Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2008 FBO #2440
DOCUMENT

D -- Digitize Chest X-ray Films and Develop Viewing Software - Additional Info

Notice Date
7/30/2008
 
Notice Type
Additional Info
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Pittsburgh), Post Office Box 18070, Cochrans Mill Road, Pittsburgh, Pennsylvania, 15236-0070
 
ZIP Code
15236-0070
 
Solicitation Number
2008-Q-10740
 
Response Due
8/21/2008
 
Archive Date
9/5/2008
 
Point of Contact
Diane J Meeder,, Phone: (412)386-4412
 
E-Mail Address
DMeeder@cdc.gov
 
Small Business Set-Aside
N/A
 
Description
The Centers for Disease Control and Prevention (CDC), National Institute of Occupational Safety and Health has a requirement for Digitization of Film X-rays and Develop Viewing Software. 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. This solicitation is being issued as a Request for Quotation (RFQ) as number 2008-Q-10740. Any incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This RFQ is not set-aside for small business. The North American Industrial Classification System Code is: 541519 with a small business size standard of: $23 million. Line Item 0001, up to thirty six (36) months from contract award. Digital Images _______________ Software _______________ Tech Support _______________ Travel _______________ etc. _______________ Total Line Item 0001 ____________ Pricing shall be broken down into sufficient enough detail as to determine costs for the individual components in the requirement. This data will be used to establish the reasonableness of the proposed amounts as well as to perform any required analysis. The Specifications consist of the contractor providing digitization x-ray films and develop viewing software in accordance with the attached Statement of Work (Attachment A) and additional information provided in attachments: CDC Clauses (Attachment B), Past Performance Questionnaire (Attachment C), and Sample-Client Authorization Letter (Attachment D). Special Instructions/Provisions: The provision at 52.212-1, Instructions to Offerors apply. The provision at 52.212-2 Commercial Items and Evaluation - Commercial Items apply. The provision at 52.212-3 Offeror Representations and Certifications -- Commercial Items apply. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. 52.212-2 Evaluation -- Commercial Items (Jan 1999) A. The Government will award a contract resulting from this Request for Quote (RFQ) to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, price and other factors considered. An award will be made on the basis of technical and past performance. Technical and past performance, when combined, are more important than price. The following factors shall be used to evaluate offers: 1. The submitted proposal provides evidence or documentation of the likelihood that the software and digitized files that will be developed under the contract will meet or exceed the required functionalities and technical specifications. (Weight: 30 points) 2. The proposal includes appropriate multidisciplinary expertise (e.g., medical physics, radiology, information technology, software engineering) with demonstrated and documented knowledge, skills, and successful experience in the relevant aspects of digital radiographic imaging in medicine necessary for successful completion of the tasks, including image display; software design and related hardware issues; and DICOM electronic file formats for image storage. (Weight: 25 points) 3. The proposal documents appropriate expertise and experience (personal and organizational), particularly as evidenced by successful and timely development, design, and completion of tasks for other health care and/or research organizations similar in scope and complexity to those specified in this contract. (Weight: 20 points) 4. The proposal comes from an organization that can document recent and ongoing accomplishments in providing relevant technical products and support, and success in responding to and resolving in a timely fashion the types of problems encountered during performance of similar tasks, (Weight: 15 points) 5. The proposal contains an adequate management plan describing the offeror's approach to management organization, responsibility, lines of authority, management of consultants or subcontractors, and procedures for tracking project progress, risks, problems, and time, and availability and accessibility of project staff for meeting and interaction with NIOSH as needed. (Weight: 10 points). Past Performance (+4 - 0): Each offeror will be evaluated on their performance under existing and prior contracts for similar work. Performance information will be used for both responsibility determinations and as an evaluation factor against which offeror's relative ranking will be compared to assure best value to the government. The government may contact other references than those identified by the offeror and the information received will be used in the evaluation of the offeror's past performance. a.) All Offerors shall submit a separate record of the past performance information as requested below as along with this RFQ packet. The information may be submitted prior to other parts of the proposal in order to assist the Government in commencing past performance evaluations. The offeror should include the last three (3) contracts completed during the past three years and all or at least three (3) contracts currently in process for both the offeror and for all proposed major subcontractors, which are similar in nature to this requirement. 1.) The Contracts listed may include those with the Federal Government, agencies of state and local governments and commercial customers, which are of similar scope, magnitude, relevance, and complexity to this requirement. Offerors that are newly formed entities without prior contracts should list contracts and subcontracts as required above for predecessor companies, corporate officers, or subcontractors that will perform major or critical aspects of the requirement. The following information should be included for each contract listed: 1. Name of Contracting Organization; 2. Contract Number; 3. Brief description of relevance to the services required under this RFP; 4. Names, addresses, telephone numbers, e-mail address (if known) and facsimile numbers of the Contracting Officer and the Project Officer for all Government contracts. Names, addresses, telephone numbers, and facsimile numbers of private sector contacts equivalent of a Federal Government Contracting Officer and Project Officer (operation manager); 5. The dollar value of the contract; 6. Contract type (Firm-fixed price, cost-plus-fixed-fee, etc.); 7. Period of Performance; 8. Place of performance; b.) Offerors should not provide general information on their performance on the identified contracts and subcontracts. General performance information will be obtained from references. 1.) Offerors may provide information on problems encountered and corrective actions taken on the identified contracts and subcontracts. 2.) References that may be contacted by the Government include the contracting officer, program manager/project officer, or the administrative officer identified above. 3.) If no response is received from a reference, the Government will make an attempt to contact another reference identified by the offeror, to contract a reference not identified by the offeror, or to complete the evaluation with those references who responded. The Government shall consider the information provided by the references, and may also consider information obtained from other sources, when evaluating an offeror's past performance. 