Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2016 FBO #5489
SOLICITATION NOTICE

D -- EVIDENCE-BASED CLINICAL DECISION SUPPORT RESOURCE - FAR provision 52.212-3

Notice Date
12/1/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-17-006-REL
 
Archive Date
12/30/2016
 
Point of Contact
Rita E Langager, Phone: 406.247.7293
 
E-Mail Address
rita.langager@ihs.gov
(rita.langager@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Federal Acquisition Regulation (FAR) 52.212-3, Offeror Representations and Certifications - Commercial Items (OCT 2016). This provision must be completed and submitted with the offer if the electronic Representations and Certifications section of the System for Award Management (SAM) is not completed. This is a 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 procurement is conducted under Simplified Acquisition procedures pursuant to the authority of Federal Acquisition Regulation (FAR) Subpart 13.5, Test Program for Certain Commercial Items (41 U.S.C. 3305, 3306, and Chapter 37); FAR Part 12, Acquisition of Commercial Items (41 U.S.C. 1906 and 1907)); and FAR 37.101, Non Personal Service Contract. This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92. The associated North American Industry Classification System code is 519130 and the small business size standard is 1,000 employees. The Indian Health Service intends to award a fixed-price commercial item contract in response to Request for Quotation (RFQ)-10-17-006-REL for 12 months with four 12-month options. Potential contractors are asked to submit pricing for each Contract Line Item Number (CLIN). PRICE SCHEDULE: EVIDENCE-BASED CLINICAL DECISION SUPPORT RESOURCE CLIN 1: 12 months @ $___________ per month = $_________________ CLIN 2: 12 months @ $___________ per month = $_________________ CLIN 3: 12 months @ $___________ per month = $_________________ CLIN 4: 12 months @ $___________ per month = $_________________ CLIN 5: 12 months @ $___________ per month = $_________________ GRAND TOTAL: $_________________ PERIOD OF PERFORMANCE: The performance of this contract shall be for 12 months with four 12-month options. BACKGROUND: Through a point-of-care resource, providers gain immediate access to peer-reviewed recent extractions of information and are assisted in delivering high quality, evidence based, and current medical care for our patients. STATEMENT OF WORK/KEY FUNCTIONAL CHARACTERISTICS: The proposed solution must, at a minimum, provide the below listed capabilities. 1. Point of Care Clinical Reference: Peer reviewed point of care clinical decision support resource that is evidence based, continuously updated, and provides comprehensive synthesis of the evidence with point of care actionable recommendations that can be accessed in minutes. 2. Drug Reference Database: Comprehensive drug database that allows quick and easy access to actionable recommendations and foundational drug information. Each monograph should provide dosage information for adult, pediatric, and geriatric patients. Each monograph should provide information including drug brands and available strengths, adverse effects, warnings, and precautions, Current FDA Special Alerts, general and disease specific dosing recommendations including evidence based off-label dosing, and recommendations for dose adjustment for impaired kidney or liver function. Obesity, toxicity, and pregnancy. 3. Drug interactions: Shall provide a reference for adverse drug reactions released by the FDA and should be kept current to within 6 weeks of released FDA circulars. Should be searchable by generic, brand name and street phraseology. 4. Mobile Access: Should provide mobile access, which allow it to be used from tablet or mobile device. 5. Continuing Education: Should be accredited by Council for Continuing Medical Education and provide at no additional costs AMA PRA Category 1 Credit, AANP contact hours, CFPC Mainpro M-1 credit and be acceptable to the American Nurses Credentialing Center (AANC) for renewal requirements. 6. Patient Education Handouts: Provide downloadable and printable easy-to-understand educational information with visual graphics for wide range conditions. 7. Server based or online web-based system: Must have capability for EHR integration, web-based and desktop access. 8. Medical Calculators: Provides common medical calculators for bother pediatric and adult populations. 9. Graphics Search Capability STANDARDS AND CERTIFICATIONS: Access at work will be via employee Personal Identification Verification (PIV) cards upon establishing an account. Users will need accounts setup for remote access. The Contractor will comply with all required and established Department of Health and Human Services/Indian Health Service/Information Technology (HHS/IHS/IT) standards and/or certifications including updates. TRAINING: Appropriate training to end users will be provided regarding use of software, upon request. TYPICAL UTILIZATION AND USAGE: This product will be used by 93 providers throughout the Billings Area on a daily basis. Providers access the point of care system frequently (sometimes in every patient interaction). The locations include: Blackfeet Service Unit (including Browning and Heart Butte, Montana; Crow Service Unit (including Crow Agency, Lodge Grass and Pryor, Montana); For Belknap Service Unit (including Harlem and Hays, Montana); Fort Peck Service Unit (including Poplar and Wolf Point, Montana); Northern Cheyenne Service Unit, Lame Deer, Montana; and the Wind River Service Unit, Fort Washakie, Wyoming. