DOCUMENT
U -- Veterans Health Home Lifetime Online - Attachment
- Notice Date
- 9/20/2012
- Notice Type
- Attachment
- NAICS
- 511130
— Book Publishers
- Contracting Office
- Department of Veterans Affairs;VISN 23, Purchase and Contract Section;4101 Woolworth Avenue, Bldg C;Omaha NE 68105
- ZIP Code
- 68105
- Solicitation Number
- VA26312Q1502
- Archive Date
- 10/5/2012
- Point of Contact
- Julie Stout
- E-Mail Address
-
5-4506<br
- Small Business Set-Aside
- N/A
- Description
- (i) This is a SOLE SOURCE combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are NOT being requested and a separate written request for quotations will not be issued. Under Statutory Authority 41 U.S.C. 253(c)(1) the NWI VA Medical Center (VAMC) anticipates entering into a sole source procurement with American Institute for Preventive Medicine, Inc. (AIPM), Farmington Hills, MI for a Website license for Veterans Health at Home Lifetime for each of its sister sites in Iowa City, IA, Des Moines, IA, Sioux Falls, SD, Black Hills, SD, Fargo, ND, St. Cloud, MN, and Minneapolis, MN. The Government believes that AIPMis the only responsible source because it works in tandom with the Veterans Health at Home Lifetime Guides that the VA has already purchased this year. AIPM published and copyrighted the Veterans Health at Home guides and it is the sole proprietary source for the online version. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS (ii) The reference/solicitation number is VA-263-12-Q-1502 and the solicitation is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a contract and corresponding purchase order. (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR). (iv) North American Industry Classification System (NAICS) code is 511130 (size standards is 500 employees) applies to this solicitation. (v) This requirement consists of one line item: Line Item 0001: Licenses - Veterans Health at Home Lifetime access - to be issued to the eight (8) medical centers in VISN 23. (vi) This item is in support of VAMC's mission to assist medical personnel to best serve our veteran patients. (vii) Access will be given to all eight (8) medical centers in VISN 23 to ensure that all sites have the online access for their veteran patients. (viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.212-1, 52.204-6 Data Universal Numbering System (DUNS) Number; VAAR 852.219-70, 852.233-70 Protest Content; 852.236-76 Correspondence; 852.237-70 Contractor Responsibilities; 852.270-1. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price 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 Capability to meet the Governments Requirements; Past Performance, Price and price related factors. (x) The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from http://www.arnet.gov/far); or (2) complete the Online Reps and Certs. Application (ORCA) at http://www.bpn.gov and reference it in your quote. (xi) The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions On Subcontractor Sales to the Government, 52.219-28 Post Award Small Business Program Representations, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act, 52.225-13 Restriction on Certain Foreign Purchases; 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration. (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) There are no applicable Numbered Notes that apply. (xvi) Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service must submit in writing their qualifications and capabilities information including technical data and pricing in to this office for consideration. Such qualifications, capabilities and pricing will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. RESPONSES ARE DUE SATURDAY, SEPTEMBER 22, by 3:00 p.m. central standard time. (xvii) Submit faxed quotation to - Julie Stout, at (402) 995-4508. Electronic Mail may be used to submit quotations provided there is a scanned electronic signature. However electronic mail is submitted at the contractor's own risk as large pdf files may not be transmittable. Contact Julie Stout at Julie.stout@va.gov for more information regarding this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OmVAMC636/OmVAMC636/VA26312Q1502/listing.html)
- Document(s)
- Attachment
- File Name: VA263-12-Q-1502 VA263-12-Q-1502_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=482624&FileName=VA263-12-Q-1502-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=482624&FileName=VA263-12-Q-1502-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA263-12-Q-1502 VA263-12-Q-1502_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=482624&FileName=VA263-12-Q-1502-000.docx)
- Record
- SN02891958-W 20120922/120921001630-fe9ee2e1219d78f1c91c9030fd9b84f2 (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 |