 additional Annual Site Subscriptions (total of 3 Sites). The FDA is also seeking standard training with the subscription. Please see the attached Statement of Work for more details. (vii) PERIOD OF PERFORMANCE: BASE PERIOD : 09/20/2012 - 09/19/2013 OPTION PERIOD 1: 09/20/2013 - 09/19/2014 OPTION PERIOD 2: 09/20/2014 - 09/19/2015 OPTION PERIOD 3: 09/20/2015 - 09/19/2016 OPTION PERIOD 4: 09/20/2016 - 09/19/2017 (viii) The provision at FAR 52.212-1 titled, "Instructions to Offerors -Commercial" (FEB 2012), applies to this acquisition and is available at website: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/12.htm#P257_45709. Technical Volume Instructions: The contractor shall provide a narrative describing the functional and performance characteristics of the system, standard web based training / help desk tools included with the subscription, technical support, upgrades provided with the subscription, and technical approach for on-site training. At a minimum the contractor shall describe the topics covered for the on-site training classes. In addition the contractor shall propose dates for delivery of the training classes. Past Performance Instructions: Vendors should provide two references of similar efforts performed during the last three years. This will include a description of the project, project title, contract number, contract amount, client identification including agency or company name, contracting and technical reviewing official name(s), address and telephone number. Each Past Performance Reference shall not exceed 2 pages each and is included in the 13 page count for the Technical Volume. The technical volume shall be submitted in Word and / or PDF and shall not reference price. This volume shall be no longer than 13 pages / Font Calibri / Font Size 11. Pricing Instructions: The contractor must fill out the pricing sheet attached to this RFQ. The Contractor shall provide Pricing for Pier Systems (or equal) Subscription for 3 FDA Sites up to 100 users (preferably unlimited), technical support, and on-site training sessions for a 12 month Base Period and 4 Option Periods. The contractor shall provide supporting documentation that the prices offered the Government are the company's standard rates charged to industry or discounted. A list of catalog prices will suffice for the supporting documentation requirement. (ix) The provision at FAR 52.212-2, titled, "Evaluation of Commercial Items" (JAN 1999), is applicable to this acquisition. The following factors shall be used to evaluate quotes and are listed in descending order of importance: TECHNICAL UNDERSTANDING: To determine technical merit, each quotation will be evaluated against the requirements listed in this solicitation. All vendors offering an "Equal To" product must provide supporting documentation that their product can meet the requirements listed in this solicitation. The proposals will be graded subjectively with final scores of, "Highly Acceptable" "Acceptable "or "Unacceptable". A score of "High Acceptable" means the offeror met the requirements in the SOW and provided an added benefit. "Acceptable" would mean that the proposed product fully met the requirements in the SOW. An "Unacceptable" score means that the offer will not be considered for award. PRICE: The Government will evaluate proposed prices for a base period plus four options. Price is of less importance than technical capabilities and past performance combined. Award will not be automatically made on the basis of the highest technical merit. However price may become an important factor as the degree of equality between technical proposals becomes closer. FAR Provision 52.217-5, Evaluation of Options (Jul 1990) applies to this procurement. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). PAST PERFORMANCE: The government is seeking to determine whether an offeror has consistently demonstrated a strong commitment to customer satisfaction and high performance of services. This is a matter of judgment. The government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's past performance record. Rating of positive, neutral, and poor will be given. A positive past performance will take precedence over neutral or poor past performance. Neutral past performance takes precedence over poor past performance. A contractor with no past performance will be given a score of neutral, which will neither be used to the advantage nor disadvantage of the offeror. The Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. (x) Vendors shall complete FAR 52.212-3, Offerors Representations and Certifications - Commercial Items (APR 2012). This can be done electronically at http://orca.bpn.gov. The contracting officer will review the vendor's online certifications at http://orca.bpn.gov to ensure that they are accurate and complete. If the vendor does not have active representations and certifications registered online they will be disqualified from being considered for award. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2012), applies to this acquisition. (xvi & xvii) All questions must be submitted in writing to Jody.OKash@fda.hhs.gov no later than 10 a.m. Tuesday, August 21, 2012 EST. Answers to all questions will be posted as an amendment to the solicitation. Quotes, Technical supporting documentation, and VPAT may be submitted electronically at Jody.OKash@fda.hhs.gov no later than 10 a.m. Tuesday, August 28, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-12-1105954/listing.html)
 
Record
SN02842522-W 20120818/120816235924-3378d546405ef1c4aea004575fe1be2d (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.