Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2005 FBO #1360
SOLICITATION NOTICE

J -- Premium P2000 software maintenance, Pharmacy 2000

Notice Date
8/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1 38400 Bob Wilson Drive, San Diego, CA, 92134-5000
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-05-T-0096
 
Response Due
8/23/2005
 
Archive Date
9/7/2005
 
Point of Contact
Nick Delos Reyes, Purchasing Aagent, Phone 619-532-5289, Fax 619-532-5596,
 
E-Mail Address
nddelosreyes@nmcsd.med.navy.mil
 
Description
The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received with (fifteen days )after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This is a COMBINED SYNOPSIS/SOLICITATION FOR COMMERICAL ITEMS PREPARED IN ACCORDANCE WITH THE INFORMATION IN far Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued PAPER COPIES OF THIS SOLICTATION WILL NOT BE AVAILABLE. The RFQ number is N00259-05-T- 0096. This solicitation documents and incorporated provisions and clauses in effect through FAC 2005-05. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses; www.arnet.gove/far and www.dtic.mil/dfars. The NAICS code is 541511. This is an unrestricted action. Naval Medical Center San Diego, Material Management Division request responses from qualified sources capable of providing. 1. Premium P2000 software maintenance in accordance with the statement of work. Mfr: McKesson Automated Prescription System. Qty: 12 months, U/P: _________, Extended Amt: ___________ 2. ACCUMED Maintenance, Qty: 12 month, U/P: ________, Extended Amt:_________ 3. Drug Equivalency Data Maintenance, Qty: 12 month, U/P: _______, Extended Amt:_________ STATEMENT OF WORK WITH NO LOANER OPTION NO LOANER OPTION – MEDICAL EQUIPMENT SERVICE MAINTENANCE STATEMENT OF WORK GENERAL REQUIREMENTS: The effort required hereunder shall be performed in accordance with this Statement of Work and in accordance with all other terms and conditions set forth herein. The contractor shall provide all services, materials and equipment necessary for the repair/maintenance of Pharmacy 2000 located in the Naval Hospital Lemoore - Pharmacy Department Naval Medical Center, San Diego (NMCSD)to ensure dependable and reliable equipment operation. The scope of work performed under these specifications includes the furnishing of all labor, and parts to perform all repairs on equipment listed, to assure continued operation at their designed efficiency and capacity. PREVENTIVE MAINTENANCE: Perform service repair/maintenance to industry standards. Insure that only FULLY QUALIFIED FIELD ENGINEERS and TECHNICIANS who have gone through original equipment manufacturer (OEM) or comparable third party service schools for the above mentioned equipment, shall be employed in the performance of any and all work performed under this contract. Upon request, the contractor shall provide training certificates (or notarized copies) to the Medical Repair Branch for verification. The highest standard of professional capability and electrical/mechanica1 workmanship is to be maintained throughout the life of this contract. Make repairs to the extent necessary (as determined by inspection tests or disassembly) to ensure a functional system that will efficiently serve its intended purpose. CORRECTIVE MAINTENANCE: Correct inoperable condition in a timely manner. Immediately upon contract award, the contractor will provide Medical Repair Branch an emergency telephone number. Contractor will response no later than 24-48 hours after telephone notification. Provide only the work necessary to restore the equipment to a serviceable/operating condition by adjustments, replacement parts, or minor repairs when it is determined that extensive repairs and parts replacements are not necessary. Equipment improvements/modifications shall be made only upon Medical Repair Branch written approval and direction. Notify the Medical Repair Branch immediately upon receipt of OEM or replacement parts/equipment safety recalls notices. Insure that original design and functional capabilities will not be changed, modified, or altered unless the Medical Repair Branch authorizes such changes. Provide suitable OEM recommended repair equipment/tools required for the satisfactory execution of all repairs made. Furnish manufacturer OEM approved lubricants and lubricate wear points within the equipment. Extend to the Government all commercial warranties on replacement parts, consistent with standard industry practices. Maintain an adequate spare parts inventory. TITLE TO EQUIPMENT: The contractor shall not assume possession or control of any part of the equipment. The Government retains ownership to title thereof. LIABILITY: The contractor shall not be liable for any loss, damage, or delay due to any cause beyond his reasonable control including but not limited to, acts of government, strikes, lockouts, fire, explosion, theft, floods, riot, civil commotion, war, malicious mischief or acts of God. UTILITIES: The contractor may use Government utilities, (e.g., electrical power, compressed air, and water) that are available and required for any service performed under this contract. The building engineer, to ensure compatibility with the Naval Medical Center's electrical wiring and equipment, must approve contractor electrical equipment. ACCESS TO EQUIPMENT: The contractor shall be provided reasonable access to all equipment that is to be serviced and utility outlets required to do the service. The contractor shall be free to start and stop all primary equipment incidentals to the operation of the maintained equipment after permission is received from on duty personnel responsible