Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 29, 2012 FBO #4023
SOLICITATION NOTICE

65 -- ANNUAL MAINTENANCE FOR ECLIPSE TREATMENT PLANNING SYSTEM/ARIA ONCOLOGY INFORMATION SYSTEM, FORT BELVOIR COMMUNITY HOSPITAL, RADIOLOGY/ONCOLOGY DEPARTMENT, FORT BELVOIR, VIRGINIA 22060.

Notice Date
11/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine 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-13-T-2188X
 
Response Due
11/30/2012
 
Archive Date
1/26/2013
 
Point of Contact
Acy Bellamy, 703-806-0204
 
E-Mail Address
Medcom Contracting Center North Atlantic
(acy.bellamy@amedd.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. The United States Army Medical Command (MEDCOM), HCAA-N, Directorate of Contracting, Fort Belvoir, Virginia, intends to negotiate solely (as described in FAR 6.302-1) with Varian Medical Systems, 2250 Newmarket Parkway, Suite 120, Marietta, GA 30067. This is a notice of intent to issue an award to Varian Medical Systems, on a sole source basis, for non-personal services (Annual Maintenance Services on a variety of Varian Medical Systems proprietary product(s)); Eclipse Treatment Planning/Aria Oncology Information Systems. The installed proprietary hardware and software is a result of surgeon's original diagnostic decision for specific Varian Medical Systems manufactured/developed products. Currently, these items need to get upgraded and maintained to allow FBCH continued delivery of radiation treatments safely and accurately. Justification for a sole source include the following: This vendor is the only responsible source that can perform the requested proprietary services for the products listed.(Or, quote mark Only one Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements quote mark ). Consequently, this solicitation is a request for a sole source quotation from Varian Medical Systems. A determination by the Government not to compete the proposed effort on a full and open competitive basis, based upon responses to this notice, is solely within the discretion of the Government. Accordingly, interested organizations may submit information for consideration of their capabilities and qualification for future acquisitions as listed below in last paragraph. This solicitation documents and incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-26 and Defense DCN 20080513. The applicable North American Industry Classification System (NAICS) code is 811212. The business size standard is $25 million. Item# -----Description of Supply/Services -----Qty ----Unit Price-----Total Cost 0001 - Eclipse Treatment Planning Sys M.. 12Mo - - 0002 - Aria Oncology Info Sys M... 12Mo - - 1001 - Eclipse Annual Services - Option1 12Mo - - 1002 - Aria Annual Services - Option1 12Mo - - 2001 - Eclipse Annual Services - Option2 12Mo - - 2002 - Aria Annual Services - Option2 12Mo - - 2003 - Calculation Workstn Refresh-Option2 12Mo - - 2004 - NonCalculation Workstn Refresh-Opt2 12Mo - - 3001 - Eclipse Annual Services - Option3 12Mo - - 3002 - Aria Annual Services - Option4 12Mo - - 4001 - Eclipse Annual Services - Option4 12Mo - - 4002 - Aria Annual Services - Option 4 12Mo - - Note: Period of Performance (POP) is for 1 base year - Dec 1, 2012 to Nov 30,2013; and 4 Option Yrs, sequentually, Dec 1, 2013 to Nov 30, 2017. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.204-7, Central Contractor Registration. FAR 52.209-6, Protecting the government's interest.FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: price. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (Deviation). FAR 52.219-28, Post Award Small Business Program Representation. FAR 52.222-3, Convict Labor. FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies. FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-36, Affirmative Action for Workers with Disabilities. FAR 52.222-50, Combating Trafficking in Persons. FAR 52.232-18 Availability of funds. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. FAR 52.232-33, Payment by Electronic Funds- Central Contractor Registration. FAR 52.233-3, Protest After Award. FAR 52.233-4, Applicable Law for Breach of Contracts. FAR 52.247-34, F.O.B. Destination. FAR 52.252-6, Authorized Deviation in Clauses with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. FAR 52.253-1, Computer Generated Forms. FAR 52.252-2, Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://www.arnet.gov/far and http://farsite.hill.af.mil; clauses may be accessed electronically in full text by going to either of these two Internet addresses. DFAR 252.204-7004 Alt A, Required Central Contractor Registration. DFAR 252.212-7001, Contract Terms and Conditions (Deviation). DFAR 252.225-7001, Buy American Act and Balance of Payment Program. DFAR 252.225-7002, Qualifying Country Sources as Subcontractors. DFAR 252.232-7003, Electronic Submission of Payment Requests; requests for payments must be submitted electronically through the Wide Area Workflow system at https://wawf.eb.mil. DFAR 252.247-7023, Transportation of Supplies by Sea (Alt III). AFFAR 5352-201-9101, Ombudsman. AFFAR 5352.223.9000, Elimination of Use of Class I Ozone Depleting Substance. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.Contractors are asked to submit their TAX ID number with their proposal. Quotes must be received at the address listed above in paragraph one, no later than 3:00 p.m. PST on Nov 30, 2012. The point of contact for this solicitation is Acy Bellamy, Contract Specialist, (703) 806-0204, Acy.Bellamy@US.Army.Mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-13-T-2188X/listing.html)
 
Place of Performance
Address: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg 1467, 6021 5th Street Fort Belvoir VA
Zip Code: 22060
 
Record
SN02937689-W 20121129/121127234429-fbd188fea462818fc70b2257ae227aa3 (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.