Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2008 FBO #2308
MODIFICATION

58 -- Automated Prescription Refill Services

Notice Date
3/20/2008
 
Notice Type
Modification
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, GA, 31699-1794, UNITED STATES
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-08-Q-0023
 
Response Due
3/25/2008
 
Archive Date
4/9/2008
 
Point of Contact
Kelli Gibbs, Contract Specialist, Phone 229-257-4716, Fax 229-257-4032
 
E-Mail Address
kelli.gibbs@moody.af.mil
 
Description
The purpose of this amendment is to announce that this acquisition will be pursued Sole Source with AUDIOCare Systems, LLC in accordance with FAR 5.202(a)(8, FAR 5.102 (a)(6) and FAR 6.302-1. The statement of work will be changed for maintenance only of an existing system. The solicitation close date has been changed to 25 Mar 2008. If you have any questions, please contact SSgt Kelli Gibbs at 229-257-4716.The 23rd Contracting Squadron/LGCA plans to establish a Blanket Purchase Agreement (BPA) for Automated Prescription refill Services. This announcement constitutes the only solicitation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is FA4830-08-Q-0023. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-24, Defense Acquisition Circular (DAC) 91-13 correction, and Air Force Acquisition Circular (AFAC) 2008-0128.For informational purposes The Standard Industrial Classification Code is 7379 and the North American Industry Classification System is 541519. The QUOTATION SCHEDULE contains five line items for base year and four one year options. SPECIFICATIONS: Contract Line Item 0001: Automated Prescription Refill Services for 01 Apr 2008-31 Mar 2009 Contract Line Item 0002:. Automated Prescription Refill Services for 01 Apr 2009-31 Mar 2010 Contract Line Item 0003: Automated Prescription Refill Services for 01 Apr 2010-31 Mar 2011. Contract Line Item 0004: Automated Prescription Refill Services for 01 Apr 2011-31 Mar 2012. Contract Line Item 0005: Automated Prescription Refill Services for 01 Apr 2012-31 Mar 2013. STATEMENT OF WORK FOR AUTOMATED PRESCRIPTION REFILL AND PATIENT APPOINTMENT REMINDER SYSTEMS 1. DESCRIPTION OF SERVICES. The contractor shall provide automated pharmacy prescription refill services and automated patient appointment reminders for the 23rd Medical Group, Moody AFB, Georgia. The contractor shall furnish all personnel, equipment, tools, materials, transportation, supervision, and other items and services necessary to perform all system tasks and functions. The contractor must perform to the standards identified in the statement of work. 1.1. BASIC SERVICES. The contractor shall provide automated services for medication prescription refill and appointment reminders based on beneficiary status as determined by the DoD Composite Healthcare System (CHCS). The contractor shall provide the required hardware for the telephony and core web applications. The contractor shall provide voice recordings to accommodate site changes in areas such as: hours of operations, internal transfer locations, new area codes or telephone exchanges, and operations procedures or promotions. 1.1.1. The contractor must plan downtime, upgrades, and any other disruption to the system to occur during non-duty hours. If this is not possible, adequate advance notice must be given to users before system shut down can occur. The contractor must perform system and working file backups and restorations as required, protecting the government from loss of systems and data. The contractor must provide sufficient data archive procedures, and the data must be protected from inadvertent disclosure. The contractor must develop a remote access capability and perform upgrades as new software or hardware becomes available. The contractor shall analyze, identify, and correct local problems within the system. 1.1.2. The contractor must provide appropriate firewall and security systems. The contractor will support Internet access. The contractor shall continually update computer security to protect the government against unauthorized access. 1.1.3. Software Applications. The contractor will install and update all software applications, as they become available through normal channels. The contractor will make recommendations for application upgrades. All system data must be protected from disaster loss. 1.1.4. Training and User Support. The contractor must provide remote and on-site management and support services. A help desk will be established to assist users with software and training needs. Sufficient training must be provided to users when new software or hardware is installed. All users must be adequately trained on the procedures for operating software applications. 1.1.5. Inventory Management. All computer components and peripherals are accountable. The contractor will provide an inventory of all equipment to the Pharmacy equipment custodian. 1.1.6. Troubleshooting And Repair. The contractor will provide 24 hour telephone support and perform site visits as necessary to maintain operation of the system. Any problem with the system must be isolated and repaired by the contractor. The contractor will trouble shoot the hardware, software, and communications equipment to determine the best method of repair. If problems are found, the contractor shall contact the appropriate maintenance organization or company and track the trouble call until it is resolved. Replacement hardware/ systems will be provided within one business day of the diagnosis and confirmation of the hardware failure. 2. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The government will provide telephone lines, back-up power system, and LAN access. 3. GENERAL INFORMATION. 3.1. HOURS OF OPERATION. The system shall operate on a 24 hour basis. 3.2. SECURITY REQUIREMENTS. Contractor must possess or be able to achieve Information Assurance Accreditation and Interoperability Certification with Joint Interoperability Test Command (JITC). FOB: Destination. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Quote shall also contain all other documentation specified herein. Signed quotes must indicate CLIN number, quantity, unit price, and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the Best Value offer. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-4032. Offerors that fail to furnish the required representation information or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/; Federal Acquisition Regulation Table of Contents. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759), FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3)), FAR 52.222-26 Equal Opportunity (E.O. 11246) FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212) FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793) FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) FAR 52.225-3, Buy American Act-Supplies (41 U.S.C. 10) FAR 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (41 U.S.C. 10, pub.L.103-187) FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment, FAR 52.228-5 Insurance-Work on a Government Installation. The following FAR Clauses apply if marked /X/: / X/ FAR 52.214-21, Descriptive Literature, /X / FAR 52.219-6, Notice of Total Small Business Set-Aside. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 23RD CONTRACTING SQUADRON (LGCA) LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 12:00 P.M. (noon) EST ON 25 Mar 2008. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION NUMBER, DATE & TIME, AND REQUEST FOR QUOTATION (RFQ) TITLE ON THE OUTSIDE OF THE ENVELOPE. FACSIMILE OFFERS WILL BE ACCEPTED. The point of contact for this solicitation is SSgt Kelli Gibbs, 229-257-4716 or SrA Eric Burton, 229-257-2959, FAX 229-257-4032. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-MAR-2008); 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/USAF/ACC/347CONS/FA4830-08-Q-0023/listing.html)
 
Place of Performance
Address: Moody AFB, GA
Zip Code: 31699
Country: UNITED STATES
 
Record
SN01538202-F 20080322/080321001050 (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.