Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
SOLICITATION NOTICE

D -- Patient Administration Measurement License - Statement of Work

Notice Date
7/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
 
ZIP Code
92134-5000
 
Solicitation Number
N0025914T0241
 
Archive Date
8/26/2014
 
Point of Contact
Arnold B. Reyes, Phone: 6195328076
 
E-Mail Address
arnold.reyes@med.navy.mil
(arnold.reyes@med.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Software License Subscription for Patient Activation Measurement tool including FLUORISH. NOTICE TO CONTRACTOR The proposed contract action is for commercial item, which the Naval Medical Center San Diego intends to solicit this requirement on a sole source basis to INSIGNIA Health LLC. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items, prepared in accordance with the format in FAR subpart 12.6, USING Simplified Acquisitions Procedures for commercial items found at FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be available. The solicitation number, N00259-14-T-0241 is issued as a request for quotation (RFQ). The closing date is August 11, 2013 @ 11:00 AM Pacific Daylight Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-75. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; http://acquisition.gov/. The North American Industry Classification System (NAICS) Code for this acquisition is 511210; Size: $38.5M. Naval Medical center San Diego requests responses from responsive sources capable of providing the following supplies/services: 0001 Software License Subscription (Approximately 5,000 patients) Online, direct to consumer web tool (Patient Activation Measurement) Include coaching web tools (FLOURISH), set-up and training POP: 09/29/2014 - 9/28/2015 QTY: 1 Year Price: __________ 0002 Option Year 1 Online, direct to consumer web tool (Patient Activation Measurement) Include coaching web tools (FLOURISH), set-up and training POP: 09/29/2015 - 9/28/2016 QTY: 1 Year Price: __________ 0003 Option Year 2 Online, direct to consumer web tool (Patient Activation Measurement) Include coaching web tools (FLOURISH), set-up and training POP: 09/29/2016 - 9/28/2017 QTY: 1 Year Price: __________ 0004 Option Year 3 Online, direct to consumer web tool (Patient Activation Measurement) Include coaching web tools (FLOURISH), set-up and training POP: 09/29/2017 - 9/28/2018 QTY: 1 Year Price: __________ 0004 Option Year 4 Online, direct to consumer web tool (Patient Activation Measurement) Include coaching web tools (FLOURISH), set-up and training POP: 09/29/2018 - 9/28/2019 QTY: 1 Year Price: __________ Under the authority of FAR 13.106-1(b), sole source justification is based on the proprietary rights of the tool's software. The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-13 System for Award Management (JUL 2013) 52.212-1 Instruction to Offerors-Commercial Item (APR 2008) 52.212-2 Evaluation Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certification--Commercial Items (MAY 2008) 52.212-4 Contract Terms and Conditions--Commercial Items (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2010) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) 52.204-10 Reporting Subcontract Awards (FEB 2012) 52.219-28 Post Award Small Business Program Representation (APR 2012) 52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2006) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2002) 52.222-35 Equal Opportunity for Veterans (SEP 2010) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) 52.222-37 Employment Reports on Veterans (SEP 2010) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)(E.O. 13513) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.222-41, Service Contract Act of 1965 (NOV 2007) 52.217-8 Option To Extend Services (NOV 1999) 52.217-9 Option To Extend the Term of the Contract (MAR 2000) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) SUP 5252.204-9400 Contractor Unclassified Access to Federally Controlled Facilities, Sensitive Information, IT Systems or Protected Health Information (JUL 2013) The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. The following factors are to be used to evaluate offers: 1) Delivery Schedule defined as lead time necessary to receive the product. 2) Technical Capability defined as an assessment of the prospective contractor's capability to perform. 3) Past Performance, addressing that you have provided the same or similar items in the last 3 years. 4) Price defined as fair and reasonable. Technical capability and past performance, when combined, are significant evaluation factors that will be used to arrive at a best value award decision. Technical capability and past performance are considered more important than price. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2008.) Offeror must be registered to the System for Award Management Registration (SAM) prior to award. The website address is www.sam.gov. A Dunn and Bradstreet number is required to register. Email your quote to Arnold Reyes on or before 11:00 AM Pacific Daylight Time on August 11, 2013. Email: Arnold.Reyes@med.navy.mil Submitter should confirm receipt of email submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025914T0241/listing.html)
 
Place of Performance
Address: 34800 Bob Wilson Drive, San Diego, California, 91913, United States
Zip Code: 91913
 
Record
SN03440155-W 20140730/140728234958-9671a4cde89c70816c1095d06685db09 (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.