Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2003 FBO #0540
SOLICITATION NOTICE

D -- Aeromedical Services Information, Management Systems (ASIMS) for the PHSD, Brooks City-Base, TX

Notice Date
5/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 311th HSW/PK 8150 Aeromedical Road, Brooks AFB, TX, 78235-5123
 
ZIP Code
78235-5123
 
Solicitation Number
F41622-03-R-0015
 
Response Due
6/6/2003
 
Archive Date
6/21/2003
 
Point of Contact
Winifred Williams, Contracting Officer, Phone 210-536-6227, Fax 210-536-1918, - Winifred Williams, Contracting Officer, Phone 210-536-6227, Fax 210-536-1918,
 
E-Mail Address
winifred.williams@brooks.af.mil, winifred.williams@brooks.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, 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. This solicitation number is F41622-03-R-0015. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-13. The associated North American Industry Classification System (NAICS) for this procurement is 541511 and the business size is $21,000,000.00. The Government intends to issue a contract for Aeromedical Services Information, Management Systems (ASIMS) for the Population Health Support Division (PHSD), Brooks City-Base, TX. The contractor shall provide a full range of programming, system analysis, data analysis, and senior consultative services related to the preventive medicine aspects of computer applications and central data warehouses of the Aeromedical Services Information Management Systems (ASIMS) and other database systems (AF Personnel Data, AF Fitness Management Program (Fit/Mgt), PHSD Data Import/Export Program, Air Force Corporate Health Information Processing Service (AFCHIP) central data processing, AF Complete Immunization Tracking Application (AFCITA), Defense Eligibility Enrollment Reporting System (DEERS), and AF to DEERS Immunization Interface.) utilized by PHSD. The contractor shall provide maintenance and systematic enhancement of those systems as a secondary requirement. Requirements may be carried out primarily at the contractor?s facility but requirements may be carried out at other locations as determined under this SOW. The contractor shall furnish all labor and support required to perform the effort. Performance will be in accordance with the SOW. A copy of the SOW will be posted to www.fedbizopps.gov or you can email Winifred.Williams@brooks.af.mil for a copy of the SOW. The period of performance will be for one year, 01 Jul 2003 through 30 June 2004. The provisions at 52.212-1 Instructions to Offerors-Commercial Items apply to this acquisition. Offers must include the Representations and Certifications found in FAR 52.212-3. The clause at FAR 52.212-4 applies. The clause at FAR 52.214-5 applies. You are also required to submit a Contract Proposal Cover Sheet with your proposal. This cover sheet shall include the point of contact who is authorized to contractually bind your company, company address and phone number, the audit office with a point of contact and phone number, administration office with a point of contact and phone number and any other information that will be important in evaluating your proposal. You are also required to identify your technical and contracting points of contact and authorized negotiators for this delivery order. Include addresses, telephone numbers, facsimile numbers and electronic mail (e-mail) addresses for each individual. You are also requested to provide enough information to determine the cost realism of your offer and to evaluate your approach. Offerors shall address all requirements in this combined synopsis/solicitation, and shall provide clear evidence of understanding and the ability and willingness to comply with the Government's specifications of need. Failure to address a specification/requirement will be construed by the Government as inability to meet the need, or the offeror's taking exception to it. Any inconsistency in this solicitation or contract shall be resolved by giving precedence in the following order: (a) The Schedule (excluding the specifications);(b) Representations and other instructions;(c) Contract clauses; (d) Other documents, exhibits, and attachments; and (e) The specifications. The Government anticipates awarding one contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to this synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) technical capability of the item offered to meet the Government requirements; Offerors shall present the technical methodology they would use in performing this project that would qualify them for consideration. The technical approach will be evaluated on its feasibility, practicability, and appropriateness in accomplishing SOW requirements. The offeror shall provide the following information: Describe your knowledge and understanding of the requirement(s) as outlined in the SOW. The technical approach must identify the methodology and analytical techniques you shall use to fulfill the technical requirements should clearly describe the following: An overview of your proposed methodology in meeting the technical requirements identified in the SOW, the logical sequence of tasks that you will perform to accomplish the requirements, identify and describe the specific techniques and steps that will be applied during the accomplishment of all tasks of this project, the deliverables to be produced in response to project requirements, and describe your corporate qualifications capabilities specifically related to performance of SOW requirements. (2) Past Performance: The offeror shall provide a minimum of one and no more than five references that best represents the best mix of knowledge and experience through relevant contracts. For each reference, identify and provide contact information of those persons/customers most knowledgeable about the contract. For Government contracts, provide current information for the Government Program Manager, Project/Task Manager, Contracting Officer, and Administrative Contracting Office. Offerors are cautioned that the Government will use data provided by each Offeror in his proposal and data