Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
MODIFICATION

R -- Measurement of Clinical Transactions through Electronic Health Records - Amendment 1

Notice Date
8/18/2010
 
Notice Type
Modification/Amendment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
ONC-TRANS2010
 
Point of Contact
Anthony Foster, Phone: 301-443-3415, Rosanna Browning, Phone: 301-443-6931
 
E-Mail Address
anthony.foster@psc.hhs.gov, rosanna.browning@psc.hhs.gov
(anthony.foster@psc.hhs.gov, rosanna.browning@psc.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Amendment-0001 Answer to questions in response to solicitation. THIS IS A COMBINED SYNOPSIS/SOLICITATION NOTICE FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR 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 ONC-TRANS2010. The solicitation is issued as a Request for Proposal (RFQ) This acquisition is being conducted under the procedures in accordance with FAR 13.3. Simplified Acquisitions Methods, and FAR Part 13.5 This resultant purchase order will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-43. The total contracted dollar amount will not exceed $5 million. The acquisition is being conducted as an unrestricted competitive requirement. The corresponding NAICS code is 541690 and the small business size standard is $6.5 million. List of contract line item number(s) and items, quantities and units of measure, (N/A) (vi) Description of Requirements – The Program Support Center )PSC), on behalf of the Office of the National Coordinator for Health IT (ONC) intends award a fixed priced purchase order for the services as detailed in the attached Statement of Work. It is anticipated that a fixed price type contract will be awarded Delivery and all services are to be provided in accordance with the statement of worlk. A Statement that the following provisions applies to this acquisition: FAR 52.204-9 -Personal Identity Verification of Contractor Personnel (Sept 2007) FAR- 52-204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) FAR 52.204-11 American Recovery and Reinvestment Act—Reporting Requirements, (Jul 2010) FAR 52.212-1, Instructions to Offerors – Commercial Items The provision at FAR 52.212-2, Evaluation – Commercial Items, applies to this acquisition. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at www.ccr.gov/ prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchase agreement resulting from this solicitation. NOTE: lack of registration in the CCR will make an offeror ineligible for award. Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items, with its offer or acknowledge its listing in Online Representations and Certifications Application (ORCA). The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. (xii) The clauses at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, Alternate II, applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.); (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note); (5) 52.204-11, American Recovery and Reinvestment Act—Reporting Requirements (Jul 2010) (Pub. L. 111-5); (9)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644); (19) 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)); (20) 52.222-3, Convict Labor (June 2003) (E.O. 11755); (21) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126); (22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (23) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); (24) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); (25) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); (26) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); (39) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Sole Source justification: This acquisition is conducted under the authority of 41 U.S.C 253(c)(1) as set forth in FAR 6.302-1(c), only one responsible source and no other supplies or services will satisfy agency requirements. The US Department of Health and Human Services, Program Support Center, on behalf of the Office of the National Coordinator for Health IT (ONC), intends to award a purchase order to Surescripts is uniquely qualified to provide high quality data on current adoption of electronic prescribing technology for nationwide data (all 56 states and territories) that reflects the transaction of electronic prescribing. Surescripts is the only known source that offers the specific services using its pre-packaged product that is commercially available to general public and, as per FAR, is used by non-government agencies (physicians, pharmacies, payers, hospitals, electronic, technology vendors, educational institutions and others). As a result, Surescripts is uniquely qualified to provide high quality data on current adoption of electronic prescribing technology, which as evidence shows, can facilitate quality improvement and cost savings in health care. Surescripts is familiar with the unique and challenges of measuring how current adoption levels are critical to government efforts to accelerate the use of electronic prescribing and other health information technology, and as a result, critical to realizing broader quality improvements and cost savings. DPAS – (N/A) Interested vendors capable of furnishing the government with the services specified in this synopsis should submit their quotation to the below address. Offers and related materials must be received by 2:00 p.m. EST on August 30, 2010. Facsimile submissions are not authorized and phone calls will not be accepted. Please reference the solicitation number: ONC-TRANS2010. Submit offers electronically to PSCacquisition@psc.gov in either MS Word or Adobe Portable Document Format. (Note: In the subject line, reference Attention: Anthony Foster and Solicitation ONC-TRANS2010) All offers must be received by the specified due date and time in order to be considered. Any inquiries regarding the solicitation must be mailed electronically to Mr. Anthony Foster, Contract Specialist, at Anthony.Foster@psc.hhs.gov, with “ONC-TRANS2010-Inquiries” in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/ONC-TRANS2010/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN02245104-W 20100820/100818235205-f3b292cff338becbf5a5b99fda176451 (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.