Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2011 FBO #3521
DOCUMENT

D -- Expanding an exisitng mental health software tool (Collaborative Mental Health Management Enhanced Dashboard) - Attachment

Notice Date
7/14/2011
 
Notice Type
Attachment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Palo Alto Health Care System (90/CCA);3801 Miranda Ave;Palo Alto CA 94304-1207
 
ZIP Code
94304-1207
 
Solicitation Number
VA26111RP0595
 
Response Due
7/25/2011
 
Archive Date
8/24/2011
 
Point of Contact
Helena.zhao@va.gov
 
E-Mail Address
Contracting Officer
(helena.zhao@va.gov)
 
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 VA-261-11-RP-0595 and is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 and Veterans Administration Acquisition Regulation (VAAR) dated 7 Jan 2010. Only emailed requests received directly from the requester are acceptable. This solicitation is set-aside 100% for Small Business. The North American Industrial Classification System (NAICS) code is 541512 and the small business size standard is $25 million. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 and Veterans Administration Acquisition Regulation (VAAR) dated 7 Jan 2010. Only emailed requests received directly from the requester are acceptable. The contract requirement (Statement of Work) for this procurement are outlined in Attachment One - SOW dated May 2, 1011, see Attachment One for all applicable contract requirements. Offerors responding to this announcement shall submit their proposal in accordance with FAR 52.212-1 below and offerors will be evaluated in accordance with FAR52.212-2. Submission of proposal shall include all information required in the RFP provided. Note: Prospective offerors are required to submit three separate proposals, one technical proposal, one past performance proposals and one price proposals. If all three proposals are not received, it may result in rejection or elimination of your proposal, and will not be considered for award. All questions shall be submitted in writing to Helena.zhao@va.gov no later than July 19, 2011 at 10:00AM PST. Only electronic offers will be accepted. RFP is due to Helena.zhao@va.gov 8:00AM Pacific Standard Time, July 25, 2011. The list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLINDescriptionPrice 0001Task 1 - Program Administrator Reports View$ 0002Task 2 - Tool to Extract Additional Data$ 0003Task 3 - Progress Note Data Extraction$ 0004Task 4 - Implement Analysis Algorithms and Program Administrator Report$ 0005Task 5 - Commend Improvements$ 0006Task 6 - Testing and Maintenance$ 0007Task 7- Business Management$ GRAND TOTAL: $ Please provide cost break down for each of task which includes but not limited to labor category, hourly rate and the total number of hours will be needed. SOLICITATION PROVISIONS/CONTRACT CLAUSES: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) For the purpose of this clause, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively. FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) For the purpose of this provision, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (May 2011): Offerors must return this provision with their proposal. They may either (1)complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://orca.bpn.gov/login.aspx. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jun 2010). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (May 2011) For the purposes of this clause items (b) 1, 6,9,11,13,15,21, 25, 27, 29, 31, 36, 40, 46 and 48, (c) 1 and 4 are considered checked and apply FAR 52.216-1 Type of Contract (APR 1984) FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (May 1999) VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) VAAR 852.233-71 Alternate Protest Procedure (JAN 1998) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) VAAR 852.273-75 Security Requirement for Unclassified Information Technology Resources (Interim-Oct 2008) VAAR 852.273-76 Electronic Invoice Submission (Interim-October 2008) FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code for this acquisition is 541512 and the small business size standard is $25 Million. (b) Period for acceptance of offers: The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (c) Submission of offers: Only electronic copy will be accepted. (1) Electronic Submissions: Offerors can email their proposals to Helena.zhao@va.gov and must have the solicitation number indicated in the Subject line. Files must be readable using Microsoft Office 2007: Word, Excel, PowerPoint, or Access. Files in Adobe* PDF Files - when scanning documents, scanner resolution should be set at least 200 dots per inch (dpi). Note that zip files are not acceptable. (2) Follow the proposal preparation instructions as given in the solicitation and prepare your response and supporting documents. Offerors must be registered in the Central Contractor Registry (CCR) and have a DUNS number. (Duns & Bradstreet) (3) Timeliness. Make note of the solicitation closing date and time listed on the first page of the solicitation. (d) Instructions for Preparation and Submission of Proposals Proposal Format and Content - Offers without the specific minimum content or not in the specified format may be judged unacceptable. The offer must have a title page identifying the offeror, the solicitation number and the contents as outlined below. To insure timely and equitable evaluation of offers, offerors must follow the instructions contained herein. Offers must be complete, self-sufficient and respond directly to the requirements of the solicitation. Offerors are required to submit three separate proposals: Technical, Past Performance and Price. If all proposals are not received, it may result in rejection or elimination of your proposal, and will not be considered for award. The Government reserves the right to award any resultant contract from this solicitation with or without discussions in accordance with FAR 52.215-1. Therefore, each proposal should reflect the offerors best terms, both from a cost and technical standpoint. 