Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 09, 2017 FBO #5616
SOLICITATION NOTICE

70 -- Thomson Micromedex Healthcare Series Enterprise Licenses

Notice Date
4/7/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
Other Defense Agencies, Defense Health Agency, Contracting Office-DHMS, 1501 Wilson BLVD, Suite 600, Rosslyn, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
HT0038-17-Q-LT01
 
Point of Contact
Lisa Grant Tillman, Phone: (540) 478-2008, Christopher L. Newell, Phone: (301) 802-2075
 
E-Mail Address
lisa.tillman6.ctr@mail.mil, christopher.l.newell3.civ@mail.mil
(lisa.tillman6.ctr@mail.mil, christopher.l.newell3.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION : This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The Solicitation Number is HT0038-17-Q-LT01 and is issued as a Request for Quotations (RFQ), unless otherwise indicated herein. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, effective 19 January 2017 and DPN 20161222 effective 22 December 2016. This requirement is a 100% Small Business (SB) Set-Aside, only Small Business (SB) prime Contractors are requested to submit a quote. The associated North American Industrial Classification System (NAICS) code for this procurement is 519130 with a Small Business Size Standard of 1,000 Employees. The associated Federal Supply Code (FSC)/Product Service Code (PSC) is 7025. The Defense Health Agency, Joint Operational Medicine Information Systems (JOMIS), located in Rosslyn, VA is has a requirement to update the current instance of Micromedex software, which has been integrated into the healthcare applications of the Military Health Systems, specifically TMIP-J Suite of applications. All interested companies shall provide a quote for the following: BACKGROUND: The mission of Joint Operational Medicine Information Systems (JOMIS) is to support the planning, procurement and deployment of the new Electronic Health Record (EHR) and follow-on theater capabilities to DoD expeditionary locations and sustainment of the current system of record, Theater Medical Information Program - Joint (TMIP-J) until the new solution is completely fielded. TMIP-J Theater Integration is responsible for understanding, developing and integrating the components into an integrated installer package that can be provided to the services - these systems provide Installation, Reporting, Logistics, Oracle Database Management and Utilities, and Secure transmission capabilities of electronic health records and other medical information in Theater locations at all levels of care. Micromedex is installed as a clinical reference for clinical components that make up the TMIP-J suite. OBJECTIVE: The Contractor shall provide the latest version of Micromedex software with quarterly updates and maintenance support services in accordance with the applicable Micromedex License Agreement for software that has been the CD/DVD version of Thomson Micromedex Healthcare Series (Micromedex) to include AltMedDex TM, RPS Herbal Medicine, DRUGDEX ® System, DRUG-REAX ® System, Martindale, PDR, CareNotes TM System (Intranet and Internet), DISEASEDEX TM Emergency Medicine, Index Nominum, Material Safety Data Sheets (MSDS), POISINDEX ® System, REPRORISK ® System and TOMES ® enterprise license that supports theater end users as a clinical reference. This license and support is required for the DoD expeditionary locations and sustainment of the current system of record, Theater Medical Information Program - Joint (TMIP-J). The contractor shall provide the required software, software updates and maintenance support services in accordance with the following schedule: POP: Base Year April 28, 2017 - April 27, 2018 Quantity: 1 LO Item: Thomson Micromedex Healthcare Series Enterprise License with quarterly software deliveries and Support. POP: Option Year 1 April 28, 2018 - April 27, 2019 Quantity: 1 LO Item: Thomson Micromedex Healthcare Series Enterprise License with quarterly software deliveries and Support. POP: Option Year 2 April 28, 2019 - April 27, 2020 Quantity: 1 LO Item: Thomson Micromedex Healthcare Series Enterprise License with quarterly software deliveries and Support. POP: Option Year 3 April 28, 2020 - April 27, 2021 1 LO Item: Thomson Micromedex Healthcare Series Enterprise License with quarterly software deliveries and Support. POP: Option Year 4 April 28, 2021 - April 27, 2022 Quantity: 1 LO Item: Thomson Micromedex Healthcare Series Enterprise License with quarterly software deliveries and Support. The current version of the following provisions and clauses are hereby incorporated. Any provisions and clauses not applicable by their terms shall be self-deleting. The full text of the most current FAR provisions and clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of DFARS provisions or clauses may be accessed electronically at http://farsite.hill.af.mil/vfdfara.htm. THE FOLLOWING PROVISIONS APPLY TO THIS ACQUISITION: 1. FAR 52.212-1, "Instructions to Offerors-Commercial Items" ADDENDUM to FAR 52.212-1 • Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions • Offerors are required to submit documentation from the manufacturer stating that they are an authorized distributor for the specific items being procured. • Evaluation Of Quotes: The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the items that have been determined to comply with the requirements of the specifications and solicitation. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 2. FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" THE FOLLOWING CONTRACT CLAUSES APPLY TO THIS ACQUISITION: 1. FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" ADDENDUM TO FAR 52.212-4 52.202-1 Definitions 52.203-3 Gratuities 52.217-8 Option to Extend Services 52.242-13 Bankruptcy 52.247-34 F.O.B Destination 2. FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" a. The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Pub. L. 109- 282) (31 U.S.C. 6101 note). 