Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2009 FBO #2857
SOLICITATION NOTICE

J -- DOWNLOAD MODULE SERVICE

Notice Date
9/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV09T0254
 
Response Due
9/23/2009
 
Archive Date
11/22/2009
 
Point of Contact
Brigitte Huffin, 706-787-7722
 
E-Mail Address
Southeast Regional Contracting Office
(Brigitte.Rollins.Huffin@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. The solicitation number is W91YTV-09-T-0254. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. The North American Industry Classification System Code (NAICS) for this procurement is 811219. This requirement is 100% Small Business. The Eisenhower Army Medical Center, Fort Gordon, GA, has a requirement for the following Download and Module Charge Services: 0001 Download Module Service at Eisenhower Army Medical Center, Fort Gordon, GA, for the Base period of 1 October 2009 30 September 2010 0001AA Module Charge (Server, 1 IMS, 1 Interface), 1 EA, Unit Price $________ Total for this CLIN $_________ 0001AB Download Site, Glucose Download sites (Roche Glucose GIS+device), 12 EA, Unit Price $________ Total for this CLIN $_________ 0001AC Contract Manpower Reporting (CMR), 1 EA Unit Price $__________ Total for this CLIN $__________ 0001AD Operator Manuals for Roche Glucose GIS+device, 2 EA, 1 EA Unit Price $__________ Total for this CLIN $__________ Total for the Base Period $_______________________ 1001 Download Module Service at Eisenhower Army Medical Center, Fort Gordon, GA, for the 1st Option Period of 1 October 2010 30 September 2011 1001AA Module Charge (Server, 1 IMS, 1 Interface), 1 EA, Unit Price $________ Total for this CLIN $_________ 1001AB Download Site, Glucose Download sites (Roche Glucose GIS+device), 12 EA, Unit Price $________ Total for this CLIN $_________ 1001AC Contract Manpower Reporting (CMR), 1 EA Unit Price $__________ Total for this CLIN $__________ Total for the 1st Option Period $_______________________ 2001 Download Module Service at Eisenhower Army Medical Center, Fort Gordon, GA, for the 2nd Option Period of 1 October 2011 30 September 2012 2001AA Module Charge (Server, 1 IMS, 1 Interface), 1 EA, Unit Price $________ Total for this CLIN $_________ 2001AB Download Site, Glucose Download sites (Roche Glucose GIS+device), 12 EA, Unit Price $________ Total for this CLIN $_________ 2001AC Contract Manpower Reporting (CMR), 1 EA Unit Price $__________ TOTAL for this CLIN $__________ Total for the 2st Option Period $_______________________ 3001 Download Module Service at Eisenhower Army Medical Center, Fort Gordon, GA, for the 3rd Option Period of 1 October 2012 30 September 2013 3001AA Module Charge (Server, 1 IMS, 1 Interface), 1 EA, Unit Price $________ Total CLIN $_________ 3001AB Download Site, Glucose Download sites (Roche Glucose GIS+device), 12 EA, Unit Price $________ Total CLIN $_________ 3001AC Contract Manpower Reporting (CMR), 1 EA Unit Price $__________ TOTAL CLIN $__________ Total for the 3rd Option Period $_______________________ 4001 Download Module Service at Eisenhower Army Medical Center, Fort Gordon, GA, for the 4th Option Period of 1 October 2013 30 September 2014 4001AA Module Charge (Server, 1 IMS, 1 Interface), 1 EA, Unit Price $________ Total CLIN $_________ 4001AB Download Site, Glucose Download sites (Roche Glucose GIS+device), 12 EA, Unit Price $________ Total CLIN $_________ 4001AC Contract Manpower Reporting (CMR), 1 EA Unit Price $__________ TOTAL CLIN $__________ Total for the 4th Option Period $_______________________ TOTAL PRICE FOR THE BASE AND ALL OPTION PERIODS $_______________. Four one year optionsare included. Please include pricing for all periods. The Government anticipates awarding a single award for this requirement. The services shall be provided at Eisenhower Army Medical Center, Bldg 300, East Hospital Rd., Fort Gordon, GA 30905 starting 1 October 2009. All equipment requiring this service is presently onsite. The followingprovisions and clauses apply to this acquisition. Full text of provisions and clauses may be accessed electronically at the following address: http://www.arnet.gov/far. 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (JUN 2008) 52.212-3 -- OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (FEB 2009) ALTERNATE I (APR 2002). 52.203-3 -- GRATUITIES (APR 1984). 52.204-4 -- PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER (AUG 2000) 52.204-9 -- PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (SEP 2007) (Services). 52.212-4 -- CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (MAR 2009). 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS TO INCLUDE THE CLAUSES OF 52.203-6, 52.219-6, 52.222-21, 52.222-26, 52.239-1 & 52.232-33, 52.222-50 -- COMBATING TRAFFICKING IN PERSONS (FEB 2009) (For OCONUS, Use ALTERNATE I) (AUG 2007), 52.225-13 -- RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008), 52.232-17 -- INTEREST (OCT 2008), 52.232-23 -- ASSIGNMENT OF CLAIMS (JAN 1986), 52.233-3 -- PROTEST AFTER AWARD (AUG 1996), 52.233-4 -- APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004), 52.237-2 -- PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984) (Work on Federal Facility). 