Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2004 FBO #0976
SOLICITATION NOTICE

R -- Medical Technology Services for HQ AETC/SGAB, Lackland AFB, Texas and Supporting Units

Notice Date
7/27/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs No. California Health Care System, Consolidated Contracting Activity, (CCA/90), 150 Muir Road, Martinez, California 94553
 
ZIP Code
94553
 
Solicitation Number
V261-0235-04
 
Response Due
8/13/2004
 
Archive Date
9/12/2004
 
Point of Contact
Point of Contact - Kenton Raiford, Contracting Officer, Ph: (707) 437-1926, Fx:(707) 437-1974, Contracting Officer - Kenton Raiford, Contracting Officer, Ph:(707) 437-1926, Fx:(707) 437-1974
 
E-Mail Address
Email your questions to Kenton Raiford
(kenton.raiford@med.va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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. Solicitation number V261-0235-04 has been assigned to this Request for Proposal (RFP). This RFP includes solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24, effective 19 Jul 2004. This procurement is unrestricted, See Section E.4 of this Solicitation ?FAR 52.212-3--OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (MAY 2004).? The NAICS code for this procurement is 541512, Information Management Computer Systems Integration Design Services and the size standard is $18 million in average annual revenues. Scope of Work: Four independent sites with the following general requirements: (Site 1 - Main Facility) The 59th Medical Wing operates a large data, voice, and video communications and networking architecture that support approximately 5000 users. This architecture consists of standard Department of Defense (DoD) Health Affairs and Air Force Automated Information Systems (AIS), commercial off-the-shelf systems (COTS), and locally developed systems. Additionally, the support requirements transcend the perimeter of San Antonio area and DoD TRICARE multi-market. OBJECTIVE: The objective is to provide customer support, task management, maintenance and security of information technology services, equipment, and programs. REQUIREMENTS: (Site 1 - Military Readiness) Description: Wilford Hall Medical Center (WHMC) is committed to the collection, storage, classification, retrieval, manipulation and use of quality data and information that is consistent with its Mission Support Plan and other related strategic, operational, and programmatic plans and policies. To that end, several years ago WHMC embarked on an effort to validate and consolidate data maintained in numerous disparate local, AF, and DoD data systems into an enterprise-wide integrated clinical database (ICDB). Lacking sufficient organic resources to sustain this effort, WHMC has elected to contract out this task. OBJECTIVE: The objective is to provide an integrated approach clinical informatics. The objective is to continue the development and implementation of ICDB. This includes eliminating stove pipe systems and tedious/redundant input across several technology platforms. This effort should provide a redundant data storage with easy, but secure access for clinicians. Further, it should enable studies and health programs such as disease management, utilization management, Medicare Subvention, etc., that require integrated views of data from multiple legacy systems. REQUIREMENTS: (Site 2) The 81st Medical Group operates a large data, voice, and video communications and networking architecture that support approximately 2400 users. This architecture consists of standard Department of Defense (DoD) Health Affairs and Air Force Automated Information Systems (AIS), commercial off-the-shelf systems (COTS), and locally developed systems. Additionally, the support requirements transcend the perimeter of Biloxi/Gulfport area and DoD TRICARE multi-market. OBJECTIVE: The objective is to provide customer support, task management, maintenance and security of information technology services, equipment, and programs. REQUIREMENTS: (Site 3) The 14th Medical Group operates a small data, voice, and video communications and networking architecture that support approximately 250 users. This architecture consists of standard Department of Defense (DoD) Health Affairs and Air Force Automated Information Systems (AIS), commercial off-the-shelf systems (COTS), and locally developed/procured systems. Additionally, the support requirements transcend the various Veteran Affairs agreements as part of the DoD Resource Sharing. OBJECTIVE: The objective is to provide customer support, task management, maintenance and security of information technology services, equipment, and programs. REQUIREMENTS: (Site 4) The 325th Medical Group operates a medium data, voice, and video communications and networking architecture that support approximately 400 users. This architecture consists of standard Department of Defense (DoD) Health Affairs and Air Force Automated Information Systems (AIS), commercial off-the-shelf systems (COTS), and locally developed/procured systems. Additionally, the support requirements transcend the various Veteran Affairs agreements as part of the DoD Resource Sharing. OBJECTIVE: The objective is to provide customer support, task management, maintenance and security of information technology services, equipment, and programs. There a two contract line items for each site location, Item 1, Non-personnel services for supplemental staffing for Medical Information Management and Information Technology (IM/IT) Staffing and Item 2, Other Direct Costs for all Labor Categories. The contract schedule consists of the Base Contract Period, Option Years 1, 2, and 3, for a total of 4 years of possible performance. Performance Location and County of Performance, Lackland AFB, Texas, (Bexar County), Columbus AFB, Mississippi (Lowndes County), Keesler AFB, Mississippi (Harrison County), Tyndall AFB, Florida (Bay County). The provision at FAR 52.212-1, Instructions to Offerors-Commercial is incorporated by reference and applies. In the provision at FAR 52.212-2, Evaluation -- Commercial Items, is incorporated by reference and applies. The following information is inserted in FAR 52.212-2: Award will be made based on a combination of two factors of approximately equal importance: technical (including past performance) and price. Interested firms must include a completed copy of the provisions at 52.212-3, Certifications and Representations -- Commercial Items along with their quotes. The clause at FAR 52.212-4 Contract Terms and Conditions -- Commercial Items shall apply. The clause at FAR 52.212-5 Contract Terms and Conditions required to implement statutes or executive orders applies. Please provide a statement on your quotation that you accept the terms of this synopsized solicitation V261-0235-04 without qualification. Minor adjustments in the approximate start date shall NOT be grounds for disapproval, based on mission impact evaluation by the Department of Veterans Affairs (VA). State minor adjustment/deviation in start date, if necessary. Failure to state deviation will constitute acceptance of VA starting date. Interested firms are invited to attend a question and answer meeting on Monday, 2 August 2004 at 1:00 p.m., local time, In Room 101 of Building 671 of 63 Main Circle, Randolph AFB, Texas 78150. Offerors are due By 3:00 p.m. local time on Friday, 13 August 2004. A public bid will not occur. Mail offers to Department of Veterans Affairs, Sierra Pacific Heath Care Network, Attn.: Kenton K. Raiford, 150 Muir Road, CCA/90, Martinez, CA 94553. Contact Kenton K. Raiford, Phone 707-437-1926, Mobile 925-250-5795 for information.
 
Web Link
RFP V261-0235-04
(http://www.bos.oamm.va.gov/solicitation?number=V261-0235-04)
 
Place of Performance
Address: Lackland AFB, Texas, (Bexar County), Columbus AFB, Mississippi (Lowndes County), Keesler AFB, Mississippi (Harrison County), Tyndall AFB, Florida (Bay County)
Zip Code: 78150
Country: United States
 
Record
SN00631115-W 20040729/040727211917 (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.