4.) Attempts to obtain responses from references will generally not go beyond two telephonic messages and/or written requests from the Government, unless otherwise stated in the solicitation. The Government is not obligated to contact all of the references identified by the Offeror. c.) If negative feedback is received from an offeror's reference, the Government will compare the negative response to the responses from the offeror's references to note differences. A score will be assigned appropriately to the offeror based on the information. The offeror will be given the opportunity to comment, if that information makes a difference in the Government's decision to include the offeror in or exclude the offeror from the competitive range. Any past performance deficiency or significant weakness will be discussed with offerors in the competitive range during discussions. The Government reserves the right to award without discussions. d.) Offerors must send Client Authorization Letters (Attachment D) to assist in the timely processing of the past performance evaluation. Offeror's are encouraged to consolidate requests whenever possible (i.e., if the same reference has several contracts, send that reference a single notice citing all applicable contracts). Offerors may send Client Authorization Letter electronically to references with copies forwarded to the contracting officer. 1.) If an offeror has no relevant past performance history, an offeror must affirmatively state it possesses no relevant past performance history. 2.) Client Authorization Letters should be mailed or e-mailed to individual references as early as possible, but no later then three (3) working days after proposal submission. The offeror should forward a copy of the Client Authorization Letter to the contracting officer simultaneously with mailing references. e.) Past performance information will be used for both responsibility determination and as an evaluation factor for award. The Past Performance Questionnaire (Attachment C) will be used to collect information on an offerors past performance under existing and prior contracts/subcontract for services similar in scope, magnitude, relevance, and complexity to this requirement in order to evaluate offerors consistent with the past performance evaluation set forth below. References other than those identified by the offeror may be contacted by the Government and used in the evaluation of the offeror's past performance. Evaluation of past performance information will be reflected in terms of the following degrees of performance assessment: +4 Excellent: A significant majority of the sources of information are consistently firm in stating that the offeror's performance was superior and that they would unhesitatingly do business with the offeror again. Complaints are negligible or unfounded. No doubt exists that the offeror will successfully perform the Government's requirements as stated in the RFQ. +3 Good: Most sources of information state that the offeror's performance was good, better than average, etc., and that they would willingly do business with the offeror again. Complaints, though perhaps well-founded, are few and relatively minor. Little doubt exists that the offeror will successfully perform the Government's requirements as stated in the RFQ. +2 Neutral: Either no past performance history exists for the corporation, predecessor companies, key personnel, or major/critical subcontractors, or the offeror's record of past performance was neither predominantly favorable nor unfavorable. Sources of information are roughly divided over the quality of the offeror's performance. While some state that they would do business with the offeror again, others are doubtful or would not. Complaints are balanced by reports of good work. There is no performance record for the offeror. +1 Marginal: Many sources of information made unfavorable reports about the offeror's performance and either express serious doubts about doing business with the offeror again or state that they would refuse to do so. However, there are some favorable reports, and some sources of information indicate that they would do business with the offeror again. There are many significant, serious, and well-founded complaints, but there are some reports of very good performance. Some doubt exists that the offeror will successfully perform the Government's requirements as stated in the RFQ. +0 Poor: A significant majority of sources of information are consistently firm in stating that the offeror's performance was entirely unsatisfactory and that they would not do business with the offeror again under any circumstances. Customer complaints are substantial or numerous and are well-founded. The offeror either has presented no persuasive evidence of having taken appropriate corrective action that will guard against such conduct in the foreseeable future, or it appears unlikely that the corrective action will be effective. Serious doubt exists that the offeror will successfully perform the Government requirements as stated in the RFQ. f.) Any information collected concerning an offeror's past performance will be maintained in the official contract file. g.) In accordance with FAR 15.305(a)(2)(iv), offerors without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. B. Options. 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). C. 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. FAR 52.216-1 Type of Contract (Apr 1984) The Government contemplates award of a firm fixed price contract resulting from this solicitation. (End of Provision) The following FAR Clauses apply: 52.212-4 Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Under 52.212-5 the following FAR Clauses cited apply: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-28, Post Award Small Business Program Representation (June 2007); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Feb 2008); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-5, Trade Agreements (Nov 2007); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct. 2003); Additional clauses and special instructions applicable to the acquisition. 52.227-19 Commercial Computer Software License (Dec 2007) 52.233-2 Service of Protest (Sep 2006) 52.232-18 Availability of Funds (Apr 1984) 52.246-2 Inspection of Supplies - Fixed Price (Aug 1996) 352.232-9 Withholding of Contract Payments (Jan 2006) 352.249-14 Excusable Delays (Jan 2006) 352.270-6 Publications and Publicity (Jan 2006) 352.270-10 Anti-Lobbying (Jan 2006) 352.270-13 Tobacco-Free Facilities (Jan 2006) Contract Communications/Correspondence (Jul 1999)* Inspection and Acceptance (Jul 1999)* Invoice Submission (Mar 2006)* Payment by Electronic Funds Transfer * Prohibition on the Use of Appropriated Funds for Lobbying Activities (Jul 1999)* Project Officer (Jul 1999)* Smoke Free Environment (Jul 1999)* *CDC Clause can be found in full text in Attachment B. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. All Offerors must be registered in CCR and have Annual Representations and Certifications complete on the Online Representations and Certifications Application (ORCA) as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to https://orca.bpn.gov/ in order to add or update its ORCA record. Electronic and fax quotations will not be accepted. All prospective offerors interested in submitting a quote must include company name, mailing address, point of contact, phone number, e-mail address, business status, a completed SF1449, and information as required above. Offers are due no later than August 21, 2008 at 3:00 pm ET. Submit offers referencing 2008-Q-10740 to: Centers for Disease Control and Prevention Procurement and Grants Office - Branch V Attention: Diane Meeder 626 Cochrans Mill Road, P.O. Box 18070 Pittsburgh, Pennsylvania 15236 For other information please contact: Ms. Diane J. Meeder at 412-386-4412 or Dmeeder@cdc.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=017d8a9e713ed229d3eb0a7706914629&tab=core&_cview=1)
 
