|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 15,1997 PSA#191081 CONS/LGCS, 200 Fifth Street, Suite 103, Keesler AFB MS 39534-2104 70 -- SOFTWARE SUBSCRIPTION SOL f22600-97-Q0683 DUE 082797 POC
Margarette E. Trone, Contrat Specialist, (601) 377-1841/FAX (601)
377-3298, Joy K. Bissonnette, Contracting Officer, (601-377-3130 This
is a sole source combined synopsis/solicitation for commercial items
prepared in accordance with the format in FAR subpart 12.6 as
supplemented with additional information provided in this notice. This
announcement constitutes the only solicitation, a quote is being
requested and a written solicitation will not be issued. Solicitation
number F22600-97-Q0682 is issued as a Request for Quotation (RFQ). The
standard classification code is 5045, small business size is 100
employees. The incorporated document and provisions and clauses are
those in effect through Federal Acquisition Circular 90-46. This
document also serves as a notice of the Government's intent to
negotiate with Micromedex Inc, Englewood, Co., on a noncompetitive
basis for the procurement of: one (1) each Subscription for Annual
Software Maintenance, 9 System, to include: Drugdex, Emergindex,
Injury/Illness -- Aftercare Instructions, Drug-Reax, Martindale,
Pharmaceutical MSDS, Physicians Desk Reference, Poisindex, Reprorisk,
Tomes,USPDI -- After care Instructions. This software is needed to
interface with Composite Health Care System (CHCS) terminals used at
Keesler AFB Medical Center. Period of performance is 01 Oct 97 through
30 Sep 98. Statement of Work: 1. The contractor shall be responsible
for Technical Support/Software Updates and Repair Actions described
herein. 2. Responsibilities of the Contractor. a. General: The
contractor shall provide all necessary maintenance, labor,
documentation, software, training and other related services needed to
restore and keep the software in operable condition. The contractor
shall not be liable for support necessitated by catastrophe; accident;
neglect; misuse, failure of electrical power, air conditioning, or
humidity control, unless caused by the Contractor; or fault of, or
negligence of the Government. b. Competency of Contractor Personnel:
All services under this contract shall be performed by competent
certified personnel who have completed applicable software support
training courses. Certification shall be submitted to the Operational
Contracting Office (OCO) upon request. c. Damaged Materials: The
contractor shall replace any Government owned materials that are
damaged by contractor fault, with materials of equal or better quality.
d. Time of Performance: The contractor shall provide Technical Support
with a technical specialist within 4 hours of the initial call, 24
hours a day, seven days a week. e. Contractor Point of Contact: The
contractor shall identify an Account Coordinator (with toll-free
number) and Bulletin Board Service (with a toll-free number) for
Technical support. 3. Type of Service: On-Site Service: The contractor
shall provide On-Site Service to accommodate immediate on-site needs
and an updated directory of engineers and consultant in the local area.
4. Failure of Performance: If the contractor fails to perform Technical
Support within the prescribed time, the contractor shall grant credit
to the Government. 5. Additions/Deletions: This order may be amended to
include updated software and delete outdated software. This
noncompetitive action will be processed in accordance with provisions
of FAR 6.301-1 (Only One Responsible Source and No Other Supplies or
Services will Satisfy Agency Requirements). Micromedex Inc is the only
known company that can provide the required items. Delivery terms
shall be FOB Destination, to Keesler AFB, MS. Delivery shall be made
within 30 days after award of contract. Inspection and acceptance shall
be made at destination. The following clauses and provisions are
incorporated and will remain in full force in any resultant contract:
FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 1995), is
incorporated by reference and applies to this acquisition and is
amended to read, submit signed and dated offers to 81 CONS/LGCS, 200
Fifth St., Room 104, Keesler AFB, MS 39534-2101, at or before 3:30 p.m.
CST, 27 Aug 97. Offers must be signed and may be submitted on your
company letterhead or stationary, or your standard company quotation
forms. The provision 52.212-2 Evaluation-Commercial Items (Oct 1995) is
incorporated by reference. The government intends to award a contract
without discussion to the responsible offeror whose quotation
conforming to the solicitation will be most advantageous to the
Government, price and other factors considered. Each offeror shall
include a completed copy of the provisions at FAR 52.212-3, Offeror
Representation and Certifications-Commercial Items (Jan 1997) with its
quote. FAR 52.212-4 Contract Terms and Conditions-Commercial Items
(May 1997) is incorporated by reference and applies to this
acquisition. The clause at 52.212-5 Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial Items
(Aug 1996) is incorporated by reference, however for paragraph (b) only
the following clauses apply: 52.222-26 Equal Opportunity (Apr 1984);
52.222-35 Affirmative Action for Special Disabled and Vietnam Era
Veterans(Apr 1984); 52.222-36 Affirmative Action for Handicapped
Workers (Apr 1984); 52.222-37 Employment Reports on Special Disabled
Veterans and Veterans of the Vietnam Era (Jan 1988); 52.225-3 Buy
American Act-Supplies (Jan 1994); and 52.232-33 Mandatory Information
for Electronic Funds Transfer Payment Method (Aug 1996). The contractor
shall extend to the Government full coverage of any standard commercial
warranty normally offered in a similar commercial sale. Acceptance of
the warranty does not waive the Government's right with regard to the
other terms and conditions of the contract. In the event of a conflict,
the terms and conditions of the contract shall take precedence over the
warranty. The warranty period shall begin upon final acceptance of the
items listed in the schedule. The Government anticipates an award date
of 05 Sep 97. This is a DO rated order with a program identification
symbol of A7. All questions concerning this RFQ must be submitted in
writing, no telephonic responses will be processed. Questions should be
faxed to Miss Margarette Trone and addressed to 81 CONS/LGCS, FAX No.
601-377-3298 to arrive not later than 20 Aug 97. See Note 22. (0225) Loren Data Corp. http://www.ld.com (SYN# 0366 19970815\70-0011.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|