Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2005 FBO #1343
SOLICITATION NOTICE

65 -- Premium Maintenance Support and Service Agreement of AudioCare Systems Automated Pharmacy Telephone software.

Notice Date
7/29/2005
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ-05-T-0156
 
Response Due
8/4/2005
 
Archive Date
10/3/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation number W91YTZ-05-T-0156 and is a request for quotation (RFQ); its document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-23 and 2001-19 Update. This is a total Small Business Set-Aside. The Standard Industrial Classification Code is 7699 and the small business size standard is $6.0. The North American Industry Classification System Code is 811219. Womack A rmy Medical Center, Fort Bragg, North Carolina, 28310, has a requirement for premium maintenance, support and service agreement for AudioCare Systems Automated Pharmacy Telephone Software. The Plan includes Maintenance and Support Services to provide com prehensive software maintenance, technical support for the AudioCARE Server, and customer service for all installed AudioCARE Systems applications. AudioCARE systems are licensed on an annual basis. AudioCARE provides the required hardware for the teleph ony and core web applications, therefore, all components of the AudioCARE systems must be covered by this agreement. Replacement systems will be provided within one business day of the diagnosis and confirmation of a hardware failure. Software patches re quired to keep the AudioCARE applications operational must be provided as part of this agreement. Twenty Four Hour/Seven Days a week Emergency support is required. The period of performance is 1 October 2005 through 30 September 2006. The Government int ends to make a sole source award for the services described herein to MUMPS AUDIOFAX, INC. All offers received in response to this solicitation will be considered. Responses will be used to determine whether bonafide competition exists. Responses are to be faxed to Anita Adcock at 910-907-9307 or emailed to anita.adcock@na.amedd.army.mil no later than 1200 hours on 4 August 2005. It is now a requirement that all contractors doing business with the Department of Defense be registered with CCR (the websit e may be accessed on the internet at: www.ccr.gov to register). Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (FAR) Provision 52.212-1, Instructions to Offeror-Commercial Items. As stated in this provision, the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offerors best terms from a price and technical standpoint. However, th e Government reserves the right to conduct discussions if later and determined by the Contracting Officer to be necessary. 52.212-2 Evaluation - Commercial Items. 52.212-3, Offeror Representations and Certifications  Commercial Items; an authorized r epresentative of the offeror must sign these representations and certifications and must be included with the offer. The resulting firm fixed price award will incorporate the requirements of the following clauses: 52.212-4, Contract Terms and Conditions  Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items; with applicable FAR Clauses: 52.222-36 and 52.222-37. DFAR Clauses: 252.225-7000 Buy American Act  Balance of Payments Pr ogram Certificate; 252.225-7001, Buy American Act and Balance of Payments Program. Evaluation factors: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be mos t advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical/Past Performance/Pri ce. Technical  Provide current copies of required professional credentials for personnel. Past Performance  provide a list of all Government Contracts for subject service held over the last two (2) years. Include the agency name, address, name and pho ne number of a person to contact, the contract number, and dollar value and type of contract. The evaluation of past performance will not be numerically rated. Evaluation of past performance will be based on the following: a. High Risk  equated to a l ow probability of success. Verification of past performance shows the offerors have consistently not met work schedules and other obligations, have defaulted on at least one contract within the past three (3) years, or have chronically failed to meet cont ract terms. b. Medium Risk  Equates to a reasonable expectation of success. Verification of past performance shows that offeror occasionally has not met work schedules or other obligations, on occasion has been unable to provide requested services, or met contract terms with only a few reported failures, and has not defaulted on any contract within the past three (3) years. C. Low Risk  Equated to a substantial probability of success. Verification of past performance shows that the offeror consiste ntly meets work schedules, provides specified services, meets contract terms without failure, and has not been defaulted on any contract within the past three (3) years. Price: The award will be made on a best value basis with a technically acceptable fi rm which offers the Government the best value, based on an evaluation of past performance and price, as equally rated factors. Price will be evaluated separately from past performance. STATEMENT OF WORK: Audiocare Systems Maintenance. Contractor shall provide premium maintenance support and service (International Standard) and license renewal for Audiocare System at Womack Army Medical Center, Fort Bragg, North Carolina for the period 1 October 2005 through 30 September 2006. Consists of: AudioR EFILL, WebREFILL, AudioOFFLINE, AudioREMINDER, AudioRxMINDER, AudioCOMMUNICATOR, AudioRxORDER, Integration with TRICARE on-Line, AudioRxINFO, WebRxINFO, AudioINQUIRY, WebINQUIRY, AudioCANCEL. GENERAL INFORMATION: Only the Contracting Officer has the autho rity to approve changes to this contract that would result in an increase or decrease in the awarded price. Contractor will not work on equipment unless there is a valid contract in place. Contractor will not exchange Government owned equipment unless ap proved by the Chief, Medical Maintenance Branch, Quality Control. The following FAR provisions and clauses apply to this solicitation: 52.212-1, Instructions to Offerors- Commercial; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Emplo yment; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; and 52.225-3 Buy American Act  North American Free Trade Agreement; 52.228-5 Insurance-Work on a Government Installation; 252. 204-7004 Required CCR; 52.217-8 Option to Extend Services; ; 52.232-18, Availability of Funds; 252.212-7001 Contract Terms, 252.232-7003 Electronic Submission of Payment Requests; 252.204-7004 Required Central Contractor Registration; 252.225-7002 Qualif ying Country Sources as Subcontractors. (Contractor to include a completed copy of the following provisions with quote) 52.212-3 Offeror Reps and Certs; 52.222-48 Exemption from Service Act; 252.212-7000 Offeror Reps and Certs  CI. 52.222-48 Exemption from application of service contract act provisions for contracts for maintenance, calibration, and/or repair of certain information technology, scientific and medical and/or office and business equipment-Contractor certification. Referenced provisions a nd clauses may be accessed electronically at these addresses: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfar. .
 
Place of Performance
Address: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg 4-2817 Reilly Road Fort Bragg NC
Zip Code: 28307
Country: US
 
Record
SN00858139-W 20050731/050729212439 (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.