52.237-3 -- CONTINUITY OF SERVICES (JAN 1991), 52.242-13 -- BANKRUPTCY (JUL 1995), 252.204-7000 -- DISCLOSURE OF INFORMATION (DEC 1991) 252.232-7003 -- ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) 252.212-7001 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 2009) TO INCLUDE 52.202-1, 252.203-7000, 252-243-7003 & 252.247-7023. 252.212-7000 -- OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JUN 2005). 52.217-8 -- OPTION TO EXTEND SERVICES (NOV 1999) The Government may exercise the option by written notice to the Contractor within 15 days prior to contract expiration. 52.217-9 -- OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) The Government may extend the term of this contract by written notice to the Contractor within 15 days prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. 52.232-18 AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Governments obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. 52.252-1 -- SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) http://farsite.hill.af.mil. 52.252-2 -- CLAUSES INCORPORATED BY REFERENCE (FEB 1998) http://farsite.hill.af.mil. Reporting of Contractor Services and Manpower https://cmra.army.mil Quotes are being requested and a written solicitation will not be issued. All responsible sources should submit quotes to Brigitte Huffin via fax at 706-787-6573 or email: brigitte.rollins.huffin@us.army.mil by 04:30 p.m. EST, September 23, 2009. PERFORMANCE WORK STATEMENT Module Charge and Download Service Department of Laboratory Eisenhower Army Medical Center 1.1 DESCRIPTION OF SERVICES: The vendor will provide a DOD approved application (i.e., B2B agreement already approved) that provides for an electronic link between Point of Care (POC) sites, a central data server, and the Laboratory Information System (i.e., CHCS). The application releases results directly from multiple vendor POC instruments to the RALS server, which validates the data according to predefined criteria. The application generates an electronic order and then transmits and finalizes the results in CHCS. The vendor provides software, server and data ports. 1.2. DEFINITIONS: As used in this clause generally refer to the Code of Federal Regulations (CFR) definition unless a more specific provision exists in DOD 6025.18R. Individual has the same meaning as the term, individual, in 45 CFR 164.501 and 164.103 and shall include a person who qualifies as a personal representative in accordance with 45 CFR 164.502(g). Privacy Rule means the Standards for Privacy of Individually Identifiable Health Information at 45 CFR part 160 and part 164, subparts A and E. Protected Health Information has the same meaning as the term, protected health information in 45 CFR 164.501, limited to the information created or received by The Contractor from or on behalf of The Government. Electronic Protected Health Information has the same meaning as the term, electronic protected health information, in 45 CFR 160.103. Required by Law has the same meaning as the term, required by law, in 45 CFR 164.501 and 164.103. Secretary means the Secretary of the Department of Health and Human Services or his/her designee. Security Rule means the Health Insurance Reform: Security Standards at 45 CFR part 160, 162 and part 164 subpart C. 1. Terms used, but not otherwise defined, in this Agreement shall have the same meaning as those terms in 45 CFR 160.103, 164.501 and 164.304. 2. The Contractor agrees to not use or further disclose Protected Health Information other than as permitted or required by the Contract or as Required by Law. a. The Contractor agrees to use appropriate safeguards to prevent use or disclosure of the Protected Health Information other than as provided for by this Contract. b. The Contractor agrees to use administrative, physical, and technical safeguards that reasonably and appropriately protect the confidentiality, integrity, and availability of the electronic protected health information that it creates, receives, maintains, or transmits in the execution of this Contract. c. The Contractor agrees to mitigate, to the extent practicable, any harmful effect that is known to the Contractor of a use or disclosure of Protected Health Information by the Contractor in violation of the requirements of this Contract. d. The Contractor agrees to report to the Government any security incident involving protected health information of which it becomes aware. e. The Contractor agrees to report to the Government any use or disclosure of the Protected Health Information not provided for by this Contract