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (31 U.S.C. 6101 note). 52.219-14 Limitations on Subcontracting (15 U.S.C. 637(a)(14)). 52.222-3 Convict Labor (E.O. 11755). 52.222-19 Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans (38 USC 4212) 52.222-36 Affirmative Action for Workers with Disabilities (29 USC 793) 52.222-37 Employment Reports on Veterans (38 USC 4212) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (E.O. 13496) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (31 U.S.C. 3332). 3. DFARS 212.301 - Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Items): See DoD Class Deviation 2013-O0019, Commercial Item Omnibus Clause for Acquisitions Using the Standard Procurement System, issued September 25, 2013. This class deviation allows the contracting officer to use the SPS clause logic capability to automatically select the clauses that are applicable to the specific solicitation and contract. The contracting officer shall ensure that the deviation clause is incorporated into these solicitations and contracts because the deviation clause fulfills the statutory requirements on auditing and subcontract clauses applicable to commercial items. The deviation also authorizes adjustments to the deviation clause required by future changes to the clause at 52.212-5 that are published in the FAR. This deviation is effective for five years, or until otherwise rescinded. f. The following additional provisions and clauses apply to DoD solicitations and contracts using FAR part 12 procedures for the acquisition of commercial items. If the offeror has completed any of the following provisions listed in this paragraph electronically as part of its annual representations and certifications at https://www.acquisition.gov, the contracting officer shall consider this information instead of requiring the offeror to complete these provisions for a particular solicitation.: Incorporated By Reference - 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7003 Agency Office of the Inspector General 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 Requirements Relating to Compensation of Former DoD Officials 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations 252.225-7001 Buy American Act 252.227-7015 Technical Data - Commercial Items (FEB 2014) 252.227-7037 Validation of Restrictive Markings on Technical Data (JUN 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.232-7010 Levies on Contract Payments 252.239-7017 Notice of Supply Chain Risk 252.232-7018 Supply Chain Risk 252.243-7002 Requests For Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items Incorporated in Full Text - 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (a) Definition. "Covered DoD official" is defined in the clause at 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. (b) By submission of this offer, the offeror represents, to the best of its knowledge and belief, that all covered DoD officials employed by or otherwise receiving compensation from the offeror, and who are expected to undertake activities on behalf of the offeror for any resulting contract, are presently in compliance with all post-employment restrictions covered by 18 U.S.C. 207, 41 U.S.C. 2101-2107, and 5 CFR parts 2637 and 2641, including Federal Acquisition Regulation 3.104-2. (End of provision) 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (a) Line items are the basic structural elements in a solicitation or contract that provide for the organization of contract requirements to facilitate pricing, delivery, inspection, acceptance and payment. Line items are organized into contract line items, subline items, and exhibit line items. Separate line items should be established to account for separate pricing, identification (see section 211.274 of the Defense Federal Acquisition Regulation Supplement), deliveries, or funding. The Government recognizes that the line item structure in this solicitation may not conform to every offeror's practices. Failure to correct these issues can result in difficulties in accounting for deliveries and processing payments. Therefore, offerors are invited to propose an alternative line item structure for items on which bids, proposals, or quotes are requested in this solicitation to ensure that the resulting contract structure is economically and administratively advantageous to the Government and the Contractor. (b) If an alternative line item structure is proposed, the structure must be consistent with subpart 204.71 of the Defense Federal Acquisition Regulation Supplement and PGI 204.71. A sample line item structure and a proposed alternative structure are as follows: Solicitation: ITEM NO. SUPPLIES/SERVICE QUANTITY UNIT UNIT PRICE AMOUNT 0001 Computer, Desktop with CPU, Monitor, Keyboard and Mouse 20 EA Alternative line item structure offer where monitors are shipped separately: ITEM NO. SUPPLIES/SERVICE QUANTITY UNIT UNIT PRICE AMOUNT 0001 Computer, Desktop with CPU, Keyboard and Mouse 20 EA 0002 Monitor 20 EA (End of provision) 252.209-7998 REPRESENTATION REGARDING CONVICTION OF A FELONY CRIMINAL VIOLATION UNDER ANY FEDERAL OR STATE LAW (DEVIATION 2012-00007) a. In accordance with section 514 of Division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under any Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. b. The Offerer represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of provision) 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW {DEVIATION 2012-00004) (JAN 2012) a. In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. b. The Offerer represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (1) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision 252.222-7007 REPRESENTATION REGARDING COMBATING TRAFFICKING IN