Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2005 FBO #1329
SOLICITATION NOTICE

65 -- Acquire/ Purchase formulary communication tool & 2 years service

Notice Date
7/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665
 
ZIP Code
23665
 
Solicitation Number
F2Q40151101A100
 
Response Due
7/21/2005
 
Archive Date
8/5/2005
 
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 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. (ii) Solicitation F2Q4015110A100 is issued as a Commercial Solicitation using Simplified Acquisition Procedures found in FAR Part 13. This solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular 2001-14. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. (iv) This acquisition will be 100% small business set-aside. The NAICS code is 541511 with a small business size standard of $21 mil annual income (v) The contractor shall provide all labor, design, tools, equipment, material, and other items and services necessary to provide One Source formulary communication tools, initial set-up, plus web hosting and maintenance to the 1st Medical Group on Langley AFB, VA. (vi) A web-based software application designed, maintained, and web-hosted by the vendor. Also offering formulary managers a versatile, easy-to-use tool to manage, update, and communicate their formulary inprint, on the web, and on PDA?s. (1) Automatic non-formulary to formulary guidance (Reduced Physician Callbacks) (2) Capability to customize for Patients and Healthcare providers, (3) Multiple customize formulary statuses, (4) Integration of FDA MedWatch boxed warning. (5) Include (4) one year options for maintenance of system. (vii) Units issued = each. (viii) The system shall be installed and in full operation NLT 21-JUL- 05 to 1 MDSS/SGSAR, 45 Pine Road, Langley AFB, VA 23665. FOB Destination. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control. (viii) The provision at FAR 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. (ix) The Government will award a firm-fixed price 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. Award shall be based on Best Value to the Government. (x) Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items with its offer. The before mentioned provision is included in Attachment I. (xi) Clause 52.212-4, Contract Terms and Conditions Commercial Items, is hereby incorporated by reference, (xii) Clause 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive Orders Commercial Items, 52.217-3 Evaluation Exclusive of Options, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend Services, 52.222-3 Convict Labor, 52.233-3 Protest After Award, 52.232-33 Payment by Electronics Funds Transfer Central Contractor Registration, 52.247-34 F.O.B Destination, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviation in Clauses, 252.204-7004 Required Central Contractor Registration, 52.253-1 Computer Generated Forms, 52.225-1 Buy American Act-Balance of Payments Program - Supplies, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-21 Prohibition of Segregated Facilities, 52.222-22 Previous Contracts and compliance Reports are hereby incorporated by reference. (xiii) N/A (xiv) N/A (xv) N/A (xvi). This office encourages electronic submittal via e-mail or fax. Offers may be faxed to 1 CONS/LGCB at (757) 764-5625 or e-mailed to Rahsaan.Grant@langley.af.mil <mailto:Rahsaan.Grant@langley.af.mil> (primary) or Yolanda.Felder@langley.af.mil <mailto:Yolanda.Felder@langley.af.mil> (alternate). All offers are due by 12:00 PM EST, 25 Jun 05. (xvii) For further information regarding this solicitation, contact , SrA Grant or Mrs. Felder @ phone (757) 764-2587 or mailing address 1 CONS/LGCB, 74 Nealy Ave., Langley AFB, VA 23665. Collect calls will not be accepted.
 
Place of Performance
Address: 45 PINE ROAD, BLDG 272, LANGLEY AFB, VA
Zip Code: 23655
Country: USA
 
Record
SN00848246-W 20050717/050715212040 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.