of which the Contractor becomes aware of. f. The Contractor agrees to ensure that any agent, including a subcontractor, to whom it provides Protected Health Information received from, or created or received by the Contractor on behalf of the Government, agrees to the same restrictions and conditions that apply through this Contract to the Contractor with respect to such information. g. The Contractor agrees to ensure that any agent, including a subcontractor, to whom it provides electronic Protected Health Information, agrees to implement reasonable and appropriate safeguards to protect it h. The Contractor agrees to provide access, at the request of the Government, and in the time and manner designated by the Government to Protected Health Information in a Designated Record Set, to the Government or, as directed by the Government, to an Individual in order to meet the requirements under 45 CFR 164.524. i. The Contractor agrees to make any amendment(s) to Protected Health Information in a Designated Record Set that the Government directs or agrees to pursuant to 45 CFR 164.526 at the request of the Government or an Individual, and in the time and manner designated by the Government. j. The Contractor agrees to make internal practices, books, and records relating to the use and disclosure of Protected Health Information received from, or created or received by the Contractor on behalf of, the Government, available to the Government, or at the request of the Government to the Secretary, in a time and manner designated by the Government or the Secretary, for purposes of the Secretary determining the Governments compliance with the Privacy Rule. k. The Contractor agrees to document such disclosures of Protected Health Information and information related to such disclosures as would be required for the Government to respond to a request by an Individual for an accounting of disclosures of Protected Health Information in accordance with 45 CFR 164.528. l. The Contractor agrees to provide to the Government or an Individual, in time and manner designated by the Government, information collected in accordance with this Clause of the Contract, to permit the Government to respond to a request by an Individual for an accounting of disclosures of Protected Health Information in accordance with 45 CFR 164.528. 1.3. ABBREVIATIONS: Reserved 1.4. HOURS OF PERFORMANCE: 1.4.1. Normal Hours/Duty Hours: Mon thru Fri 8:30am until 5:30pm EST. 1.4.2. Overtime Hours: Can be reached within 30 mins outside of normal duty hours. 1.4.2. Weekend and Holiday Hours: Can be reached within 30 mins outside of normal duty hours. 1.5. RESPONSE/PERFORMANCE TIME STANDARDS: Vendor is responsible for maintaining all hardware, equipment and software applications in a fully operational status. During normal duty hours vendor provides immediate telephonic/remote-access technical support. During off-duty hours responds to technical support requests within 30 minutes via on-call technicians. In the event of hardware or equipment failure provides replacement parts within 24 - 48 hours. Vendor also provides all software updates as they become available at no additional cost to the government. 1.6. TECHNICAL DATA AVAILABILITY: The data management program/system must be able to: 1)Provide linearity reports by testing site. 2)Provide detailed statistical summaries to include Standard Deviation, Coefficient of Variation (CV) % for specified time periods according to testing site. 3)Edit QC reports by testing site. 4)Allow the user to edit/customize quality control reports by testing site. 5)Ability to program for reference, critical ranges according to patient population and testing site. 6)Handle re-certification criteria to include successfully passing a quiz, running low or high controls or any combination of all three. 7)Ability to automatically permit competency assessed individuals to perform testing if acceptable QC is on record. 8)Must provide support for all testing sites to include data ports to support each instrument. 9)Transfer results to CHCS for any supported device or other test entry. 10)Use comment codes for certification purposes prior to transfer to CHCS 1.7. REPLACEMENT AND REPAIR PARTS: Vendor will replace all hardware and equipment that are defective or inoperable. 2. CONTRACTOR RESPONSIBILITY: Refer to #5 Security Clearances 3. ADMINISTRATIVE CONTROL: IT POC - Robert Turner 706-787-2587 Laboratory POC Carlette Franklin 706-787-2768 4. TOTAL LABOR AND TRAVEL COSTS: N/A (Technical support is provided through remote access to server and application). 