The RFP Database
New business relationships start here

Cloud-Based Interactive Digital Documentation Tool


Ohio, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C25019Q1456
Posted Date:
September 13, 2019
Original Response Date:
September 19, 2019 @4PM
Current Response Date:
September 19, 2019 @4PM
Product or Service Code:
D305
Set Aside:
SDVOSB
NAICS Code:

518210

Contracting Office Address

Department of Veterans Affairs
Network Contracting Office 10
Dayton VA Medical Center
3140 Governor s Place Blvd
Suite 210
Kettering, OH 45428

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06.

The associated North American Industrial Classification System (NAICS) code for this procurement is 518210, with a small business size standard of $32.5 million.

The Dayton, Ohio VAMC is seeking to purchase a subscription to a cloud-based interactive digital documentation tool in accordance with the Statement of Work below.


Statement of Work

Scope

The Contractor shall provide access to software for 10 users within VA, as well as create, maintain and support one instance cloud-based software allowance of custom templates and storage.

Background: Cloud-Web-based software application. Enables Veterans Affairs employees to create interactive digital documentation. The software can be used to create, publish, and update training manuals, sales and marketing materials, internal communications, and medical/clinical white papers. It allows content creators to control access to documents, define user permissions, and track reader engagement information. Provides formats to view on desktop or mobile device.

Limitations include ability to view interactive documentation only via a unique web URL rather than in an offline format. This allows the content creator to gather data about what readers are interacting with and participate in the desired call to action.

Shall be installed on a VA Enterprise Cloud (VAEC). Primary hosting environment for:
SaaS, cloud applications
Currently offers two environments Amazon Web Services (VAEC-AWS) and Microsoft Azure (VAEC-Azure)

General Requirements: Interactive Digital Documentation Tool licenses for VA Medical Centers under VA, Veterans Health Administration (VHA), Veterans Integrated Service Network (VISN) 10. Enables Veterans Affairs employees to create interactive digital documentation. The software can be used to create, publish, and update training manuals, sales and marketing materials, internal communications, and white papers. It allows content creators to control access to documents, define user permissions, and track reader engagement information. In addition, the contractor shall provide webinar training of approximately three hours for instruction on how to use the software. All software maintenance and technical support for the subject software shall be included and continue concurrently under the existing contract at no additional cost to the Government.

Digital communication tool will help business and clinical VA Employees create the communication content needed for their jobs that will improve the Veterans experience and better health care.

Mission Essential Function.
Communications are created using a drag and drop interface that seamlessly updates whenever necessary
Information can always be up-to-date and easily accessible
Without needing specific expertise in web or content design
Process improvement perspective
All VA Employees can use to communicate content in real time
Intuitively layer into a primary file
images, audio/video clips, PDF files, 360B0 images, text, diagrams, maps, and more.
Financial perspective
No Hardware
No Support of the hardware
employee satisfaction perspective
Consolidate your static documents
Completing a project
View on computer or mobile device
Veteran satisfaction perspective
Timely communications with current health care
Learning and growth perspective
Provides analytics to track what people are most interested in and interacting with
Performance measures
Available to all VA Employees
Program provides analytics to track what people are most interested in and interacting with.
Directives
VA Directive 6515, Use of Web-Based Collaboration Technologies
VA Directive 6102, Internet/Intranet Services
VA Directive 6500, Managing Information Security Risk: VA Information Security Program
Empower Veterans to Improve their Well Being; (2) Enhance and Develop Trusted Partnerships; (3) Manage and Improve VA Operations and Deliver Seamless and Integrated Support.
Agency Priority Goals: (1) Improve Veteran Experience with VA; (2) Veteran Access to Benefits: Improve Dependency Claims Processing; (3) Improve Access to Health Care as Experienced by the Veteran; (4) Improve VA s Health Administration.

All interested companies shall provide quotes for the following:


Line Item
Description
Quantity
Unit Price
Total Price
0001
Subscription to Cloud-Based Interactive Digital Documentation Tool
1 YR


2001
Subscription to Cloud-Based Interactive Digital Documentation Tool
1 YR


3001
Subscription to Cloud-Based Interactive Digital Documentation Tool
1 YR





The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018)
FAR 52.204-13, System for Award Management Maintenance (OCT 2018)
FAR 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016)
FAR 52.217-8, Option to Extend Services (NOV 1999)
FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000)
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
VAAR 852.203-70, Commercial Advertising (MAY 2008)
VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2019)(DEVIATION)
VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018)(DEVIATION)
VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (AUG 2018)

The following subparagraphs of FAR 52.212-5 are applicable:
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E. Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91).
(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) Section 889(a)(1)(A) of Pub. L. 115-232).
(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015).
(5) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(6) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78) (19 U.S.C. 3805 note)).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

FAR 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018)
FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015)
FAR 52.222-26, Equal Opportunity (SEPT 2016)
FAR 52.222-35, Equal Opportunity for Veterans (OCT 2015)
FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014)
FAR 52.222-50, Combating Trafficking in Persons (MAR 2015)
FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008)
FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013)

(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

N/A

(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause--
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509).
(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, or the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91).
(iv) 52.204-25, Prohibition on Contracting for Certain Telecommunication and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232).
(v) 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(vi) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.
(vii) 52.222-21, Prohibition of Segregated Facilities (APR 2015)
(viii) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246).
(ix) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212).
(x) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
(xi) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212)
(xii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(xiii) 52.222-41, Service Contract Labor Standards (AUG 2018), (41 U.S.C. chapter 67).
(xiv) __(A) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627).
__(B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
(xv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67).
(xvi) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67).
(xvii) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989).
(xviii) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015).
(xix)52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
(xx) (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).
(B) Alternate I (JAN 2017) of 52.224-3.
(xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note)
(xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xxiii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items (AUG 2018)
FAR 52.204-7, System for Award Management (OCT 2018)
FAR 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016)
FAR 52.237-1, Site Visit (APR 1984)
FAR 52.212-2, Evaluation Commercial Items (OCT 2014)
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (AUG 2018)

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

All quoters shall submit the following:

One electronic copy of quote
Three past performance references similar in size and scope

All quotes shall be sent electronically to Mary Jane Crim at maryjane.crim@va.gov.

Evaluation

Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process.
Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. After the evaluation of quotes, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing a purchase order. The Contracting Officer will not negotiate with any quoters other than those that represent the best value to the Government and will not use the formal source selection procedures described in FAR Part 15. The Contracting Officer may issue a purchase order to other than the lowest priced quoter.
The Government may award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:B

Price: The Vendor shall provide one electronic copy of quote

Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Description and Scope. References shall include contact information; brief description of the work completed, and contract # (if relevant).B References may be checked by the Contracting Officer to ensure your company is capable of performing the required services.B The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources to include PPIRS.

Technical: The vendor s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Statement of Work in a timely efficient manner.B

*Price and technical are slightly more important than price.

This is an open-market combined synopsis/solicitation for services as defined herein.B B The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes shall include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoter shall list exception(s) and rationale for the exception(s).

Submission shall be received not later than September 19, 2019 at 4 PM to maryjane.crim@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist, Mary Jane Crim, at maryjane.crim@va.gov.

Point of Contact
Mary Jane Crim
maryjane.crim@va.gov

Mary Jane Crim
maryjane.crim@va.gov

MaryJane.Crim@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP