Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 17,1999 PSA#2347

MEDCOM CONTRACTING CENTER, ATTN MCAA BLDG 4197, 2107 17TH STREET, FORT SAM HOUSTON TX 78234-5015

70 -- MEDICAL RECORDS CAROUSEL SYSTEM CONTROL UNITS AND PERIPHERALS SOL DADA10-99-Q-0234 DUE 051799 POC Purchasing Agent Sylvia Flores (210) 221-4146 Contracting Officer Jonathan E. Branch, MAJ (210) 295-4896 (Site Code DADA10) WEB: hcaa.medcom.amedd.army.mil, hcaa.medcom.amedd.army.mil. E-MAIL: Sylvia_Flores@medcom2.smtplink.amedd.army.mil, Sylvia_Flores@medcom2.smtplink.amedd.army.mil. This is a COMBINED SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number is DADA10-99-Q-0234 issued as a Request for Quotations (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 90-46. Standard Classification (SIC) is 3577 and Small Business Standard is $18M. This is a 100% Small Business Set Aside. The U.S. Army Medical Command (MEDCOM) Contracting Center intends to pursue a purchase order for commercially available carousel system control units and peripherals (currently designated basic CLIN) which will control, direct, and manage four independent automated carousel stations, three workstations configured to handle returned folders and document filing sortation, andone supervisory/off-carousel locations management system. This system will improve overall operating productivity and assure total record tracking accuracy which will greatly improve record issue service and speed. The specific functions are listed in the Functional Requirements Section of the Statement of Work. The Statement of Work will be provided, upon request, to interested parties. There is a requirement of the carousel system control units and peripherals which must be met (and are non-negotiable) to meet the mission requirements: Equipment must interface with the White Systems, Inc. No-Walk Carousel System which is the equipment currently in-place at the New Womack Army Medical Center and Clark Clinic, Fort Bragg, NC. The hospital systems must be completed,installed and operational no later than 18 June 1999. The Clark Clinic System must be completed, installed and operational no later than 18 June 1999. The provision at FAR 52.212-1, Instruction to Offerors-Commercial, without addenda, applies to this acquisition. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items with offer. The provisions at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, without addenda, and FAR 52.212-5, Contract Terms and Conditions- Commercial Items without addenda, apply to this acquisition (including 52.232-0028; 52.233-3; 52.222-35; 52.222-36; 52.222-37; 52.222-41; 52.222-42; 52.222-47; 52.217-9; and 52.217-1). DFARS clauses are applicable to this procurement 252.212-7001; 1252.225-7013; 252.225-7000; 252.225-7001 and 252.225-7012. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at these addresses: http://www.arnet.gov/far; http://farsite.hill.af.mil; and http://www.dtic.mil/dfars. Award is to be made utilizing Simplified Acquisition Procedures for Commercial Items. All offers from responsible sources will be considered and award will be contingent upon verification of registration with the DOD Central Contractor Registration Database in accordance with FAR 252.204-7004, Required Central Contractor Registration. Quotes shall be provided on Company Letterhead stationary and shall provide this office the following information: Request for Quotation Number; Company Name, address, telephone number, price, any discount terms for prompt payment, DUNS#; TAX ID#; CAGE CODE, and correct mailing and remittance addresses. Utilize GSA or VA contract pricing where possible and provide contract number and pertinent contract information. Provide information that addresses the following evaluation factors: (1) PAST PERFORMANCE. Submit a list of at least 3 points of contact for past or present contracts during the last three (3) years, (2) TECHNICAL CAPABILITY. How your company will provide these items or perform these services, and delivery time, and (3) PRICE. Offeror shall submit a price for the contract line item (CLIN) specified and provide manufacturer of control system and peripherals and warranty periods for each. Quotes must be received by this office by 17 May 1999. Quotes shall be mailed or handcarried to: MEDCOM Contracting Center, ATTN: Ms. Sylvia Flores, Bldg 4197, 2107 17th Street, Fort Sam Houston, TX 78234-5015. For information regarding this solicitation, contact Sylvia Flores, phone (210) 221-4146, fax (210) 221-4430. Posted 05/13/99 (A-SN331463). (0133)

Loren Data Corp. http://www.ld.com (SYN# 0358 19990517\70-0011.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page