Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2003 FBO #0427
SOLICITATION NOTICE

70 -- Edifecs software

Notice Date
1/31/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), FTS, 7T-5 Oklahoma, 819 Taylor Street, Room 14A02, Fort Worth, TX, 76102
 
ZIP Code
76102
 
Solicitation Number
7TF-03-0005
 
Point of Contact
Elaine Lacker, Contracting Officer, Phone (817) 978-6142, Fax (817) 978-4739, - Elaine Lacker, Contracting Officer, Phone (817) 978-6142, Fax (817) 978-4739,
 
E-Mail Address
elaine.lacker@gsa.gov, elaine.lacker@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
17(i). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, and FAR Part 15, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 17(ii). Solicitation Number 7TF-03-0005 Request for Proposal. 17(iii). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12. 17(iv). This is a full and open procurement under NAICS Code 511210 Software Publishers. 17(v). There are several contract requirements: REQUIREMENTS LISTED UNDER 17(vi). NOTE: This is a total small business set-aside. Section 508 applies to this requirement. 17 (vi). Requirements: Provide the following Edifecs for HIPPA Enterprise software products for DOD Military Health Systems (MHS): 1.1. Edifecs CommerceDesk License. This software license shall include: 1.1.1 One (1) Community with the ability to purchase additional Communities as needed during the term of the contract to a maximum of five (5) Communities. A Community shall be defined as a single administrative organization and its trading partners. 1.1.2 Twenty (20) Internal Users for each Community purchased. Internal Users shall be defined as administrative users within a single organization whose role shall be to administer their Community residing within CommerceDesk. 1.1.3 Five-hundred (500) Trading Relationships for each community purchased with the ability to purchase additional Trading Relationships as necessary for each community during the term of the contract to a maximum of 2500 Trading Relationships. A Trading Relationship shall be defined as each trading partner enrolled into a specific Community. 1.1.4 Two (2) SpecBuilder HIPAA Edition user licenses. 1.1.5 Three (3) X-Engine HIPAA Edition server licenses. 1.1.6 Forty (40) hours of Professional Services to include setup & installation, site customization (private branding), training & implementation, and integration of X-Engine. 1.2 Edifecs SpecBuilder HIPAA Edition User License. Two (2) SpecBuilder HIPAA Edition user licenses with the ability to purchase a maximum of eight (8) additional licenses as necessary during the term of the contract. 1.3 Edifecs X-Engine HIPAA Edition Server License. Three (3) X-Engine HIPAA Edition server licenses with the ability to purchase a maximum of eight (8) additional licenses as necessary during the term of the contract. 2.0 CONTRACTOR REQUIREMENTS AND CAPABILITIES: The Vendor shall provide verification from the manufacturer that they have been authorized to resell the software required listed in section 1.1. 3.0 PROGRAM MANAGEMENT/ADMINISTRATION 3.1 Government POC: Ms. Pamela Metallo, Information Management/Information Technology Division, Military Medical Support Office (MMSO), 320 B Street Bldg. 38-H, Great Lakes, IL 60088, COMM:(800) 876-1131 x617, FAX: (847) 688-6139, EMAIL: pametallo@mmso.med.navy.mil 3.2 Place of Performance: Any necessary professional services performed at government facilities will be at the Military Medical Support Office, 320 B Street, Bldg. 38-H, Great Lakes, IL 60088 and the Tricare Management Activity (TMA), 5201 Leesburg Pike, Suite 1600 Falls Church, VA 22041. Subject to security regulations, the Government will provide Vendor personnel with access to the facility to perform work in accordance with this contract. 3.3 Terms of Contract: 3.3.1 Term of Contract: A base period of one (1) year from contract award. The contract resulting from this solicitation shall have a base period of one (1) year, with four (4) one-year option periods, which may be unilaterally exercised by the Government, and shall not exceed five years total (base & option years) in duration. Exercising of the option periods is contingent upon the satisfactory performance of the Contractor and availability of funding. All terms and conditions applicable to the base period shall extend to the option unless otherwise agreed upon. 3.3.2 Delivery of software components by 21 February 2003. 3.4 INSPECTIONS AND ACCEPTANCE: The Client Representative will inspect and accept the deliverables to be provided under this contract. 17(vii). Desired Delivery Date is February 21, 2003. Place of Delivery and Acceptance is: For item 1.1, quantity 1; item 1.3, quantity 1: Head, Information Management/Information, Technology Division, Military Medical Support Office, 320 B Street Bldg. 38-H, Great Lakes, IL 60088-6999. For item 1.2, quantity 2, and Item 1.3, quantity 2: HIPAA Program Manager, Sky 5 Suite 810, 5111 Leesburg Pike, Falls Church, VA 22041-3206. FOB destination. 17(viii). Solicitation provision at FAR 52.212-1, Instructions to Offerors--Commercial Items (OCT 2000) is hereby incorporated by reference. 17(ix). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government price and other factors considered. The following factors shall be used to evaluate offers: Evaluation will be based on (1) Technical (a) Technical capability of contractor to meet the Government requirements. (b) Past Experience (see below) (c) Delivery Terms - ability to meet required delivery schedule and (2) Price. Factors are listed in their relative order of importance. Past experience will be evaluated as follows: Evaluation of past experience shall be based on information provided by the offeror (see below) and any other information the Government may obtain by following up on the information provided by the offeror and/or through other sources (i.e., offeror's experience on previously awarded delivery orders/contracts and/or contracts with other Government entities). The offeror must identify at least one Federal contract or delivery/task order for the federal government, and any other Federal, state, or local government and private contract or delivery/task order, for which the offeror has performed work similar to the statement of work in this solicitation. References should include the most recent contracts completed within the last two years. The offeror shall provide a point of contact, current telephone number and fax number for each contract. This list is due by the date established for receipt of proposals. 17(x). Offeror's are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items (JULY 2002) with its offer. 17(xi). Clause 52.212-4, Contract Terms and Conditions--Commercial Items (FEB 2002), is hereby incorporated by reference. 17(xii). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAY 2002), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract: (b)(5)52.219-8, (b)(11) 52.222-21, (b)(12)52.222-26, (b)(13)52.222-35, (b)(14)52.222-36, (b)(15)52.222-37, (b)(18) 52.225-1, (b)(21) 52.225-13, (b)(25) 52.232-34. 17(xiii). Additional Contract Terms and Conditions applicable to this procurement are: (i) N/A (ii) Type of Contract: A firm fixed price, definite quantity, definite delivery contract will be awarded. (iii) Period of Performance: Delivery no later than February 21, 2003. 17(xiv). The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. 17(xv). N/A. 17(xvi). Signed and dated offers one original must be submitted to GSA, IT Solutions, 7TR, 819 Taylor Street, Room 14A02, Fort Worth, TX 76102-6105, Attn: Elaine M. Lacker, Contracting Officer at or before 4:30 p.m.(CDT), February 7, 2003. Email proposals may be sent to elaine.lacker@gsa.gov at or before the above time and date; facsimile proposals may be submitted to 817-978-4739 at or before the above time and date. 17(xvii). Contact Elaine M. Lacker at 817/978-6142.
 
Place of Performance
Address: Two locations as noted above
Zip Code: 60088
 
Record
SN00250682-W 20030202/030131213735 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.