5. SECURITY CONTROL: A. Security Clearances 1. Personnel to be assigned to an Automated Data Processing (ADP)/IT position must undergo a successful security screening before being provided access to DoD information technology resources. Prior to an employee being granted interim access to DoD sensitive information, WAMC must receive notification that the Office of Personnel Management (OPM) has scheduled the employee's investigation. This requirement must be met by contractors, subcontractors and other who have access to information systems containing information protected by the Privacy Act of 1974 and protected health information under Health Insurance Portability and Accountability Act (HIPPA). Background checks are required for all ADP/IT personnel who receive, store, display, or transit sensitive information. Employees must have at a minimum an ADP Sensitivity Designation of Level II to access the DoD Network. 2. All contractors that use the DoD gateways to access government systems must submit a DISA Form 41 or equivalent in accordance with Contracting Officer guidance. In addition, Form 41s are required for each system administrator responsible for each host-to-host interface. Contractors shall complete and submit to TMA one Form 41 for their organization, attached to which shall be a listing of those individuals for whom background checks have been completed, submitted to the OPM, and acknowledgements have been received from OPM that the applications are complete and are pending action by OPM. The request must clearly delineate the ports and protocols used for each Internet Protocol (IP) address. The contractor shall complete the form and submit to the government for final processing. 3. All costs for the background investigations are the responsibility of the contractor. B. Business to Business (B2B) Partners and 3rd Party Vendors 1. General Security Requirements. The Contractor shall establish appropriate administrative, technical, and physical safeguards to protect any and all Government data, to ensure the confidentiality, integrity, and availability of government data. As a minimum, this shall include provisions for personnel security, electronic security and physical security as listed in the sections that follow. 2. Personnel Security.1.10.4.2.1The contractor shall comply with DoD Directive 8500.1, Information Assurance (IA), DoD Instruction 8500.2, Information Assurance (IA) Implementation, DoD Directive 5400.11, DoD Privacy Program, DoD 6025.18-R, DoD Health Information Privacy Regulation, DoD 5200.2-R, Personnel Security Program Requirements. AR25-1, Army Knowledge Management and Information Technology, AR25-2 Information Assurance. And local regulations as deemed appropriate by the activity Information Assurance personnel. (a) Contractor responsibilities for ensuring personnel security include, but are not limited to, meeting the following requirements: (b) Follow the Army guidelines for submittal of Automated Data Processor/Information Technology (ADP/IT) background investigations and ensure all contractor personnel are designated as ADP/IT-I, ADP/IT-II, or ADP/IT-III where their duties meet the criteria of the position sensitivity designations outlined in AR25-2. (c) Initiate, maintain, and document personnel security investigations appropriate to the individuals responsibilities and required access to Information Systems within the logical boundaries of the facility LAN. (d) Immediately report to the Eisenhower Army Medical Center and deny access to any automated information system (AIS), network, or information if a contractor employee filling a sensitive position receives an unfavorable adjudication, if information that would result in an unfavorable adjudication becomes available, or if directed to do so by the appropriate government representative for any reason. (e) Ensure that all contractor personnel receive information assurance (IA) training before being granted access to DoD AISs/networks and information. C. Electronic Security. (a) Contractor Information Systems (IS)/networks that are involved in the operation of systems in support of Eisenhower Army Medical Center shall operate in accordance with controlling laws, regulations, DoD, Army, and local policy. (b) Certification & Accreditation (C&A) requirements apply to all DoD and contractors IS/networks that receive, process, display, store or transmit DoD information. The contractor shall comply with the C&A process for safeguarding IS. Certification is the determination of the appropriate level of protection required for IS/networks. Certification also includes a comprehensive evaluation of the technical and non-technical security features and countermeasures required for each system/network. (c) Accreditation is the formal approval by the government to operate the contractors IS/networks in a particular security mode using a prescribed set of safeguards at an acceptable level of risk. In addition, accreditation allows IS/networks to operate within the given operational environment with stated interconnections; and with appropriate level of protection for the specified period. (d) The contractor shall comply with C&A requirements, as specified