Document(s)
Additional Info
 
File Name: Invitation to Quote_2008-Q-10740 (Invite to Quote 2008-Q-10740.pdf)
Link: https://www.fbo.gov//utils/view?id=fc7481627102594312e219d7331c8fb4
Bytes: 38.47 Kb
 
File Name: SF-1449 for 2008-Q-10740 (SF-1449 2008-Q-10740.pdf)
Link: https://www.fbo.gov//utils/view?id=46e72c2f538ce2cdafe38ce53e67240d
Bytes: 72.09 Kb
 
File Name: 52.212-1 Instructions to Offerors and 52.212-3 Reps and Certs (52.212-1 and 52.212-3.doc)
Link: https://www.fbo.gov//utils/view?id=717793e584293f91f2e25ef2d65fc28e
Bytes: 105.50 Kb
 
File Name: Attachment A - Statement of Work - 2008-Q-10740 (Attachment A_SOW_2008-Q-10740.pdf)
Link: https://www.fbo.gov//utils/view?id=a8901f48c4befdd939fb07ab1656ebb5
Bytes: 381.55 Kb
 
File Name: Attachment B - CDC Clauses- 2008-Q-10740 (Attach B-CDC Clauses_2008-Q-10740.pdf)
Link: https://www.fbo.gov//utils/view?id=36035cddc7344c6b8e272f36063d91ef
Bytes: 193.34 Kb
 
File Name: Attachment C - Client Auth Ltr- 2008-Q-10740 (Attach C- Client Auth ltr_ 2008-Q-10740.pdf)
Link: https://www.fbo.gov//utils/view?id=c061944cbd5d004311a4c9c543f96a5f
Bytes: 22.76 Kb
 
File Name: Attachment D - Past Performance - 2008-Q-10740 (Attach D-Past Performance-2008-Q-10740.pdf)
Link: https://www.fbo.gov//utils/view?id=defad90cab6d17c7d96f7d7b4e051a61
Bytes: 177.24 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01626720-W 20080801/080730221646-017d8a9e713ed229d3eb0a7706914629 (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  © 1994-2020, Loren Data Corp.