Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2019 FBO #6454
SOURCES SOUGHT

65 -- FlexCheck Dispensing Kits

Notice Date
7/24/2019
 
Notice Type
Synopsis
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
ATTN: MCAA GP L31 9V 2539 GARDEN AVENUE JBSA FT SAM HOUSTON TX 78234-0000
 
ZIP Code
78234-0000
 
Solicitation Number
W81K0019Q0275
 
Response Due
7/29/2019
 
Point of Contact
MaryAnn Teniente, Purchasing Agent, Phone 2102213057
 
E-Mail Address
maryann.i.teniente.civ@mail.mil
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for FlexCheck Dispensing Kits on a SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large or small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service‐Disabled Veteran‐Owned, Women‐Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set‐aside. The proposed sole source firm fixed price contract to Parata Systems LLC for FlexCheck Dispensing Kits. The statutory authority for the sole source procurement is FAR 13.106‐1(b)(1)(i). Only One Responsible Source and No Other Supply Will Satisfy Agency Requirements. The device's one touch photo capturing device images prescriptions to a remote pharmacist for review and verification. Remote pharmacists can communicate with team members or the patient using the collaborative notes tool, web camera, or phone. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue and RFQ, IBF or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code is 339112, Surgical and Medical Instruments Manufacturing, size standard 1,000. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certification(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.), and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement item is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure there contract requirements to facilitate competition, including among small business concerns. 6. Recommendations to improve the Army's approach/specification/draft PWS/PRS to acquiring the identified items/services. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K0019Q0275/listing.html)
 
Place of Performance
Address: William Beaumont Army Medical Center Fort Bliss, TX
Zip Code: 79920
Country: US
 
Record
SN05379881-F 20190726/190724230026 (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.