Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2010 FBO #3224
SOLICITATION NOTICE

65 -- Automated Pharmacy Equipment Maintenance and Support

Notice Date
9/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334514 — Totalizing Fluid Meter and Counting Device Manufacturing
 
Contracting Office
European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
WK4FW00260N991
 
Response Due
9/23/2010
 
Archive Date
11/22/2010
 
Point of Contact
Thomas K. Dickerson, 011496371868696
 
E-Mail Address
European Regional Contracting Office
(thomas.dickerson1@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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/quotation for commercial items prepared in accordance with the format in FAR subpart 12.6, 13.5 and as supplemented with additional information included in this notice. This announcement constitutes the only quotation; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN REQUEST FOR QUOTATION (RFQ) WILL NOT BE ISSUED. The RFQ number is WK4FW0-0260-N991. This RFQ documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-43, effective 02 Aug 2010 and DCN 20100908. This acquisition is Unrestricted. This will be a low price technically acceptable (LPTA) award. Europe Regional Contracting Office (ERCO), Landstuhl, Germany intends to award a Firm Fixed Price Contract for non-personal services to provide maintenance services and support for Parata Automated Pharmacy Systems in Germany, Italy and Belgium. Exact locations are listed by attachment. Contract Line Items (CLINS) for this requirement are listed by attachment. The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Items, with addenda: add Electronic Submission of Payment Request for the use of Wide Area Workflow-Receipt and Acceptance as Invoice as 2-in-1), 52.203-3, 52.203-6 Alt I, 52.203-12, 52.204-4, 52.204-9, 52.204-10, 52-209-6, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), without addenda; FAR 52.222-21, 52.222-26, 52.222-29, 52.222-50(Alt I), 52.225-13, 52.228-5, 52.232-17, 52.232-33, 52.233-3, 52.233-4, 52.237-2, 52.242-13, and 52.252-1and 2, insert: http://farsite.hill.af.mil; 52.252-6, insert DoD FAR supplement (48 CFR Chapter 2), DFARS 252.201-7000, 252.203-7000, 252.203-7002, 252.204-7000, 252,204-7003, 252.209-7004, 252.212-7001(Deviation), 252.223-7006, 252.225-7043, 52.229-7001, 252.229-7002, 252-229-7003, 252.232-7003, 252.232-7008, 252.232-7010, and 252.247-7023, 52.212-3 Alt I, 52.212-5(Deviation), The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial, with addenda: ADDENDUM TO 52.212-1, Instructions to Offerors, The following paragraphs are hereby amended: Para (a) Does not apply to this quotation. Para (b) Replace subparagraph (4) with the following: (4) Technical Capability. The offeror must demonstrate compliance with the requirements in the quotation by submitting a written quotation which addresses compliance with the following technical subfactors: Subfactor 1: Ability to provide service technicians with a minimum of two years experience servicing/working on this type of equipment. Subfactor 2: Ability to provide required software upgrades and updates to support the equipment identified in the schedule. Subfactor 3: Ability to provide one annual on-site service visit to support the equipment at all locations. Subfactor 4: Ability to exchange 25% of the cells annually at all locations. Subfactor 5: Ability to provide the required parts and supplies in the quantities requested. Subfactor 6: Ability to provide unlimited telephonic support. Subfactor 7: Ability to provide quarterly updates of the pill image library. Subfactor 8: Ability to provide and install all manufacturer field modifications to include all safety and software revisions necessary to correct equipment deficiencies. (NOTE: Failure to receive an acceptable rating of any of the above technical subfactors will result in an unacceptable rating unless the error(s), deficiency (ies) or omission (s) can be corrected.). Para (c) Change 30 to 60. Para (d) Does not apply to this quotation. Para (i) Does not apply to this RFQ. Add the following: Para (m) FORMAT and SIZE. Quotations should be submitted in type which is no smaller than 10 font, single-spaced, on plain white paper, with a maximum of 25 pages. Page limitations shall be treated as maximums. If exceeded, the excess pages will not be read or considered in the evaluation of the quotation and (for paper copies) will be returned to the offeror as soon as practical. The technical quote shall address how you will comply with the requirements set forth in the PWS and must