Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2010 FBO #3018
MODIFICATION

D -- Prescription Data Technical Support Services

Notice Date
2/26/2010
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2010-N-11969
 
Archive Date
3/27/2010
 
Point of Contact
Lawrence R. McCoy, Phone: 770-488-2087, Vivian S Hubbs, Phone: (770) 488-2647
 
E-Mail Address
lmccoy1@cdc.gov, vhubbs@cdc.gov
(lmccoy1@cdc.gov, vhubbs@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
The Centers for Disease Control and Prevention (CDC) has a need to analyze antiviral prescription data on a real-time basis to enhance influenza early detection and surveillance through access to a real-time pharmacy prescription claims processing network capable of the following: a. Delivery of a file containing CDC identified antiviral prescription data every 4 hours, 7 days a week, 365 days a year from time of dispense.. b. Real-time access to antiviral prescription data from a minimum of 30,000 pharmacies within the United States. c. Real-time collection and delivery of a minimum of 400,000 antiviral prescriptions on a daily basis. d. Each file generated must be validated against CDC's identified drug target list and formatted for delivery to PHINMS. The PHINMS (Public Health Information Network Messaging System) is the system which securely sends and receives encrypted data over the Internet to public health information systems using Electronic Business Extensible Markup Language (ebXML) technology. e. Transport protocol from vendor to CDC shall be by File Transfer Protocol (FTP) to the PHINMS server every 4 hours, seven days a week, 365-days a year. The following requirement is for the National Center for Public Health Informatics, Division of Emergency Preparedness and Response, Centers for Disease Control and Prevention (CDC). This solicitation is issued by Department Of Health And Human Services, Center For Disease Control And Prevention, Procurement And Grants Office (Atlanta) and this announcement constitutes the solicitation. The solicitation is issued as Request For Proposal (RFP) 2010-N-11969 and offers must be submitted in writing (oral offers will not be accepted) by email. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). 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. EVALUATION CRITERIA: A firm fixed price purchase order will be awarded to the offeror whose proposal is considered to be the most advantageous to the Government, costs and other factors considered. During the evaluation process the technical factors will be treated as significantly more important than cost or price. The Government will consider making an award at a significantly higher overall cost to the Government to achieve superior performance. The Government will perform a technical review of proposals in accordance with the following criteria: Points or relativeCriteria Value of Criteria Technical Approach and Understanding of the Requirements _______30______ Feasibility of Successful Completion _______30______ Contractor Capabilities/Experience _______40______ Technical Approach and Understanding of the Requirements (30 Points) Provide a detailed and comprehensive statement of the scope and purpose of the project to demonstrate complete understanding of the intent and requirements of the contract and potential problems which may be encountered. The proposed approach must ensure the achievement of timely and acceptable performance and will include a milestone to illustrate a logical sequence of proposed events. Discuss the plan and solutions for overcoming difficulties involved with performing the work requirements. Feasibility of Successful Completion of Requirement (30 Points) Describe the feasibility of successfully completing this task. Include a statement and discussion of anticipated difficulties and problem areas and recommended approaches for their resolution. Contractor Capabilities (40 Points) Describe contractor's commitment, qualifications and resources to complete the tasks specified in the Statement of Work. Document recent successful experience in completing similar or related work that is comparable in technical complexity. The following Provisions and Clauses are incorporated and shall remain in full force in any resulting purchase order: FAR Part 52.212-1 Instruction to Offerors - Commercial Items (JUN 2008), FAR 52.212-2 Evaluation of Commercial Items (JAN 1999), FAR 52.212-3 Offeror Representations and Certification-Commercial Items (JUL 2009), FAR 52.212-4 Contract Terms and Conditions - Commercial Items (MAR 2009), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2009) (specifically the following clauses cited in FAR 52.212-5 are applicable to this solicitation); FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 222.21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52-222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration and FAR 52.247-34. This is not a small business set-aside in accordance with the latest quarterly adjustment under the Small Business Competitiveness Demonstration Program. The NAICS code is 541990, SIC: 7375. The size standard is $7.0 million. The estimated price range is between $100,000 and $250,000. Offerors response must be submitted in two parts: a Technical, and a Business proposal. Each part shall be separate and complete in itself so that evaluation of one part may be accomplished independently of the other. Your proposal will reflect the actual costs that will accrue if this work were to be awarded to you. Questions regarding this solicitation will be entertained and must be submitted electronically to lmccoy1@cdc.gov not later than March 3, 2010 by 12:00 noon Eastern Standard Time; questions received after the deadline will not be entertained. A copy of all received questions and answers will be compiled and distributed to all offerors by March 5, 2010. Your proposal must be by emailed by no later than March 12, 2010, P.M. Eastern Standard Time. A firm-fixed price contract will be issued, with a performance period of one year from award. The anticipated award date is April 1, 2010. It is incumbent upon the interested parties to review this site for any updates / amendments. Note; Registration with the Central Contractor Registration (CCR) HTTP://WWW.CCR.GOV is required in order to be eligible for award. CCR registration requires applicants to have a DUNS number which can be obtained free of charge from Dun and Bradstreet at (800) 333-0505. OFFERORS SHALL INCLUDE A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, WITH YOUR PROPOSAL. The best way to complete this certification is to download the FULL TEXT of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at http://www.arnet.gov/far, print out the clause 52.212-3, Offeror Representation and Certification - Commercial Items (JUL 2009), and fill in the appropriate blanks. Responses should be emailed to LMcCoy1@cdc.gov no later than Friday, March 12, 2010 by 2:00 P.M. Eastern Standard Time. Submission should be emailed as either a.pdf or MS office attachment. Submissions should be on company letterhead and include company's name, point of contact, address, phone number, fax number, DUNS Number, and Solicitation Number 2010-N-11969. Offers will not be accepted by facsimile. All quotes must be clearly marked on the subject line of the e-mail (Ref: 2010-N-11969). All responsible sources that can meet the above requirements may submit a RFP, which may be considered by the Agency. For questions contact Lawrence R. McCoy via e-mail at LMcCoy1@cdc.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2010-N-11969/listing.html)
 
Place of Performance
Address: National Center for Public Health Informatics, BioSense Group, Division of Emergency Preparedness and Response, 2400 Century Center, Atlanta, Georgia, 30329, United States
Zip Code: 30329
 
Record
SN02077424-W 20100228/100226235034-ac0515d40dcc2e098192a8582fc9b6f0 (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.