Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2014 FBO #4617
DOCUMENT

70 -- Physician Certification Data - Attachment

Notice Date
7/14/2014
 
Notice Type
Attachment
 
NAICS
813920 — Professional Organizations
 
Contracting Office
U.S. Department of Veterans Affairs;Strategic Acquisition Center;10300 Spotsylvania Ave;Fredericksburg VA 22408
 
ZIP Code
22408
 
Solicitation Number
VA11914Q0209
 
Archive Date
9/18/2014
 
Point of Contact
Clifford Snipe
 
E-Mail Address
271-6997<br
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 Streamline Procedures for Evaluation and Solicitation for Commercial Items and supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. 1)The solicitation number is VA119-14-Q-0209 and it is issued as a Request for Quote under FAR Subpart 13.5 Test Program for Certain Commercial Items. 2)This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73; effective April 29, 2014. (Provisions and Clauses found in Attachment A - Terms and Conditions) 3)The associated North American Industrial Classification System (NAICS) code is 813920 Professional Organizations. CLINDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001 PHYSICIAN SPECIALTY CERTIFICATION DATA BASE PERIOD 1 YR ______________ ______________ 2001 PHYSICIAN SPECIALITY CERTIFICATION DATA OPTION PERIOD 1 1 YR ______________ ______________ 3001PHYSICIAN SPECIALITY CERTIFICATION DATA OPTION PERIOD 2 1 YR ______________ ______________ 4001PHYSICIAN SPECIALITY CERTIFICATION DATA OPTION PERIOD 3 1 YR ______________ ______________ 5001PHYSICIAN SPECIALITY CERTIFICATION DATA OPTION PERIOD 4 1 YR ______________ ______________ GRAND TOTAL BASE AND ALL OPTIONS PRICE SCHEDULE PRODUCT DESCRIPTION The Department of Veterans Affairs, Veterans Health Administration (VA/VHA) (Government) maintains a database of healthcare professionals' credentials. This database is known as VetPro and is the primary source for banking, tracking and verifying credentials of the VA physicians, dentists and other credentialed providers. VetPro has been in production since March 1, 2001. VetPro is designed to reduce resource utilization through an ability to use technology and data where possible as well as share verified credentials. This requirement is for physician specialty and subspecialty board certification data from an authorized listing of the American Board of Medical Specialists for electronic verification match of these certifications. The Contractor shall provide data of board certified physicians confirmed by the 24 Member Boards of the American Board of Medical Specialties (ABMS): The American Boards of Allergy and Immunology; Anesthesiology; Colon & Rectal Surgery; Dermatology; Emergency Medicine; Family Practice; Internal Medicine; Medical Genetics; Neurological Surgery; Nuclear Medicine; Obstetrics & Gynecology; Ophthalmology; Orthopedic Surgery; Otolaryngology; Pathology; Pediatrics; Physical Medicine & Rehabilitation; Plastic Surgery; Preventive Medicine; Psychiatry & Neurology; Radiology; Surgery; Thoracic Surgery; and Urology. The following performance standards are required: The offeror shall provide the specific data via electronic batch delivery (CD-ROM or log-on/password protected SSL SharePoint site), in a mutually agreeable format with the Government's database contractor. The preferred format is one where each physical record is either a Tag record or a Continuation record. Tag records hold specific types of information about a biographic/bibliographic record. Continuation records carry additional tag-related data to the next physical record. These record groups are marked by a Logical Record Delimiter, the double dollar sign ($$). Information between two $$ Logical Record Delimiters represents one bibliographic record. Specific data elements available should be proposed by the offeror and are recommended to include a minimum of last name, first name, middle initial/name if available, year of birth, certificate name (e.g. specialty and/or subspecialty), issue date, expiration date (if applicable), and recertification date (if applicable). Other data elements may be proposed for consideration for use in the matching algorithm. 4)The initial Certification Data delivery will be provided 15 calendar days after award date. Scheduled Certification Data updates will be six (6) times during the course of each performance period as determined by the Contracting Officer Representative (COR). 5)FAR Provision 52.212-1, Instructions to Offerors - Commercial Items is applicable and is tailored as follows: Paragraphs (e) and (h) does not apply to this acquisition. Addendum to FAR 52.212-1 Instruction to Offerors--Commercial Items Method of Award: This acquisition will utilize Lowest Price Technically Acceptable (LPTA) procedures in accordance with FAR 15.101-2. Technical tradeoff will not be made and no additional credit will be given for exceeding acceptability. Award will be made to the acceptable offeror with the lowest evaluated price, which is deemed responsible in accordance with the Federal Acquisition Regulation and whose quote conforms to the solicitation requirements. The solicitation requirements include all stated terms, conditions, representation and certifications, and other information required by this solicitation. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. The Government may reject any quote that is evaluated to be unrealistic in terms of requirements, contract terms and conditions, or an unrealistically high or low price when compared to Government estimates, such that the quote is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risk of the requirement. TECHNICAL EVALUATION STANDARD: All quotes shall be subject to evaluation by a team of Government personnel. The Government reserves the right to award without discussions based upon the initial evaluation of quotes. Quote will be evaluated strictly in accordance with its written content. Technical acceptability will be evaluated on all quotes. Only those quotes determined to be technically acceptable, either initially or as a result of discussions, will be considered for award. Then, price will be evaluated and the quotes will be listed from lowest to highest price based on the total evaluated price and technical acceptability. Award will be made to the lowest evaluated priced quote meeting the acceptability standards for the non-priced factors. The contractor shall address the following factors: 1. Factor 1 - Technical Requirement: The offeror shall address the following to satisfy the technical requirement: (a)Evidence of its status as an American Board of Medical Specialty Official Display Agent. (b)Evidence that demonstrates the required data is Primary Source Verified. (c)Evidence that it has electronic ABMS data transfer capability. 