Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2003 FBO #0434
SOLICITATION NOTICE

D -- Dental software in support of HQ AMC

Notice Date
2/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service (5TF), 10850 Lincoln Trail, Fairview Heights, IL, 62208
 
ZIP Code
62208
 
Solicitation Number
Reference-Number-5TS5703C110
 
Archive Date
3/5/2003
 
Point of Contact
Mara Shultz, Contracting Officer, Phone (618) 398-4929, Fax (618) 398-4931, - Mara Shultz, Contracting Officer, Phone (618) 398-4929, Fax (618) 398-4931,
 
E-Mail Address
mara.shultz@gsa.gov, mara.shultz@gsa.gov
 
Description
This is a combined synopsis/solicitation for commercial items 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; quotations are being requested and a written solicitation will not be issued. This solicitation is a Request for Quotation, reference number 5TC5703C110. The requirement is issued under Full and Open Competition and is unrestricted. NAICS Code 511210, Computer Software, packaged, publishers. Size Standard $21 million. This requirement is for a fixed price contract. The HQ AMC/SG is considering the purchase, installation, fielding and training of a COTS software product to support the dental clinics throughout the Command. The COTS product is required to maintain the patient PC level database and facilitate dental appointment scheduling. The software application is required to meet the following technical capabilities: The application shall be a Windows software product capable of working in Win98/NT/2000/XP and Thin Clients environments. The software application shall be capable of a onetime import function to populate active duty population records/data by conversion of the existing databases to vendor?s database platform, i.e., SQL, Oracle, SyBase. Transfer of current patient schedule from Composite Health Care System (CHCS) to this application without the need to re-input existing scheduled appointments, safeguard the data from duplication i.e. Patient names/information, include capability to provide for new registrations, updates, deletions, allow capability to sort patient data information by SSN/Alpha or Alpha-numeric and allow for future expansion. The software application shall provide the capability to view schedules, i.e., allow commander access to view clinic, group of providers, specific provider, and Dental Treatment Room (DTR), by day, week, or month, etc. Software shall have the capability to schedule patients between clinics and shall include ability to view percentage of available appointments that are filled for upcoming months. Patient?s names show for filled appointments. Software shall provide flexibility for future operating system enhancements; such as program upgrades/teledental radiology/digital X-Ray integration and web based scheduling. The installation/fielding shall require customized development if necessary to provide the following data and/or capabilities: Fields shall include all military ranks and standard civilian titles. Capability to incorporate/generate commonly used military forms (such as encounter form 644s), specialty forms, health history forms, etc, and populate required fields automatically (patient I.D.) for visits. Capability to track dental laboratory cases, generate appropriate dental laboratory forms. Security features are critical and shall meet privacy act requirements and Air Force Certification and Accreditation (C&A) i.e. system passwords with various level of access, system logon, server security, etc. requirements. The purchase shall include all charges for a site license and specify the number of users allowed access with a site license. Should the number of users at a location require additional licenses, the contractors shall identify the cost for additional user and site licenses. Maintenance of the software shall be included in this acquisition. Maintenance shall be included from the software installation at each site through 31 December 2003. The contractors shall include the cost to continue maintenance on a calendar year basis for four successive option years. The cost of the maintenance for the options years will be included in the evaluation. The AMC/SG, 60 MDG dental clinic, located at Travis AFB, CA has been designated as the beta test location to determine the functionality and feasibility of deploying the application to the other AMC/SG sites. The required date for installation and operation of the software at the Beta site is 45 calendar days after contract award. Training shall be accomplished after installation at the Beta site. The actual schedule shall be coordinated with the client to ensure availability of trainees and government facilities. Training for the administrative staff will include, ?Train the trainer? training, the training shall provide ten (10) persons on-site training adequate to instruct all personnel at the user level and future training of new employees. A separate on-site training shall be provided to dental providers. Provider/user training shall include providing hands-on training for 6 dental providers/users. The contractor shall provide the Government each Train the Trainer and Provider/User Training materials, one electronic copy (for Government reproduction) and a hard copy (master copy) of complete training materials/manuals. The Government will be responsible for providing each individual attending the respective manuals for the training. The initial development of the pilot database and actual training sessions shall be conducted at the Dental Clinic at Travis AFB, CA facility. The development and training sessions are not anticipated to be more than one week each in duration. This acquisition, software, installation, testing, fielding and training, shall include complete analysis, design, development, customization, delivery, installation and training of a database providing the requirements described above. The pilot database shall be demonstrated at the beta site, designated as the 60 MDG dental clinic facilities. The Government may purchase additional copies of the final beta products for implementation/deployment to all remaining eleven AMC bases. Contractor proposals shall include a price to provide the final beta products for implementation only at each AMC/SG location, McChord AFB, WA, Fairchild AFB, WA, McConnell AFB, KS, Scott AFB, IL, Pope AFB, NC, Dover AFB, DE, Charleston AFB, SC, MacGuire AFB, NJ, MacDill AFB, FL, Andrews AFB, MD, and Grand Forks AFB, ND. Contractors shall assume a consistent number of users, licenses, and training for each location. Maintenance support shall be quoted as a price for each available service level, i.e., basic, silver and gold level support as available. Funds are not presently available for this contract. The Government?s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The contractor is responsible for providing all labor, materials, and travel, beyond the Government supplied facility as described. The Government intends to evaluate proposals and make award without discussions. A technical and price proposal shall be provided to address each requirement identified herein. Contractor proposal shall identify three clients, name/company/telephone number (technical and contracting points of contact), for whom similar software integration has been accomplished within the past year. Delivery and acceptance of all items shall be F.O.B. Destination. Award shall be made based on best value evaluation of technical and price proposals, applying the following criteria in order of importance, technical capability/functionality, past performance and price. All evaluation factors other than price, when combined, are significantly more important than price. This RFQ document and incorporated provisions and clauses are those in effect through FAC 2001-11. FAR 52.252-2 applies to this acquisition. Full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far. FAR 52.212-1 applies to this acquisition. FAR 52.212-2 shall not apply to this acquisition. QUOTATIONS SHALL INCLUDE A COMPLETED COPY OF THE PROVISIONS AT FAR 52.212-3. FAR 52.212-4 applies to this acquisition. FAR 52.212-5 applies to this acquisition -- FAR 52.212-5(b): The following additional FAR clauses apply to this acquisition: 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. Offers are due no later than 18 February 2003, 8:00 a.m., Central Time, to GSA/FTS, Mara E. Shultz, 10850 Lincoln Trail, Fairview Heights, IL 62208. Facsimile responses are acceptable. Contact Diana Valdez at (618) 398-4927 or Mara Shultz at (618) 398-4929 (voice) or (618) 398-4931 (fax) for information regarding this RFQ.
 
Record
SN00255634-W 20030209/030207213652 (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.