obtained from other sources in the evaluation of past and present performance. Under the past performance evaluation criteria, the evaluation of an offeror's present and past work record will be performed to assess the Government's confidence in the offeror's probability of successfully performing as proposed. The Government will evaluate the offeror's demonstrated record of contract compliance in supplying products and services that meet user's needs, including cost and schedule. Evaluation of the offerors past performance will be accomplished by reviewing aspects of an Offeror's relevant present and recent past performance, focusing on and targeting performance which is relevant to this effort. A relevancy determination of the offeror's present and past performance, including joint ventures, and/or teaming partners, will be made. In determining relevancy for individual contracts, consideration will be given to the effort, or portion of the effort, being proposed by the offeror. (3) Key Personnel: As a MINIMUM, each proposed offeror will be evaluated based on whether they have the skills deemed by the Government to be necessary to minimize risk and successfully complete the requirements in SOW. Resumes should indicate how personnel meet the specific requirements listed in this SOW. Resumes should be no longer than 2 pages. List personnel and skill level categories available to work on start-up date (include special qualifications of key personnel). Identify key personnel proposed for assignment to the project, certify that the information on each person is accurate and complete and that the individuals named are available for assignment on the date the task order is effective. As a minimum, and unless otherwise specified in this task order, the person designated to manage the project must be identified. Individuals designated as key personnel will be committed to the project for its duration and cannot be substituted or replaced without the written agreement of the CO. and (4) Price: Offerors' price proposals will be evaluated to determine price realism and reasonableness. Offerors are hereby advised that only those proposals determined to have a reasonable chance for award of a contract will be included in the competitive range. While every effort will be made to maintain strong competition, the Contracting Officer will also look to eliminate time consuming and unnecessary discussions with those offerors whose proposals have no reasonable chance for award. This procedure is considered beneficial to both the Air Force and the offerors involved since, in addition to saving further expenditure of resources, acquisition lead time should be reduced. The Government reserves the right to award a contract without discussions. The contractor shall provide at a minimum a spreadsheet listing all labor categories, hourly rates and extended labor costs. Selection will be made in accordance with Federal Acquisition Regulation 52.212-02 Evaluation--Commercial Items. (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: (i) technical capability of the item offered to meet the Government requirement; (ii) past performance, (iii) key personnel and (iv) price; (see FAR 15.304); and include them in the relative order of importance of the evaluation factors, such as in descending order of importance.] Technical approach and past performance are the most important selection criteria and are equal in importance. Key personnel selection criteria is not as importance as technical and past performance, but more than important than price. In accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, are more significantly more important when compared to price.] A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following FAR provisions apply to this solicitation: 52.212-1, Instructions to Offerors-Commercial; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.232-33, Mandatory Information for Electronic funds Transfer Payment; DFAR 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (MAR 1998) (10 U.S.C. 2533a), 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631), 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631), and DFAR 252.204-7004, Required Central Contractor Registration. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, including subparagraphs (11), (12), (13), (14), (15), and (17), DFARS 252.227-7015, Technical Data--Commercial Items; DFARS 252.227-7013, Rights in Technical Data--Noncommercial Items; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.227-7017, Identification and Assertion of Use, Release, or Disclosure Restrictions; and, DFARS 252.227-7014, Rights in Noncommercial Computer Software and Noncommercial Computer Software Documentation. Responsible interested offerors may submit a proposal and 3 copies no later than 06 June 2003, 4:00 p.m. CDT, to the 311th HSW/PKWB, 8150 Aeromedical Road, Brooks City-Base, Texas 78235-5123, Attn: Winifred Williams, Contracting Officer. The proposal will also be accepted by e-mail or fax. Ms Williams fax number is (210) 536-1918 and her e-mail address is winifred.williams@brooks.af.mil. If the offeror chooses to transmit a facsimile proposal or via e-mail, the Government will not be responsible for any failure attributable to the transmission or receipt of the facsimile proposal including, but not limited to, the following: Receipt of garbled or incomplete proposal, availability or condition of the receiving facsimile equipment, incompatibility between the sending and receiving equipment, delay in transmission or receipt of proposal, failure of the offeror to properly identify the proposal, illegibility of proposal and/or security of proposal data. Ms Williams is the sole individual to contact for information regarding this solicitation. Her phone number is (210) 536-6227. See Note 1, 12, and 13.
 
Place of Performance
Address: Contractor's Facility, Brooks City-Base, TX and various Air Force Medical Treatment Facilities
Zip Code: 78235
Country: United States of America
 
Record
SN00329818-W 20030523/030521213716 (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.