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. CONTRACTING OFFICER'S REPRESENTATIVE (COR): The COR shall be responsible for: (1) Monitoring the Contractor's technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107, with a courtesy copy to the Area Pharmacy Consultant, P.O. Box 36600, Billings, Montana 59107. The Contractor agrees to include the following information on each invoice: (1) Contractor's name and address; (2) Contact name, title, and telephone number; (3) Contract Number; (4) Invoice number and date; (5) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed; (6) Remit to Address; (7) Taxpayer Identification Number (Employer Identification Number or Social Security Number); and (8) Data Universal Numbering System (DUNS) number (to ensure payment is made to the correct bank account) and vendor mailing address, as provided in the System for Award Management (SAM), formerly known as the Central Contractor Registration (CCR) database. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS (OCT 2014): (a) The Government will award a 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: FACTOR 1: Technical Approach/Methodology = 70 Points. The company must have the ability to provide (1) clinical medication information which is clinically relevant/significant, evidence based and continuously updated; (2) 24/7 technical support for the facilities covered in the contract; (3) accredited continuing education; (4) mobile access for users; and (5) drug interaction information. FACTOR 2 : Company Past Performance = 30 Points. The Company must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts/jobs. The offeror must list at least three contracts/jobs and include the following information. (1) Name of Government agency/Company; (2) Contract number, if applicable; (3) Dates of Service; (4) Total contract value; (5) Contracting Officer/Company Manager and telephone number; (6) Program Manager and telephone number, if applicable. FACTOR 3: Cost/Price. Price is not assigned an adjectival rating or scored. It will be evaluated to determine whether it is reasonable and if the quotation reflects an understanding of the requirement. This factor will be evaluated utilizing price analysis techniques identified in FAR Part 15.404-1. Analysis will include review of price reasonableness and balanced pricing. Offerors are cautioned that "materially unbalanced" prices and/or unreasonably high or low prices may cause your quotation to be deemed unacceptable and rejected. EVALUATION APPROACH: The content of the written quotations, as well as information derived from discussions/negotiations, if discussions are held, will be evaluated to determine the degree and extent to which the requirements and objectives set forth in the solicitation are satisfied. No assumption will be made by Government evaluators regarding areas not defined in the offeror's written material/information provided to the Government for evaluation. EVAULATION METHODOLOGY: The Area Pharmacy Consultant will evaluate the quotations. The quotations will be evaluated in accordance with the aforementioned factors. Any quotation that is unrealistic, in terms of technical approach, schedule commitments, and or costs (high or low) will be deemed unacceptable. BASIS FOR AWARD: Selection of the successful offeror will be made based on the evaluation criteria. The quotations will be evaluated and a contract awarded under the Best Value Continuum approach to permit tradeoffs among cost or price and non-cost factors. This will allow the Government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror who meets or exceeds the technical acceptability standards established in the factors referenced above. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-7, 52.204-9, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-19, 52.211-16, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-6, 52.225-25, 52.229-3, 52.232-11, 52.232-18, 52.232-39, 52.233-2, 52.242-15, 52.242-17, 52.244-6, 352.215-70, 352.222-70, 352.239-73 and 352.239-74. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.204-10, 52.209-6, 52.209-10, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.222-54, 52.223-18, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at https://www.acquisition.gov/ and http://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/part-352-solicitation-provisions-contract-clauses/index.html. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall submit a completed copy of FAR 52.212-3 with its offer. Contractors intending to conduct business with the Federal Government must register with the System for Award Management (SAM). SAM replaces the Department of Defense's Central Contractor Registration (CCR) database. SAM is now the primary Government repository, which retains information on Government contractors. You may register via the Internet at www.sam.gov. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 5:00 p.m. Mountain Time on December 15, 2016. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company name and address. Offers will also be accepted by e-mail at Rita.Langager@ihs.gov or by fax at (406) 247-7108. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 90 days from the date of receipt by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-17-006-REL/listing.html)
 
Record
SN04339946-W 20161203/161201233918-d46a5098dced1f7ee271a39908db319b (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.