Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2007 FBO #2125
SOLICITATION NOTICE

65 -- AUTOSCRIPT III SOFTWARE MAINTENANCE

Notice Date
9/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
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
W91YTZ07T0168
 
Response Due
9/25/2007
 
Archive Date
11/24/2007
 
Point of Contact
GEORGE LOCKE, 910-907-9304
 
E-Mail Address
Medcom Contracting Center North Atlantic
(george.locke@us.army.mil)
 
Small Business Set-Aside
N/A
 
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 solicitation uses Simplified Acquisition Procedures (SAP) authorized in FAR Subpart 13.5 and is expected to result in the award of one firm-fixed price contract. The resulting award will be made on SF 1449, for commercial items. This announcement constitutes the only solicitation; proposals are being requested an d a written solicitation will not be issued. This is solicitation number W91YTZ-07-T-0168 and is a request for quotation (RFQ). This is an unrestricted procurement. Womack Army Medical Center, Fort Bragg, North Carolina, 28310-5000, has a requirement for the following: CLIN 0001  McKesson Pharmacy 2000 automated robotic prescription fill system nonpersonal maintenance services for the Autoscript III, ECN's H0312 and H0306 and associated components under the Autoscript III Premium Maintenance Coverate IAW attached Statem ent of work, Technical Exhibit 1, and Manufacturer's recommendations for the period of 01 October 2007 through 30 September 2008. Statement of Work and Technical Exhibits to be provided upon request. QUANTITY: 12 Months PRICE: __________________ TOTAL: _____________________ CLIN 0002  Hardware and software support to provide Premium Pharmacy 2000 Maintenance Support for equipment, as listed in Technical Exhibit 2, for the period of 01 October 2006 through 30 September 2007 QUANTITY: 12 Months PRICE: __________________ TOTAL: _____________________ CLIN 0003  Unlimited Component Exchange of equipment listed in Technical Exhibit 3 for the period of 01 October 2006 through 30 September 2007 QUANTITY: 12 Months PRICE: __________________ TOTAL: _____________________ CLIN 0004 - Parata AccuMed Premium Maintenance (Fort Bragg PX) for the period 1 October 2007 through 30 September 2008. QUANTITY: 12 Each PRICE: ¬¬¬¬¬¬¬¬¬¬¬¬¬¬¬¬___________________ TOTAL: ______________________ CLIN 0005 - Parata AccuMed Premium Maintenance (Main Pharmacy) for the period 1 October 2007 through 30 September 2008. QUANTITY: 12 Each PRICE: ____________________ TOTAL: _______________________ The Government intends to make a Sole Source award for the supplies and services described herein to Parata Inc. All offers received in response to this solicitation will be considered. Responses will be used to determine whether bonafide competition exi sts. If offering an equal item, provide complete technical documentation and specifications to be able to evaluate. Responses are to be faxed to George Locke at 910-907-9307 or emailed to george.locke@na.amedd.army.mil no later than 3pm 7 September 2007. The following provisions in their latest editions apply to this solicitation. (1) 52.212-1, Instructions to Offeror-Commercial Items with the addendum that: The offer submitted shall include: (1) proposed prices (including Option Years); (2) Technical capability to include product literature, catalog price lists if available; (3) completed copy of FAR 52.212-3. Offer Representations and Certifications-Commercial items, and (4) Past Performance, minimum of three references for similar scope of work, with whom past performance can be verified, to include contact name, telephone nu mber, e-mail address and contract number and dollar value. Offers may submit any other information regarding specific contracts that they deem relevant to the evaluation of their past performance. (2) FAR 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitations will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate Offers: Technical Capability, Price and Past Performance. Technical will be evaluated as either Acceptable or Unacceptable. Definitions are as follows: ACCEPTABLE: To be rated acceptable, the offerors techn ical proposal must demonstrate it can meet all requirements in the Statement of Work. UNACCEPTABLE: A technical proposal that fails to demonstrate it can meet one or more requirements of the Statement of work will be determined unacceptable. Past Perform ance will be evaluated as high risk, medium risk and low risk with definitions as follows: Unsatisfactory / High Risk - Significant doubt exists that the offeror will satisfactorily perform the services on solicitation, based on preponderance of unsatisfa ctory performance records under the various factor evaluations, or offerors record of unsuccessful past and current contracts performance in fulfilling requirements similar to the size and complexity of the services under solicitation. Verification of pa st performance shows that offerors have consistently not met work schedules and other obligations, have defaulted on at least one contract within the past three years, or have chronically failed to meet contract terms. -Satisfactory / Moderate Risk - Some doubt exists based on instances of record of poor performance, especially in contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror meets work schedules and specified services m ost of the time, meets contract terms without failure or resolves issues immediately, and has not been defaulted on any contract within the past three years. Good / Low Risk - Little doubt exists, based on the offeror's preponderance of good, if not excell ent past and current records of contract performance, especially in large contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror consistently meets work schedules, provides spec ified services, meets contract terms without failure, and has not been defaulted on any contract within the past three years. Offeror without technical or insufficient technical information to show that their offer meets the performance work statement shall not be evaluated for award. The Government reserves the right to award to other than the low offeror for better technical c apability and/or better performance records. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions if determined to be in its best interest to do so. (3) FAR 52.212-3, Offeror Representations and Certifications; a completed copy of which shall be submitted with the offer. (4) FAR 52.212-4, Contract Terms and Conditions, Key Personnel; and FAR Clauses 52.217-8 (30 days prior to expiration of the contract) (5) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, specifically, para (b)(15), (16),(17), (18), (19), (31), (6) DFAR 252.232-7003 (7) FAR 52.252-1: for all referenced clauses/provisions, see web site http://www.arnet.gov/far or http://web2deskbook.osd.mmil/default.asp It is now a requirement that all contractors doing business with the Department of Defense be registered with CCR (the website may be accessed on the internet at: www.ccr.gov to register). Offerors responding to this announcement shall provide all inform ation 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. There fore, the offerors initial offer should contain the offerors best terms from a cost or price standpoint. However, the Government reserves the right to conduct discussions if later and determined by the Contracting Officer to be necess ary. 52.212-2 Evaluation - Commercial Items. 52.212-3, Offeror Representations and Certifications  Commercial Items; an authorized representative of the offeror must sign these representations and certifications and must be included with the offer. T he 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  Commer cial Items; with applicable FAR Clauses: 52.222-36 and 52.222-37. DFAR Clauses: 252.225-7000 Buy American Act  Balance of Payments Program 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 most advantageous to the Government, price and other factors considered. GENERAL INFORMATION: Only the Contracting Officer has the authority to approve changes to this contract that would result in an increase or decrease in the awarded price. Monthly payment under the terms of the contract will be made in arrears. The foll owing FAR provisions and clauses apply to this solicitation: 52.212-1, Instructions to Offerors- Commercial; 52.219-28 Post-Award Small Business Program Representation; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Employment; 52.222-3 5 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 Require d CCR; 52.217-8 Option to Extend Services; 52.232-18, Availability of Funds; 252.212-7001 Contract Terms, 252.204-7004 Required Central Contractor Registration; 252.225-7002 Qualifying Country Sources as Subcontractors. (Contractor to include a comp leted copy of the following provisions with quote) 52.212-3 Offeror Reps and Certs; Referenced provisions and clauses may be accessed electronically at these addresses: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfar. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ07T0168/listing.html)
 
Place of Performance
Address: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW Washington DC
Zip Code: 20307-5000
Country: US
 
Record
SN01412221-F 20070921/070920093241 (fbodaily.com)
 
Source
FedBizOpps 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.