Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2015 FBO #4992
DOCUMENT

D -- DATSTAT ILLUME LICENSE-SOFTWARE APPLICATION - Attachment

Notice Date
7/23/2015
 
Notice Type
Attachment
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
VA24615Q0996
 
Response Due
7/28/2015
 
Archive Date
11/4/2015
 
Point of Contact
CHERISSE HALL
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICIATION VA246-15-Q-0996_1 DATSTAT ILLUME LICENSE AND ILLUME TRANSACTION BUNDLE (I)This is a combined synopsis/solicitation for commercial service prepared 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 for this action. Quotes are being requested, and a written solicitation will not be issued. (II)This solicitation is issued as a Request for Quote (RFQ). Submit written quotes on RFQ VA246-15-Q-0996_1. (III)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. (IV)Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov). (V)The Network Contracting Office 6-SAO EAST intends to award a firm-fixed price contract for Datstat Illume License and Illume Transaction bundle for the Department of Veterans Affairs, Durham VA Medical Center, 508 Fulton Street, Durham, NC 27705. (VI)The North American Industrial Classification System (NAICS) code for this procurement is 518210 with a business size standard of $32.5 Million. This procurement is unrestricted to and for all eligible offerors may submit quotes. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. (VII)Questions concerning this solicitation shall be addressed to Cherisse Hall, Contracting Specialist, and emailed to Cherisse.Hall@va.gov. All questions or inquires must be submitted no later than 11:00 AM Eastern Standard time on Monday July 27, 2015. No phone calls will be accepted. (VIII)The Government will award a contract resulting from this RFQ to the responsible offeror whose quote is the lowest price and meets the requirements of the SOW. Quotes are due by 11:00 AM Eastern Standard time on an July 28, 2015. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via email to Cherisse.Hall@va.gov (IX)This combined solicitation/synopsis is for the purchase of the following commercial services: CLINDESCRIPTION OF SERVICES QUANITYUNITUNIT PRICEAMOUNT 0001Datstat Illume License License includes: -Unlimited Users -Remote Data Collection -SDK -50,000 Transactions -2 Production Installations -Ongoing Support1EA 0002Illume Transaction Bundle Transaction Bundle includes: -20,000 Transactions1EA TOTAL: $ SALIENT SPECIFICATIONS/FUNCTION "Provide a survey development tool, intuitive enough to enable non-computer professionals to create surveys. "Surveys are comprised of multiple questions. Depending upon answers to earlier questions, survey may branch to different sets of questions. "Survey answers must be able to be tagged as required or optional. "Multiple answer domains are required: oYes / No oNumeric - with optional limits on ranges oFree form text oMultiple choice - possibly single choice only, or, in some cases, multiple answers can be checked to one question. "Surveys must be interruptible, and retain information about where to resume an interrupted survey. "Surveys may contain an arbitrary (unknown ahead of time) number of repetitions of a block of questions, as, for example, a set of questions about medication use, to be responded to for none, one, or multiple medications. "Developed surveys must be web based, and use encrypted connections between the survey host and whatever web browser is being used to take the survey. "Survey application must keep data in a MS-SQL database. "Survey application must run on MS-Windows platform (server 2012 currently) using IIS (Microsoft Internet Information Service). "Surveys must be augmentable by locally developed software, to enable, for example: oFetching data from a database (e.g. information about recent blood pressure measurements) before survey questions are posed, which data is then used in questions or to determine which questions are asked. oTriggering follow-up surveys, computing some derived information to be stored in a database, etc. at survey completion. "It must be possible to store a survey definition on a laptop, administer the survey (to multiple individuals) without network connectivity to the survey host, and then upload the collected data once the laptop has network connectivity again. "Tools must be usable on MS-Windows platform (Windows 7 currently), and licensed for approximately 150 personnel. "Tools/applications must be scalable to handle multiple gigabytes of survey answers, and support simultaneous use by dozens of personnel. "Access to stored data and survey definitions must be governed by rights granted to specific users of the system, by system administrators. The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) clauses and provisions are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/ FAR Provisions: 52.204-7System for Award Management (JUL 2013) 52.211-6 Brand Name or Equal (AUG 1999) 52.212-1 Instructions to Offerors- Commercial Items (JUL 2013) Offeror shall provide a quote addressing all CLINS: 0001, 0002, 0003, 0004, 0005, and 0006 52.212-2 Evaluation-Commercial Items (JAN 1999) The government will award a firm-fixed price purchase order to the vendor whose quotation represents the best value for the government. The Government intends to make an award based on the initial quotations. 52.212-3 Certifications and & Representations (NOV 2013) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, 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). (End of Provision) VAAR Provisions: 852.233-70Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71Alternative Protest Procedure (JAN 1998) 852.252-70Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.273-74Award without Exchanges (JAN 2003) FAR Clauses: 52.212-4 Contract Terms and Conditions- Commercial Items (MAY 2014) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 2015) Full text of the reference FAR Clauses may be accessed electronically at http://farsite.hill.af.mil/. -52.204-10Reporting Executive Compensation and First-TierSubcontract Awards -52.209-6Protecting the Government's Interest When Subcontractingwith Contractors Debarred, Suspended, or Proposed forDebarment -52.222-3Convict 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 Veterans -52.222-36 Affirmative Action for Workers with Disabilities -52.222-41 Service Contract Labor Standards -52.223-18Encouraging Contractor Policies to Ban Text MessagingWhile Driving -52.227-17 Rights in Data-Special works -52.232-33Payment by Electronic Funds Transfer- System for AwardManagement (End of Clause) 52.252-2 Clauses incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70Commercial Advertising (JAN 2008) 852.232-72Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 852.246-70 Guarantee (JAN 2008) 852.246-71Inspection (JAN 2008)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24615Q0996/listing.html)
 
Document(s)
Attachment
 
File Name: VA246-15-Q-0996 VA246-15-Q-0996_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2185066&FileName=VA246-15-Q-0996-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2185066&FileName=VA246-15-Q-0996-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS;DURHAM VA MEDICAL CENTER;508 FULTON STREET;DURHAM, NC
Zip Code: 27705
 
Record
SN03808737-W 20150725/150724000145-5440b22405a501e0e4f1de656714c4e3 (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.