by the government that meet appropriate DoD Information Assurance requirements. The C&A requirements shall be met before the contractors system is authorized to access DoD data or interconnect with any DoD IS/network that receives, processes, stores, displays or transmits DoD data. The contractor shall ensure the proper contractor support staff is available to participate in all phases of the C&A process. They include, but are not limited to: "Attending and supporting C&A meetings with the government "Supporting/conducting the vulnerability mitigation process "Supporting the C&A Team during system security testing (e) Contractors must confirm that there is/networks are locked down prior to initiating testing. (f) Conformation of system lock down shall be agreed upon during the definition of the C&A boundary and be signed and documented as part of the System Security Authorization Agreement (SSAA) (g) Locking down the system means that there shall be no changes made to the configuration of the system (within the C&A boundary) during the C&A process (h) Any re-configuration or change in the system during the C&A testing process will require a re-base lining of the system and documentation of system changes. (i) Information Assurance (IA) mitigation strategies include security updates, service packs, and changes to operating procedures as physical and cyber vulnerabilities are detected. Operating system, routers, servers, development platforms and the application being delivered to the government shall be in compliance with all known applicable Department of Defense Computer Emergency Response Team (DoD-CERT) Alert, Bulletin, and Technical Advisory Notices published during the past 36 months. (j) Disposing of Electronic Media. Vendors shall follow the DoD standards, procedures, and use approved products to dispose of unclassified hard drives and other electronic media, as appropriate, in accordance with DoD Memorandum Disposition of Unclassified Computer Hard Drives, June 4, 2001. Vendors are required to also follow DoD guidance on sanitization of other internal and external media components in DODI 8500.2 Information Assurance (IA) Implementation, 6 Feb 2003 (see PECS-1 in enclosure 4 Attachment 5) and DoD 5220.22-M Industrial Security Program Operating Manual (NISPOM), (Chapter 8). (k) Information Assurance Vulnerability Management (IAVM) The contractor shall implement an information assurance vulnerability management program for all AIS and corresponding subnets that are connected to or intermittently connect to Army networks. The program shall meet the scope and intent of AR25-2 and (Insert MTF Name) IA policies to provide protection against known threats and vulnerabilities. Compliance with Army IAVM alerts and bulleting is required for these systems, and shall be completed within the specified timeframe. D. Information Systems (IS)/Networks Physical Security. The contractor shall employ physical security safeguards for IS/Networks involved in processing or storage of Government Data to prevent the unauthorized access, disclosure, modification, destruction, use, etc., and to otherwise protect the confidentiality and ensure use conforms with DoD regulations. In addition, the contractor will support a Physical Security Audit performed by the Government of the contractor's internal information management infrastructure. The MHS Physical Security Audit Matrix is available at: http://www.tricare.osd.mil/tmis_new/Policy/PSA_Matrix_%20012304%200930%20clean%20version.xls. The contractor shall correct any deficiencies identified by the Government of the contractor's physical security posture. ATTACHMENT 1 PERFORMANCE REQUIREMENTS SUMMARY REQUIRED SERVICE Provide technical support PARAGRAPH NUMBER PWS 1.5 STANDARD Provide immediate technical support in order to ensure equipment, hardware, and software in an operational status MAXIUM ALLOWABLE DEGREE OF DEVIATION FROM REQUIREMENT -Normal Duty Hours immediate response -Non-duty hours responds within 30 minutes of notification METHOD OF SURVELLIANCE Observation by COR THE PROPORTION OF REQUIRED SERVICE TO TOTAL CONTRACT PRICE N/A REQUIRED SERVICE Provide equipment and hardware support PARAGRAPH NUMBER PWS 1.5 STANDARD Ensure all equipment and hardware are maintained in a fully operational status MAXIUM ALLOWABLE DEGREE OF DEVIATION FROM REQUIREMENT -Replace any deficient parts within 24-48 hours ensuring full operational status achieved no later than 72 hours from notification METHOD OF SURVELLIANCE Observation by COR THE PROPORTION OF REQUIRED SERVICE TO TOTAL CONTRACT PRICE N/A
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV09T0254/listing.html)
 
Place of Performance
Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
Zip Code: 30905-5650
 
Record
SN01960965-W 20090920/090919000336-9350336ac2ddbe2bdc996946ff7a7c41 (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.