Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2004 FBO #0972
SOLICITATION NOTICE

65 -- Requirement for premium maintenance, support and service agreement for AudioCare Systems Automated Pharmacy Telephone Software for the period 1 October 2004 through 30 September 2005

Notice Date
7/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment 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-04-T-0124
 
Response Due
8/3/2004
 
Archive Date
10/2/2004
 
Point of Contact
Anita.Adcock, 910-907-9303
 
E-Mail Address
Email your questions to Medcom Contracting Center North Atlantic
(anita.adcock@na.amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is solicitation number W91YTZ-04-T-0124 and is a re quest for quotation (RFQ). This is a total Small Business Set-Aside. The Standard Industrial Classification Code is 7699 and the small business size standard is $5.0. The North American Industry Classification System Code is 811219. Womack Army Medical Center, Fort Bragg, North Carolina, 28310, has a requirement for premium maintenance, support and service agreement for AudioCare Systems Automated Pharmacy Telephone Software. The Plan includes Maintenance and Support Services to provide comprehensive software maintenance, technical support for the AudioCARE Server, and customer service for all installed AudioCARE Systems applications. AudioCARE systems are licensed on an annual basis. AudioCARE provides the required hardware for the telephony and cor e web applications, therefore, all components of the AudioCARE systems must be covered by this agreement. Replacement systems will be provided within one business day of the diagnosis and confirmation of a hardware failure. Software patches required to k eep the AudioCARE applications operational must be provided as part of this agreement. Twenty Four Hour/Seven Days a week Emergency support is required. The period of performance is a base period of one (1) year (1 October 2004 through 30 September 2005) with two (2) one-year option periods. The Government intends to make a sole source award for the services described herein to MUMPS AUDIOFAX, INC. All offers received in response to this solicitation will be considered. Responses will be used to determ ine whether bonafide competition exists. Responses are to be faxed to Anita Adcock at 910-907-9307 or emailed to anita.adcock@na.amedd.army.mil no later than 1400 hours on 30 July 2004. It is now a requirement that all contractors doing business with the Department of Defense be registered with CCR (the website may be accessed on the internet at: www.ccr.gov to register). Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (FAR) Provisio n 52.212-1, Instructions to Offeror-Commercial Items. As stated in this provision, the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror??????s initial offer should contain the offeror??? ???s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later and determined by the Contracting Officer to be necessary. 52.212-2 Evaluation - Commercial Items. 52.212-3, Offeror Rep resentations and Certifications ?????? Commercial Items; an authorized representative of the offeror must sign these representations and certifications and must be included with the offer. The resulting firm fixed price award will incorporate the requirem ents of the following clauses: 52.212-4, Contract Terms and Conditions ?????? Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ?????? Commercial Items; with applicable FAR Clauses: 52.222-36 and 52.222-37. DFAR Clauses: 252.225-7000 Buy American Act ?????? Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payments Program. Evaluation factors: The Government will award a contract resulting from this solicit ation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Th e following factors shall be used to evaluate offers: Technical/Past Performance/Price. Technical ?????? Provide current copies of required professional credentials for personnel. Past Performance ?????? provide a list of all Government Contracts for su bject service held over the last two (2) years. Include the agency name, address, name and phone number of a person to contact, the contract number, and dollar value and type of contract. The evaluation of past performance will not be numerically rated. Evaluation of past performance will be based on the following: a. High Risk ?????? equated to a low probability of success. Verification of past performance shows the offerors have consistently not met work schedules and other obligations, have default ed on at least one contract within the past three (3) years, or have chronically failed to meet contract terms. b. Medium Risk ?????? Equates to a reasonable expectation of success. Verification of past performance shows that offeror occasionally has n ot met work schedules or other obligations, on occasion has been unable to provide requested services, or met contract terms with only a few reported failures, and has not defaulted on any contract within the past three (3) years. C. Low Risk ?????? Equa ted to a substantial probability of success. Verification of past performance shows that the offeror consistently meets work schedules, provides specified services, meets contract terms without failure, and has not been defaulted on any contract within th e past three (3) years. Price: The award will be made on a best value basis with a technically acceptable firm which offers the Government the best value, based on an evaluation of past performance and price, as equally rated factors. Price will be eval uated separately from past performance. Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). STATEMENT OF WORK: Audiocare Systems Maintenance. Contractor shall provide premium maintenance support and service (Inte rnational Standard) and license renewal for Audiocare System at Womack Army Medical Center, Fort Bragg, North Carolina for the period 1 October 2004 through 30 September 2005 with two one-year option periods. Consists of: WebRX Inf, ACS-SX100, WebRefill, WebinQuir, ACSA-u4, AudioRemi, AudioInqui, AudioCane, AudioServe, DOD-S12, C-Menu, C-Offline, C-Refill, Rotary-12, and C-RX-info. GENERAL INFORMATION: Only the Contracting Officer has the authority to approve changes to this contract that would result i n an increase or decrease in the awarded price. Contractor will not work on equipment unless there is a valid contract in place. Contractor will not exchange Government owned equipment unless approved by the Chief, Medical Maintenance Branch, Quality Con trol. Quarterly payment under the terms of the contract will be made in arrears. The following FAR provisions and clauses apply to this solicitation: 52.212-1, Instructions to Offerors- Commercial; 52.222-21 Prohibition of Segregated Facilities; 52.222 -26 Equal Employment; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; and 52.225-3 Buy American Act ?????? North American Free Trade Agreement; 52.228-5 Insurance-Work on a Governmen t Installation; 252.204-7004 Required CCR; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend Term; 52.232-18, Availability of Funds; 52.232-19 Availability of Next Year Funds; 252.212-7001 Contract Terms, 252.232-7003 Electronic Submission of P ayment Requests; 252.204-7004 Required Central Contractor Registration; 252.225-7002 Qualifying Country Sources as Subcontractors. (Contractor to include a completed copy of the following provisions with quote) 52.212-3 Offeror Reps and Certs; 52.222-48 Exemption from Service Act; 252.212-7000 Offeror Reps and Certs ?????? CI. Referenced provisions and clauses may be accessed electronically at these addresse s: http://www.arnet.gov/far; http://farsite.hil.af.mil; http://www.dtic.mil/dfar. .
 
Place of Performance
Address: Womack Army Medical Center ATTN: MCAA NARCO, CONTRACTING CELL, BUILDING 4-2817 REILLY ROAD Fort Bragg NC
Zip Code: 28310-5000
Country: US
 
Record
SN00629682-W 20040725/040723212605 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.