for such equipment. CONTRACTOR CHECK-IN/CHECK-OUT: The Contractor, or his representative shall is required to report to the Medical Repair Branch for Visitor Badges during the hours of 0730 - 2000 hours, Monday through Friday, prior to and upon completion of any service/repair performed. FIELD SERVICE REPORTS: The contractor, or his representative shall furnish to; Apollo Labuga, The Leading Petty Officer at Naval Hospital Lemoore CA 93246, Phone: 559-998-4280, Fax 559-998-2799, E-mail: alabuga@nhlem.med.navy.mil A legible copy of the Field Service Report upon completion of work performed. The contractor, or his representative, shall complete the Government copy of this Field Service Report to include the following: Date and Time Notified Date and Time Arrival BCN (Bar Control Number), Type, serial number and model number Time expended repairing/servicing Description of malfunction General Description of replaced parts and service performed Comments as to cause of malfunction FIELD SERVICE REPORTS ARE REQUIRED PRIOR TO APPROVAL OF ALL INVOICES GOVERNMENT PERSONNEL: NMCSD employees will not perform maintenance or attempt repairs to equipment while such equipment is under the purview of this contract unless agreed to in writing by the contractor. PARTS AVAILABILITY: To ensure minimal equipment downtime, the contractor shall maintain replacement repair parts and materials necessary to perform each repair or supply said parts and materials within 1 day. COMPENSATION: Labor: All compensation for labor is included in the contract price. Parts and materials: All compensation for parts and materials is included in contract price. Parts/Supplies Quality: Parts and Supplies provided under this contract shall be guaranteed to be equal in all respects, including performance, interchangeability, durability and quality to the OEM parts when new or as presently recommended by the manufacturer. PREVENTIVE MAINTENANCE AND CORRECTIVE MAINTENANCE SCHEDULES Services will be required based upon the following schedules: PREVENTIVE MAINTENANCE: To be done annually during normal working hours CORRECTIVE MAINTENANCE To be done on site in an eight hour window 24 hours, 7 days per week -End of Statement of Work- Period Of Performance is 10/01/2005 – 09/30/2006. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality controls. This solicitation incorporates the following FAR and DFARS Clauses/Provisions: 52.204-7 Central Contractor Registration (Oct 2003), 52.212-1 Instruction to Offerors-Commercial Items (Jan 2004), 52.212-2 Evaluation-Commercial Items (Jan 1999), 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004), 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003), 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive orders-Commercial Items (Oct 2004), with the following clauses incorporated by reference in paragraphs (a) (1) 52.233-3 Protest after Award (Aug 1996)(31 U.S.C. 3553), (2) 52.233-4 Applicable Law for Breach of Contract (oct 2004)(Pub. L. 108-77, 108-78); (b) 52.219-6 Notice of Small Business Set-Aside (June 2003) (15 U.S.C. 644), 52.222-3 Convict Labor (June 2003) (E.O. 11755), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (jun 2004)(E.O. 13126, 52.222-21 Prohibition of Segregated Facilities ( Feb 1999), 52.222-26 Equal Opportunity (Apr 2002)(E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled and Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212), 52.222.36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C 793), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212)), 52.225-13 Restrictions on Certain Foreign Purchases (Oct 2003)(E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury) and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31U.S.C. 3332), 52.232-18 Availability of Funds (Apr 1984), 252.204-7004 Alt A Required Central Contractor Registration Alternate A (Nov 2003), 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003), 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.252-2 Clauses Incorporated By Reference (FEB 1998), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2004), with DFARS Clauses incorporated in reference (b) 252.225-7001 Buy American and Balance of Payment program (Jan 2004) (10 U.S.C. 10a-10d, E.O. 10582, 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984), 52.222-48 Exemption From Application of Service Contract Act Provisions For Contracts for Maintenenance, Calibration, and/or Repair of Certain Information Information Technology, Scientific and Medical and/or Office and Business Equipment-Contractor Certification (Aug 1996). Quotations will be evaluated based on technical capability, past performance, and price. Will only consider firm fixed price quotations. Offeror must provide the unit, and extended amount, and grand total.Offeror must complete and submit with their quotations FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004) and FAR Clause 52.222-48 Exemption from Application of Service Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment-Contractor Certification (Aug 1996). Contractor must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR registration is www.ccr.gov. A Dunn and Bradstreet number is required to register. The NAICS code is 541511. The offer due date is close of business on 08/23/2005. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (15-AUG-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/BUMED/N00259/N00259-05-T-0096/listing.html)
 
Place of Performance
Address: Naval Hospital Lemoore Pharmacy Dept 937 Franklin Ave Lemoore CA
Zip Code: 93246
 
Record
SN00871134-F 20050817/050815213218 (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.