1. Volume One - Technical Proposal: This volume should not exceed 20 pages total. Pages exceeding the page limitations set forth in the section will not be read or evaluated, and will be removed from the offer. A page is defined as one face of an 8 ½" x 11" sheet of bond paper (not cardboard material) containing information and typing shall not be less than 11 font size. For the following technical evaluation factors (A-C), contractor shall include the following information for each of the evaluation factors. Task number; Date submitted; Contractor's name; Contractor task leader contact information; All subcontractor(s) (as applicable); Proposed start and finish dates; Proposed total price; Reference to any unique terms or conditions, or any requests to deviate from standard contract terms and conditions; Deliverables and Schedules (A) Complete description of the technical approach to satisfying task requirements with a start and completion date for all tasks and scheduled deliverables for each task. (B) Work Breakdown Structure (WBS) of sustainment personnel and scheduled activities. (C) Identification of key personnel and their duties and responsibilities under this order. The offeror shall address qualifications, availability, and experience of proposed key personnel. 2. Volume Two - Past Performance: This volume should not exceed 5 pages. Offeror shall provide documentation for similar services that have been active within three years of proposal. Provide at least three, and not more than five, most recent and relevant references that are likely to respond to our request for information regarding your past performance. Include a point of contact who can speak in behalf of the company, the company name, address, telephone number(s), email address, contract number and dates, performance period, place of performance and description of the contract scope. 3. Volume Three - Pricing and Administrative issues shall contain the following: a. Standard Form (SF) 1449 shall be submitted fully completed. The SF 1449 must contain an original signature in Block 30(a) of the form. The contractor shall acknowledge all amendments to the solicitation that may be issued. b. Price/Delivery Schedule shall be submitted fully completed and error free. It shall contain prices for the established Contract Line Item Numbers (CLINs) set forth in that section to include prices for the Period of Performance. In accordance with FAR 52.212-2(b), the Government will evaluate offers for award purposes by adding the total price for the basic requirement. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. c. FAR 52.212-3 Offerors Representations and Certifications (Reps & Certs) - shall be submitted with all blocks that apply in each certification and representation completed. FAR52.212-2 Evaluation - Commercial Items (Jan 1999) 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, listed in descending order of importance shall be used to evaluate offers: Technical, Past Performance, and Price. Technical and Past Performance, when combined are considered significantly more important than Price for tradeoff purposes. EVALUATION APPROACH 1. TECHNICAL: The evaluation of the technical proposal will consider the following: (1) Understanding of the Problem - The proposal will be evaluated to determine the extent to which it demonstrates a clear understanding of all features involved in solving the problems and meeting the VA clinical and administrative requirements presented in the performance work statement (PWS) and the extent to which uncertainties are identified and resolutions proposed. (2) Feasibility of Approach - The proposal will be evaluated to determine whether the offeror's methods and approach to meeting the PWS requirements provide the Government with a high level of confidence of successful completion. The evaluation will also consider the realism of the allocated hours, labor categories, materials, and price being proposed in the proposal. (3) Completeness - The proposal will be evaluated to determine whether all of the requirements of the PWS have been completely considered, defined, and satisfied. 2. PAST PERFORMANCE: The Past Performance evaluation will assess the relative risks associated with an offeror's likelihood of success in performing the requirements as indicated by that offeror's record of past performance. 3. PRICE: The Government will conduct a price review of each contract line item.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAPAHCS/VAPAHCS/VA26111RP0595/listing.html)
 
Document(s)
Attachment
 
File Name: VA-261-11-RP-0595 VA-261-11-RP-0595.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=218956&FileName=VA-261-11-RP-0595-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=218956&FileName=VA-261-11-RP-0595-000.doc

 
File Name: VA-261-11-RP-0595 ATTACHMENT ONE - SOW DATED MAY 2, 2011.DOC (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=218957&FileName=VA-261-11-RP-0595-001.DOC)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=218957&FileName=VA-261-11-RP-0595-001.DOC

 
File Name: VA-261-11-RP-0595 P07 WAGE DETERMINATION REVISION NO.11.PDF (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=218958&FileName=VA-261-11-RP-0595-002.PDF)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=218958&FileName=VA-261-11-RP-0595-002.PDF

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02498695-W 20110716/110714234858-85da8934288b07aa5a7ff67d0cb75a24 (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.