The RFP Database
New business relationships start here

Tablets with DANA Software


Florida, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for a commercial supply and/or service 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. This is a Request for Quote (RFQ) and the solicitation number is FA481418TF008. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following:

DESCRIPTION OF REQUIREMENT: Tablets with Defense Automated Neurocognitive Assessment (DANA) software, brand name or equal. This is 100% set-aside for Small Business.

CLIN Item Description Quantity
0001 Tablets loaded with neurocognitive assessment software, to include six months of technical support, 227 each

See below for salient characteristics. Any OR EQUAL offers will be sent to the technical advisor for compatibility/functionality, and must meet the salient characteristics listed.

BASIS OF AWARD: Award will be made to the lowest priced quotation that meets ALL requirements. The Government also reserves the right to make no award at all.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 effective 6 November 2017, DFARS DPN 20161222, effective 22 December 2016 and AFFARS AFAC 2017-1003, effective 3 October 2017. The North American Industry Classification System code (NAICS) is 541519, Other Computer Related Services. The Product Service Code is 7035, ADP Support Equipment. A firm fixed price contract will be awarded.

PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting)
FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation
FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
FAR 52.204-7, System for Award Management
FAR 52.204-13, System for Award Management Maintenance
FAR 52.211-6, Brand Name or Equal
FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items
FAR 52.212-4, Contract Terms and Conditions
FAR 52.219-1, Small Business Program Representations
FAR 52.222-22, Previous Contracts and Compliance Reports
FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
FAR 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
FAR 52.246-16, Responsibility for Supplies
FAR 52.247-34, F.O.B Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference.

The following FAR clauses apply to this solicitation and are incorporated in full text:

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, within FAR 52.212-5, the following clauses apply:
FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards
FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment
FAR 52.219-6, Notice of Total Small Business Set-Aside
FAR 52.219-28, Post Award Small Business Program Rerepresentation FAR 52.222-3, Convict Labor
FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-21, Prohibition of Segregated Facilities
FAR 52.222-26, Equal Opportunity
FAR 52.222-36, Equal Opportunity for Workers With Disabilities
FAR 52.222-50, Combating Trafficking in Persons
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.232-33, Payment By Electronic Funds Transfer-System for Award Management

FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
FAR 52.252-2, Clauses Incorporated by Reference

The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference:

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD officials
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD officials
DFARS 252.204-7003, Control of Government Personnel Work Product
DFARS 252-204-7004 Alt A, System for Award Management, Alternate A
DFARS 252.225-7048, Export-Controlled Items
DFARS 252.232-7003, Electronic Submission of Payment Requests
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.243-7001, Pricing of Contract Modifications
DFARS 252.247-7023, Notification of Transportation of Supplies by Sea

The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated in full text:
DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.232-7006, Wide Area Workflow Payment Instructions

The following Air Force Regulation Supplement (AFFARS) clauses apply to this solicitation and are incorporated in full text:

5352.201-9101 Ombudsman (June 2016)

(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).

(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, Ms. Susan R. Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 622255022, 618-229-0267, fax 618-256-6668, email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman levels, may be brought by the interested party for further
consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.

(d) The ombudsman has no authority to render a decision that binds the agency.

(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.

(End of clause)

ADDITIONAL INFORMATION: Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration.

DELIVERY ADDRESS: This requirement is procured on behalf of HQ USSOCOM, 7701 Tampa Point Boulevard, MacDill AFB FL 33621.

DEADLINE/POINTS OF CONTACT: Offers are due on Wednesday, 20 December 2017 at 10:00 a.m. Eastern Time. Submit offers or questions to the attention of Janet Cubas by email to janet.cubas@us.af.mil.


Salient Characteristics:

- Assessment software must be loaded on a mobile device/tablet that includes scientifically validated cognitive and psychological test batteries
- Able to accommodate the inclusion of additional tests and batteries by users
- Deployable in harsh conditions, ie, desert, mountains, jungle, arctic, high seas
- Detects changes in cognitive efficiency by using evidence-based tests, which may be administer at multiple time-points to individuals, in order to assess cognitive and psychological changes over time.
- Includes a feature for Tiered user roles and associated permissions.
- Off-line capabilities to include screenings, view and export reports, modify cognitive test parameters and test batteries
- On-line capabilities to include account set-up, automated data upload, and exporting reports to various formats
- Includes an easy to read, graphical summaries for individual and group testing results.
- Federal Drug Administration (FDA) 501(k) cleared
- Technical support (telephonic/electronic) provided for six months after delivery



 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


Janet C. Cubas, Phone 8138283952, Email janet.cubas@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP