Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2009 FBO #2701
SOLICITATION NOTICE

R -- Train Voice Recognition Software - SOW

Notice Date
4/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561410 — Document Preparation Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
NIHCL2009030
 
Point of Contact
Ann G Argaman,, Phone: (301) 594-5919
 
E-Mail Address
ann.argaman@nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment No. 17-System Record of Notice 09-25-0099 Attachment No. 16-Interagency Security agreement Attachment No. 15-Build Sheet Attachment No. 14-Proposal packaging and Delivery Instructions Attachment No. 13-Proposal preparation instructions Attachment No. 12-Government furnished property Attachment No. 11-Past Performance Questionnaire Attachment No. 10-Area Wage Determination Attachment No 9-Key Personnel Provisions Attachment No. 8-Estimated levels of effort for base period and option period 1 Attachment No. 7-Technical evaluation criteria Attachment No. 6-Invoicing Instructions Attachment No. 5-Information Security Provisions Attachment No. 4-Section B pricing Attachment No. 3 SF 1449 Attachment No. 2 Task order No. 1 Statement of Work The Clinical Center at the National Institutes of Health has a requirement for a contractor to provide services to train the newly incorporated back end speech recognition system (which will be incorporated into its existing dictation/transcription processes) in order to produce highly accurate and complete medical reports and letters The purpose of the procurement is to obtain such training services including editing of all speech-recognized reports/letters. This a combined synopsis/solicitation for commercial items and services, prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This solicitation No. RFP-NIHCL20090030 includes all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-32. This requirement is a total small business set-aside. The applicable North American Industrial Classification Code is 561410 and the size standard is $5.0 million dollars. The Government anticipates award of an indefinite delivery requirements task order contract for a base period of four months plus one six-month option period available for unilateral exercise by the Government. The detailed Statement of Work can be found in Attachment No.1 to this synopsis. Offerors are requested to provide a detailed technical and cost proposal for the proposed contract. In addition the first proposed Task Order is Attachment No. 2 to this synopsis and a separate cost proposal should be provided for this task order. See the Proposal Preparation Instructions- Attachment No. 13 and the additional proposal preparation instructions below. Note: The Build sheet (Attachment No. 15) and the Interagency Security Agreement (Attachment No. 16) are furnished for informational purposes only and are only to be completed if the vendor is awarded the contract. Please refer to the following attachments which delineate the Government's requirements for this procurement: Attachment No. 1- SOW Attachment No. 2- Task Order No. 1 Attachment No. 3- SF1449 Attachment No. 4 - Section B-Pricing Information Attachment No.5 - Security Provisions Attachment No. 6- Invoicing Instructions Attachment No. 7- Technical and Cost Evaluation Criteria Attachment No. 8- Estimated Level of Effort for base Period and Option Period 1 Attachment No. 9-Key Personnel Provisions Attachment No. 10 Area Wage Determination 05-2104 Rev. 8 Attachment No. 11-Past Performance Questionnaire Attachment No. 12-Listing of Government Furnished Property Attachment No. 13- Proposal Preparation Instructions Attachment No. 14-Proposal Packaging and Delivery Instructions Attachment No. 15- Build Sheet Attachment No. 16- Interagency Security Agreement Attachment No. 17- System Record of Notice 09-25-0099 PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition. FAR 52.212-1 Instruction to Offerors/Commercial Items (see Attachment No. 4 for additional proposal preparation Insturctions) (June 2008) FAR 52.212-2 Evaluation- Commercial Items;(Jan 1999) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; (Feb 2009) FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2008) FAR 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial items ( Feb 2009) FAR 52.216-18 ORDERING (Oct 1995) FAR 52.216-19 ORDER LIMITATIONS (Oct 1995) FAR 52.216-21 REQUIREMENTS (Oct 1995) FAR 52.217-5 EVALUATION OF OPTIONS (July 1990) FAR 52.217-8 OPTION TO EXTEND SERVICES (Nov 1999) FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (Mar 2000) FAR 52.227-14 RIGHTS IN DATA- General(Dec 2007) FAR 52.228-5 INSURANCE-WORK ON A GOVERNMENT INSTALLATION (JAN 1997) FAR 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (Apr 1984) FAR 52.245-1 GOVERNMENT PROPERTY (JUNE 2007) The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; FAR 52.219-6 Notice of Total Small Business Set-Side (Jun 2003) FAR 52.219-28 Post Award Small Business Program Representation (Jun 2007) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-19 Child Labor- Corporation with Authorities and Remedies (Feb 2008) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (Mar 2007) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) FAR 52.222-37 Employment Reports of Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) FAR 52.222-41 Service Contract Act of 1965, (Nov 2007) FAR 52.222-42- Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage-Fringe Benefits Medical Transcriptionist $19.62 (End of clause) FAR 52.222-43-Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (May 1989) FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (Oct 2003) Full text copies of the representations and certifications for the other cited provisions and clauses may be obtained on line at the NCI website at http://amb.nci.nih.gov or from Ann Argaman, Contract Specialist at aargaman@cc.nih.gov. ADDITIONAL PROPOSAL INSTRUCTIONS: The Government anticipates award of an indefinite delivery requirements task order contract. Offerors should submit an original proposal and 4 copies each of a technical and cost proposal for the contract. Also, 4 copies of a cost proposal for the first task order. Offerors must also complete FAR 52.212-3 Offeror Representation and Certifications provide a copy of the valid certifications registrations of the offeror's Central Contractor Registrations (CCR) and Online Representation and Certifications Applications (ORCA). Proposals must be received by 2:00 p. m. on May 8, 2009. The address for delivery of the proposals is: National Institutes of Health, Office of Purchasing and Contracts, Clinical Center, 6707 Democracy Boulevard, Suite 106, Bethesda, Maryland 20892, Attention: Ann Argaman. Please note that questions must be submitted in writing (e-mail is acceptable (aargaman@cc.nih.gov) to Ann Argaman at the following address: National Institutes of Health, Clinical Center, Office of Purchasing and Contracts, 6707 Democracy Boulevard, Suite 106, Bethesda, Maryland 20892. No questions will be accepted May 1, 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6bd7517a8652f0642e65efcc4d88f2c7&tab=core&_cview=1)
 
Place of Performance
Address: Clinical Center Medical Records Department, Building 10, Room B1n208, 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01796224-W 20090419/090417220800-6bd7517a8652f0642e65efcc4d88f2c7 (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.