clearly explain each of the technical subfactors as shown in paragraph (4) above. The following is excluded from the page count: copies of certificates, price schedule, completed FAR 52.212-3 Offeror Representations and Certifications Commercial Items, and acknowledgement of any amendments issued. Para (n) ELECTRONIC QUOTES. Quoters may submit electronic quotes in response to this quotation. The quote must arrive by the time specified in the quotation to the following email address: thomas.dickerson@amedd.army.mil. Quoters may call Thomas K. Dickerson at +49-6371-86-8696 to verify receipt of the quote. If the offeror chooses to email the quote, the Government will not be responsible for any failure of transmission or receipt of the quote, or any failure of the offeror to verify receipt of the emailed quote. Para (o) QUESTIONS. Prospective quoters are strongly encouraged to submit any questions regarding this quotation by 21 September 2010 through email to thomas.dickerson@amedd.army.mil, or fax +49-6371-86-8070. All questions received will be answered officially through an amendment for distribution to all prospective quoters. FAR 52.209-5, 52.222.29, 52.233-2, 52,209-7001, 252.212-7000, 52.212-2, EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this quotation to the responsible offeror whose offer conforming to the quotation will be most advantageous to the Government, price and other factors considered. Award will be made on the basis of the low price technically acceptable offer. If any one subfactor under the technical factor is rated Unacceptable, you quotation will no longer be considered for contract award. The following factors shall be used to evaluate offers: Factor I - Technical. The offeror must show compliance with the requirements in the quotation by submitting a written quotation which describes: Subfactor 1: Ability to provide service technicians with a minimum of two years experience servicing/working on this type of equipment. Subfactor 2: Ability to provide required software upgrades and updates to support the equipment identified in the schedule. Subfactor 3: Ability to provide one annual on-site service visit to support the equipment at all locations. Subfactor 4: Ability to exchange 25% of the cells annually at all locations. Subfactor 5: Ability to provide the required parts and supplies in the quantities requested. Subfactor 6: Ability to provide unlimited telephonic support. Subfactor 7: Ability to provide quarterly updates of the pill image library. Subfactor 8: Ability to provide and install all manufacturer field modifications to include all safety and software revisions necessary to correct equipment deficiencies. Factor II Price. The Government will select the quotation that is based upon the lowest evaluated price, technically acceptable offer. EVALUATION STANDARDS. The contractors technical factors will be evaluated using the following standards for a final rating: ACCEPTABLE: A quotation that satisfies all of the Governments requirements with minimal detail to indicate feasibility of the approach and shows minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Governments requirements. UNACCEPTABLE: A quotation that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the quotation. SUSCEPTIBLE TO BEING MADE ACCEPTABLE: An approach which, as intially proposed, cannot be rated acceptable because of a minor error(s), omission(s) or deficiency(ies) which is capable of being corrected without a major rewrite or revision of the quotation. (NOTE: A Susceptible rating cannot be a final rating. The final rating will either increase to a rating of Acceptable or decrease to Unacceptable.) (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; Remarks. (1) Quotations shall include: (a) A completed copy of the provision at FAR 52.212-3. (2) All responsible sources may submit a quotation, which shall be considered. (3) Quotations must be received by 23 Sep 2010 at 1600 (4:00 p.m.) Central European Time, and reference the quotation number. Quotations shall be emailed to: (thomas.dickerson@amedd.army.mil) or faxed to 01149-6371-86-8070. For information regarding this quotation contact Thomas K. Dickerson at 01149-6371-86-8696 or email to the above address and reference the quotation number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/WK4FW00260N991/listing.html)
 
Place of Performance
Address: Europe Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE
Zip Code: 09180
 
Record
SN02289658-W 20100922/100920235644-feb4c3220df576f371a4dcc790f0eb5f (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.