Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2012 FBO #3924
MODIFICATION

70 -- Degree Audit System

Notice Date
8/20/2012
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Other Defense Agencies, TRICARE Management Activity, USUHS CONTRACTING OFFICE, 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HT9404-12-Q-0078
 
Archive Date
9/12/2012
 
Point of Contact
Ruthie Washington, Phone: 301-295-1377
 
E-Mail Address
Clarinda.Washington@usuhs.edu
(Clarinda.Washington@usuhs.edu)
 
Small Business Set-Aside
Total Small Business
 
Description
The Uniformed Services University of the Health Sciences (USU), located in Bethesda, MD, has a requirement for a degree audit system to enable the University Registrar and students to track progress towards degree completion and would permit the Registrar's staff to perform pre-graduation audits. Additional information regarding USU and its mission can be found on our website: www.usuhs.mil. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR 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. This is a request for quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-60 (July 26, 2012) and Defense Federal Acquisition Regulation Supplement (DFARS) (July 24, 2012). It is the responsibility of the offeror to check the website, http://www.fbo.gov, for the issuance of any amendments to the solicitation. This requirement is set-aside for small business concerns under NAICS code 511210 (Software Publishing) with a size standard of $25.0 MIL. In order to be eligible for award, offerors must be registered in the System for Award Management database at www.sam.gov, (formerly Central Contractor Registration (CCR) and the Online Representations and Certifications Application (ORCA)) prior to award. Offerors interested in responding to this requirement must provide a quote for a degree audit system, to include four (4) one year option periods for maintenance, which at a minimum, meets the specifications listed below. A single firm fixed-priced (FFP) option year order will be awarded. Statement of Work : Please see attached. The government intends to award a single firm-fixed priced (FFP) option year order to the offeror representing the best value to the government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the offeror quoting the highest technically rated item. The government reserves the right to award without discussions. Evaluation Factors (Listed in order of importance): 1. Technical and Functional Approach - Offerors must provide product literature and must display a clear understanding of the requirements. At a minimum, the product literature must demonstrate that the quoted item meets the Statement of Work. Information on warranty, training, installation and delivery lead-time must be included in the quote submission. The following criteria will be evaluated: a. Ease of configuration of the system by the user b. 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.) c. Training: With a focus on the type(s) of training provided to customers Offerors are required to provide examples of on-line training for users and technical staff. The government reserves the right to utilize technical (i.e., trade magazines) and customer reviews/references as part of the technical evaluation. Quotes submitted by offerors who fail to demonstrate a clear understanding of the requirement will not be considered further. Quotes submitted by offerors that include the following statement, or similar, without any supporting information, may be determined to not have a clear understanding of the requirement and may not be considered: "The offeror understands the requirements and the submitted quote has met all stated objectives." 2. Past Performance: The Government shall evaluate the offeror's present and past performance on similar tasks within the past three years. Offerors must provide two (2) customer references for similar work performed. The Government reserves the right to select which reference(s) to contact. The following must be provided for each listed reference: a. Name of client and address b. Name of current point of contact including telephone number, e-mail address and title c. Contract number d. Contract value e. Contract period of performance f. A clear description of the services provided USU 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 quote if they do not have at least two (2) past performance references. Failure to provide this information may render an offeror's quote non-responsive and may not be considered for award. A strong history of relevant past performance, in the medical school environment, may be more advantageous to the Government than a less relevant record of favorable performance. 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 document management capabilities to clients. The narrative must include the implementation of document management software in similar medical, graduate, and nursing school environments. 4. Price - Offerors must include all applicable costs (Example: Components, Shipping) in their quote. The total quoted price for all components, inclusive of options, will be the evaluated price. The resultant award will be a firm fixed price (FFP) order. Offerors responding to this requirement must provide pricing, at a minimum, for the following CLINS: CLIN / DESCRIPTION / QTY / UNIT OF ISSUE 0001 / DEGREE AUDIT SYSTEM SOFTWARE. May include travel and on-site installation costs. / 1 / YEAR 1001 / OPTION YEAR I - MAINTENANCE - WILL START ONE DAY AFTER WARRANTY EXPIRES /1 / YEAR 2001 / OPTION YEAR II - MAINTENANCE - WILL START ONE DAY AFTER OPTION YEAR I ENDS / 1 / YEAR 3001 / OPTION YEAR III - MAINTENANCE - WILL START ONE DAY AFTER OPTION YEAR II ENDS / 1 / YEAR 4001 / OPTION YEAR IV - MAINTENANCE - WILL START ONE DAY AFTER OPTION YEAR III ENDS / 1 / YEAR In order to be considered for award, offerors must provide a quote for all CLINs listed. Quoted items must be new. Quotes for refurbished equipment will not be considered. The delivery date is September 30, 2012. Items will be delivered to Bethesda, MD. See attached list for applicable provisions and clauses for this requirement. Offerors must also submit completed copies of provisions 52.222-48 and 252.225-7000 (copies are provided). Questions/clarifications regarding this solicitation must be submitted via email to clarinda.washington@usuhs.edu by August 21, 2012. Any question received after August 21st will not be answered. Questions will not be answered over the phone or submitted by any other means. All questions will be answered in an amendment to the solicitation posted on or around August 22nd. Quote packages are due by 10:00 PM EST on August 28, 2012. Quotes must be submitted via email to clarinda.washington@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Quotes must contain a cover sheet containing the solicitation number, offeror's DUNS number, and offeror point of contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5a68e558cc87f1d2539386658f4d6822)
 
Place of Performance
Address: 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN02847238-W 20120822/120821000156-5a68e558cc87f1d2539386658f4d6822 (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.