Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2011 FBO #3518
SOLICITATION NOTICE

70 -- Trale Backpack

Notice Date
7/11/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
FM442711180128-TRALEBACKPACK
 
Archive Date
7/30/2011
 
Point of Contact
Kevin D. Flores, Phone: 7074247773, Josephine G Cobb, Phone: (707) 424-7720
 
E-Mail Address
kevin.flores.3@us.af.mil, josephine.cobb@us.af.mil
(kevin.flores.3@us.af.mil, josephine.cobb@us.af.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 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 FM442711180128; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52 effective 31 May 2011; Defense DPN 20110608 effective 08 Jun 2011, and AFAC 2011-0421 effective 21 Apr 2010. This acquisition is set-aside for small business; The North American Industry Classification System (NAICS) code is 334510 The business size standard is 500 employees. The Federal Supply Class (FSC) is 7010. The Standard Industrial Classification (SIC) is 3845. Travis AFB has a requirement for TRALE Backpack, information/education data management system, or equal 0001-AA : TRALE BACKPACK INFORMATION SYSTEM, DATA MANAGEMENT, PATIENT EDUCATION or equal. -or equal must contain the following characteristics. a stand-alone, easily portable health risk appraisal system that allow people's perspectives on their health and health risk behaviors to be collated, analyzed and converted into tailored health promotion advice without adding to the workload of primary care providers. The system should be carried via a backpack; it must be a standalone tool designed to be used in settings such as health fairs, shopping centers, and pharmacies. The stand alone system must include a laptop computer preconfigured with software that allows for the specific data collection outlined below, and a scanner for reading the scorecards. The system components are outlined below. It must use a scorecard that includes a comprehensive set of questions for health risk appraisal. Areas covered must include * Tobacco use * Nutrition * Physical activity * Alcohol use * Vehicle safety * Stress and depression * Health history * Men's or women's health * Biometric measures (e.g. height, weight, blood pressure, cholesterol) The scorecard must also include questions on stages of readiness to change, which can help in targeting risk management or disease prevention measure to those most willing to change their behavior. There must be the capability to scan the scorecard into the Backpack, allowing individuals to receive a Personal Wellness Report within minutes in both a long and short version. The long report must have the following: * 9-20 pages long * contains individual's overall wellness score and a comprehensive assessment of risk in a number of categories * identifies highest risk areas * describes steps that can be taken to reduce risks * includes personal goal diary The short report must have the following: * 4 pages long * contains individual's overall wellness score and summary assessment of risk in several categories * includes personal goal diary * ideal for use when assessing a large number of individuals, such as health fairs, shopping centers, etc. The backpack unit must also provide comparison reports showing an individual's progress over a period of time. Aggregate and Executive Summary Reports must also be available with the Backpack system. The Executive Summary Report must provide an overview of health risks in an assessed population, and focus on the top five risk areas, while the Aggregate Summary Report must contain the overall raw numbers and percentages. The data gathered by the Backpack system should have the capability to be uploaded to a data center and combined with data gathered via an online application. This aggregate data should have the capability to be accessed securely via the Internet in order to generate combined aggregate reports. QTY: 2 Ea Award shall be made in the aggregate, all or none. IAW FAR6.302-1, all responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the items offered to meet the Government requirement IAW CLIN0001; (ii) price; FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items; FAR 52.222-3 Convict Labor; FAR 52.233-3 Protest after award; FAR 52.233-4 Applicable Law for Breach of Contracts; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-50 Combating Trafficking in Persons; DFARS 252.225-7001 Buy American Act and Balance of Payment Programs; DFARS 252.225-7002 Qualifying country sources as subcontractors; DFARS 252.204-7003 Control of Government Personnel Work Products; DFARS 252.204-7010 Levies on Contract Payments; DFARS 252-232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III; FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive rders-Commercial Items (Deviation); FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil; FAR 52.252-6 Authorized Deviation in Clauses, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2; DFARS 252.204-7006 Billing Instructions; DFARS 252.212-7001 Contract Terms and Conditions (Deviation); AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance; AFFARS 5352.201-9101 Ombudsman. FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards; Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any questions to kevin.flores.3@us.af.mil NO LATER THAN 13 June 2011, 08:30 AM, PST and offers NO LATER THAN 15 June, 09:00 AM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. Point of contact is SSgt Kevin D. Flores, Contract Specialist, telephone 707-424-7773. Alternate POC is Mrs Josephine Cobb, Contracting Officer, telephone 707-424-7720.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/FM442711180128-TRALEBACKPACK/listing.html)
 
Place of Performance
Address: Travis AFB, Ca, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02494476-W 20110713/110711234253-432957651a58eaa51a7e85360187a7a1 (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.