2.Factor 2 - Price - The offeror shall complete CLIN pricing on page one (1) of this solicitation. In addition to the completed CLIN pricing on page one (1), the offeror shall provide sufficient price information to allow the contracting officer to determine the completeness and reasonableness of the offerors prices. AWARD DECISION: The award decisions will be made as follows: (1)Step One - Determine Technical Acceptability. The technical requirement, Factor 1, stated above, will assess the offerors capability to satisfy the Government's requirement. The Government will evaluate all technical requirement quotes received by the required date/time. The Technical Requirement factor will receive a rating of acceptable or unacceptable. If any factor is rated "unacceptable", the entire quote is rendered technically unacceptable, and the quote will not be further evaluated. Only quotes deemed technically acceptable (either initially or as the result of discussions) will be considered for award. The ratings are defined in the following table. RatingDescription AcceptableQuote clearly meets the minimum requirements of the solicitation. Only those quotes determined acceptable, either initially or as a result of discussion will be considered for award. Once deemed acceptable, all technical quotes are considered to be equal. UnacceptableQuote does not clearly meet the minimum requirements of the solicitation. Quotes with an unacceptable rating will not be considered for award. Table A-1 (2)Step Two - Evaluate Price. The offeror's Price quote will be evaluated, for award purposes, based upon the total price proposed to include all options as annotated under Factor 2 - Price. (3)Step Three - Award Decision. Award will be made the lowest priced, technically acceptable offeror, subject to a positive responsibility determination in accordance with FAR Part 9 and conformance of the offeror's quote to the terms and conditions of the solicitation. Quote Submission: 1.Proposals shall consist of three (3) volumes in electronic format: Volume I - Technical Requirement, Volume II - Price, and Volume III - Solicitation. a.Volume I - Technical: Offerors shall provide, a) Evidence of its status as an American Board of Medical Specialty Official Display Agent; b) Evidence that demonstrates the required data is Primary Source Verified; c) Evidence that it has electronic ABMS data transfer capability. b.Volume II - Price: Offerors shall insert the unit price in the price column and extend the price by the quantities, in the Price Schedule of the Combined Synopsis/Solicitation. c.Volume III - Solicitation: Offeror shall submit complete Combined/Synopsis with representations and certifications in accordance with FAR 52.212-3. Inclusion of ORCA printout with offeror's response is considered acceptable. 2.Format. The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of the page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date, and solicitation number in the header and/or footer. Page limitations are applicable to this procurement. All files will be submitted as either a Microsoft Excel (.XLS) file or an Adobe Acrobat (PDF) file as indicated in the table in Section 4 below. Page size shall be no greater than 8 1/2" x 11" with printing on one side, only. The top, bottom, left and right margins shall be a minimum of one inch (1") each. Font size shall be no smaller than 11-point. Arial or Times New Roman is recommended. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY, and are not bound by the 11-point font requirement. Footnotes to text shall not be used. All proprietary information shall be clearly and properly marked. 3. All interested offerors must be registered in the System for Award Management (SAM) prior to receiving an award. You may access SAM at https://www.sam.gov/portal/public/SAM. The offeror is responsible to monitor and download any amendments pertaining to this solicitation from the Federal Business Opportunities (FBO) website: http://www.fedbizopps.gov (see Attachment A, #5 Acknowledgement of Amendments). The apparent awardee must meet all the requirements of FAR Subpart 9.1. 4.Content Requirements. All information shall be confined to the appropriate file. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of each offer. The titles for each file are shown in the Table below: Volume NumberVolume TypeFile TypeMaximum Pages Volume ITechnicalPDF12 Volume IIPriceXLS1 Volume IIISolicitation/OfferPDF10 (1) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (2) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract after both parties signature. (End of provision) 6)Provision 52.212-3, Offeror Representations and Certification - Commercial Items applies. Offerors shall include a completed copy of the provision with their quote. Inclusion of ORCA printout with offeror's response is considered acceptable. 7) Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies; Addendum is provided in Attachment A- Terms and Conditions. 8)Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies. 9)Clause 52.217-9 Option to Extend the Term of the Contract applies. (a) The Government may extend the term of this contract by written notice to the contractor within 60 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. (End of clause) 10)Provision 52.233-2, Service of Protest applies (a)Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Sandra Hughes Strategic Acquisition Center 10300 Spotsylvania Ave Suite 400 Fredericksburg, VA 22408 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 11)Defense Priorities and Allocations Systems (DPAS) are NOT applicable. Offeror Questions and Clarifications: Any questions, comments or clarifications concerning any aspect of the solicitation shall be submitted in writing via e-mail to clifford.snipe@va.gov, within five (5) business days after issuance of the solicitation. Questions or clarifications submitted should identify the topic (e.g. technical or price), and must reference the applicable section of the solicitation (e.g., section, paragraph, and subparagraph) and the RFQ number. ). Phone calls will not be accepted. All quotes are due no later than August 1, 2014 @ 3:00 PM EDT. The offeror shall submit electronic e-mail quotations to: clifford.snipe@va.gov. Please read the entire synopsis/solicitation. Offerors are responsible for all terms, clauses, and conditions contained therein.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f62014ad2dad5a0a21efddee473f600b)
 
Document(s)
Attachment
 
File Name: VA119-14-Q-0209 VA119-14-Q-0209.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1495444&FileName=VA119-14-Q-0209-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1495444&FileName=VA119-14-Q-0209-000.docx

 
File Name: VA119-14-Q-0209 ATTACHMENT A.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1495445&FileName=VA119-14-Q-0209-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1495445&FileName=VA119-14-Q-0209-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03423693-W 20140716/140714235312-f62014ad2dad5a0a21efddee473f600b (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.