Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2017 FBO #5699
DOCUMENT

65 -- SCRIPTPRO - Attachment

Notice Date
6/29/2017
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA25017Q0812
 
Response Due
7/7/2017
 
Archive Date
10/5/2017
 
Point of Contact
Rachelle J. Hamer
 
E-Mail Address
Contracting Officer
(rachelle.hamer@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Combined Synopsis Solicitation: SCRIPTPRO 1. General: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This notice constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is VA250-17-Q-0586 and is issued as a Request for Quote (RFQ). This solicitation document and incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, effective January 19, 2017. This procurement is set-aside 100% for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and only qualified Offerors may submit bids. This requirement will be awarded on all-or-none basis. The applicable North American Industry Classification System Code (NAICS) is 334510 and the small business size standard is 1,250 employees. OFFERORS MUST STATE THEIR BUSINESS SIZE when submitting their offer AND if the item is on a FSS/GSA schedule awarded to the Offeror include the schedule information on your offer. Set-Aside Requirement: Only verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSBs in accordance with VAAR Part 819. A non-verified vendor that submits a bid or proposal should be rejected as non-responsive or technically unacceptable as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. All other purported SDVOSBs must apply for and receive verified status in accordance with 38 CFR Part 74 and be listed in VIP prior to submitting a bid or offer on an acquisition conducted in accordance with VAAR Part 819. The VIP database will be checked both upon receipt of an offer and prior to award. New Equipment ONLY; NO remanufactured/recovered material/reconditioned or "GRAY MARKET" items. All items must be covered by the manufacturer's warranty. No telephone requests for information will be accepted. Only emailed requests received directly from the Offeror are acceptable. It is the Offeror responsibility to ensure the quote is received. Quote must be good for 30 calendar days after close of this Combined Synopsis Solicitation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. 2. Line items: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 SCRIPTPRO INVENTORY MANAGEMENT MODULE 1.00 EA $38,438.4000 $38,438.40 Brand Name or Equal $38,438.40 0002 INSTALLATION FEE 1.00 EA $14,011.4000 $14,011.40 Brand Name or Equal $14,011.40 0003 PHARMACY DATA CONVERSION ADD-ON 1.00 EA $1,921.9200 $1,921.92 Brand Name or Equal $1,921.92 0004 MONTHLY SUPPORT (THROUGH THE END OF FY17) 4.00 EA $344.0000 $1,376.00 Brand Name or Equal $1,376.00 GRAND TOTAL $55,747.72 4. Specifications: real-time inventory tracking order generation electronic transmission inventory receiving for retail and ambulatory pharmacies virtual inventory segregation for Pharmacy 5. Date(s) and place(s) of delivery and acceptance and FOB point: Delivery must be within 30 days ARO Deliver to: Department of Veterans Affairs Cleveland VA Medical Center 10701 East Blvd. Cleveland, OH 44106 6. Applicable Provisions and Clauses: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The following FAR and VAAR provisions and clauses are incorporate into this solicitation document by reference: 52.212-1, Instructions to Offerors-Commercial; 52.212-4, Contract Terms and Conditions- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (of which 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-1, 52.225-13, and 52.232-34 are applicable); VAAR 852.246-70, Guarantee, (fill in) one year or better; and 852.246-71, inspection. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 52.212-2, Evaluation-Commercial Items, and VAAR 852.211-73 and Brand Name or Equal, is also incorporated into this solicitation. At minimum, the offered item must meet all product specifications/salient characteristics of the requested item and be compatible with using the requested items disposables to be considered a responsive offer. 7. Offeror Attachments: If an equal item is offered, the offeror must submit descriptive literature that conclusively establishes product equivalency and technical acceptability and compatibility at time of quote submission. IF THE OFFEROR IS NOT THE MANUFACTURER OF THE QUOTED ITEMS, THE OFFEROR SHALL SUBMIT WRITTEN EVIDENCE AT THE TIME OF QUOTE SUBMISSION THAT CLEARLY VERIFIES THEYARE AN AUTHORIZED DISTRIBUTOR AND/OR RESELLER OF THE QUOTED PRODUCTS and will provide the items on or before the specified delivery date. 8. Offer Evaluation and Award. This is a competitive Request for Quotations (RFQ) that will be evaluated under FAR Part 12 and 13. The Government will issue a Firm-Fixed Price Purchase Order resulting from this solicitation to the responsible offeror whose offer conforms to the requirements within this solicitation and will be the most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: Technical (capability of offer to meet the Government s needs) Delivery/Installation Availability Price An Offeror s initial quote should contain the best terms from a price and technical standpoint. Offerors are reminded that representatives from your company SHALL NOT contact any Cleveland VAMC personnel to discuss this RFQ during the solicitation and evaluation process. RESPONSES ARE DUE: Friday, July 7, 2017 at 5PM EST. Offers will only be accepted electronically via e-mail to rachelle.hamer@va.gov. Enter RFQ VA250-17-Q-0586 ScriptPro in the email subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25017Q0812/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-17-Q-0812 VA250-17-Q-0812.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3624693&FileName=VA250-17-Q-0812-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3624693&FileName=VA250-17-Q-0812-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Louis Stokes Cleveland VAMC;10701 East Blvd.;Cleveland, OH 44106
Zip Code: 44106
 
Record
SN04563277-W 20170701/170629235825-c4f39b2713b049fa33ac88ff2d42bc46 (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.