Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 14, 2005 FBO #1418
SOLICITATION NOTICE

65 -- Stat!Ref Medical Reference Software Update

Notice Date
10/12/2005
 
Notice Type
Solicitation Notice
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, MD, 21702-9203
 
ZIP Code
21702-9203
 
Solicitation Number
N62645-05-T-0003
 
Response Due
10/21/2005
 
Archive Date
11/4/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The Request for Proposal number is N62645-05-T-0003. Provisions and clauses in effect through Federal Acquisition Circular 2005-06 are incorporated. NAICS 423450. The Naval Medical Logistics Command intends to negotiate (IAW FAR 6.302) with Teton Data Systems, P.O. Box 3082, Jackson, WY 83001, as the only source that can provide an update to the Stat!Ref Medical Reference Software. Description of the requirements of the items to be provided: Update to Stat!Ref Medical Reference Software. This product is a portable and self-contained CD ROM containing a list of eighteen texts derived from CINC and Type Commander 6820 series instructions lists mandated medical reference texts to be maintained and accessible onboard fleet platforms. These texts provide clinical and diagnostic information to assist the medical staff deployed/assigned to each fleet unit. All texts are contained on one CD ROM, and allow the end user access to a comprehensive search engine within specific texts, subsets of texts, or the entire library, for information to be used for diagnosis, treatment, and decision support of care of the sick and injured. Contract award will be based on 1). Determination of technical acceptability of items offered, 2). Determination of acceptable past performance and 3). Determination of low price. Companies must be registered in CCR; provide DUNS number; Cage Code and TIN. Companies must also comply with DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004). PROVISIONS at FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED. Offeror shall include a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. Offeror shall include a completed copy of provision at DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items. Addenda to this provision includes FAR 52.247-34, F.o.b. Destination; DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate; and 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. FAR 52.212-4, Contract Terms and Conditions---Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. In compliance with said clause, the following FAR clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 52.222-3, Convict Labor; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.239-1, Privacy or Security Safeguards; DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, applies to this acquisition. In compliance with said clause, following additional DFARS clauses apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.219-7003, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan; 252.219-7005, Incentive for Subcontracting with Small Business, Small disadvantaged Businesses, Historically Black Colleges and Universities and Minority Institutions, Alternate I; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7007, Trade Agreements; 252.225-7012, Preference for Certain Domestic Commodities , 252.225-7021, Trade Agreements; 252.227-7015, Technical Data?Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7024, Notification of Transportation of Supplies by Sea. Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to James Suerdieck at jdsuerdieck@nmlc.med.navy.mil. Proposals are due by COB 21 OCT 05. Any questions must be addressed to James Suerdieck by email only NLT 19 OCT 05. No phone calls accepted.
 
Place of Performance
Address: Naval Medical Logistics Command, 1681 Nelson Street, Ft. Detrick, MD
Zip Code: 21702
Country: USA
 
Record
SN00914678-W 20051014/051012212739 (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.