PERSONS (JAN 2015) By submission of its offer, the Offeror represents that it- (a) Will not engage in any trafficking in persons or related activities, including but not limited to the use of forced labor, in the performance of this contract; (b) Has hiring and subcontracting policies to protect the rights of its employees and the rights of subcontractor employees and will comply with those policies in the performance of this contract; and (c) Has notified its employees and subcontractors of- (1) The responsibility to report trafficking in persons violations by the Contractor, Contractor employees, or subcontractor employees, at any tier; and (2) Employee protection under 10 U.S.C. 2409, as implemented in DFARS subpart 203.9, from reprisal for whistleblowing on trafficking in persons violations. (End of provision) 252.225-7050 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (OCT 2015) (a) Definitions. As used in this provision- "Government of a country that is a state sponsor of terrorism" includes the state and the government of a country that is a state sponsor of terrorism, as well as any political subdivision, agency, or instrumentality thereof. "Significant interest" means- (i) Ownership of or beneficial interest in 5 percent or more of the firm's or subsidiary's securities. Beneficial interest includes holding 5 percent or more of any class of the firm's securities in "nominee shares," "street names," or some other method of holding securities that does not disclose the beneficial owner; (ii) Holding a management position in the firm, such as a director or officer; (iii) Ability to control or influence the election, appointment, or tenure of directors or officers in the firm; (iv) Ownership of 10 percent or more of the assets of a firm such as equipment, buildings, real estate, or other tangible assets of the firm; or (v) Holding 50 percent or more of the indebtedness of a firm. "State sponsor of terrorism" means a country determined by the Secretary of State, under section 6(j)(1)(A) of the Export Administration Act of 1979 (50 U.S.C. App. 2405(j)(1)(A)), to be a country the government of which has repeatedly provided support for acts of international terrorism. As of the date of this provision, state sponsors of terrorism include: Iran, Sudan, and Syria. b) Prohibition on award. In accordance with 10 U.S.C. 2327, unless a waiver is granted by the Secretary of Defense, no contract may be awarded to a firm if the government of a country that is a state sponsor of terrorism owns or controls a significant interest in- (1) The firm; (2) A subsidiary of the firm; or (3) Any other firm that owns or controls the firm. (c) Representation. Unless the Offeror submits with its offer the disclosure required in paragraph (d) of this provision, the Offeror represents, by submission of its offer, that the government of a country that is a state sponsor of terrorism does not own or control a significant interest in- (1) The Offeror; (2) A subsidiary of the Offeror; or (3) Any other firm that owns or controls the Offeror. (d) Disclosure. (1) The Offeror shall disclose in an attachment to its offer if the government of a country that is a state sponsor of terrorism owns or controls a significant interest in the Offeror; a subsidiary of the Offeror; or any other firm that owns or controls the Offeror. (2) The disclosure shall include- (i) Identification of each government holding a significant interest; and (ii) A description of the significant interest held by each government. (End of provision) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (To be completed at time of award) (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). ___________________________________________________________ (Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ____________________________________________________________ (Contracting Officer: Insert inspection and acceptance locations or "Not applicable.") (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or "Not applicable.") (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. ________________________________________________________________ ________________________________________________________________ (Contracting Officer: Insert applicable email addresses or "Not applicable.") (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. _________________________________________________________________ (Contracting Officer: Insert applicable information or "Not applicable.") (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) **ADDITIONAL INSTRUCTIONS TO OFFERORS**: 1. Quoters shall submit 1 (one) copy of their technical and price quote to Lisa Grant Tillman, via email at: lisa.tillman6.ctr@mail.mil with reference to HT0038-17-Q-LT01 in the "Subject" line of your email. Submission shall be received no later than the response date listed herein. Late submissions will be treated in accordance with the solicitation provision at FAR 52.212-1(f). a. ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL to lisa.tillman6.ctr@mail.mil. b. To facilitate the award process, all quotes must include one of the following statements regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). c. If the offeror has completed any of the following provisions listed in this paragraph electronically as part of its annual representations and certifications at https://www.acquisition.gov, the contracting officer shall consider this information instead of requiring the offeror to complete these provisions for a particular solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/932d983970a602532265c972bd3916a3)
 
Place of Performance
Address: 1501 Wilson Blvd, Suite 600, Rosslyn, Virginia, 22209, United States
Zip Code: 22209
 
Record
SN04464187-W 20170409/170407234120-932d983970a602532265c972bd3916a3 (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.