Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2006 FBO #1767
SOLICITATION NOTICE

65 -- McKesson 2000 automated robotic prescription fill system maintenance

Notice Date
9/26/2006
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
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
W91YTZ06T0221
 
Response Due
9/28/2006
 
Archive Date
11/27/2006
 
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 is solicitation number W91YTZ-06-T-0221 and is a request for quotation (RFQ). This is a total Small Business Set-Aside. The Standard Industrial Classification Code is 5045 and the small business size standard is 500 employees. The North American Industry Classification System Code is 423430. Womack Army Medical Center, Fort Bragg, North Carolina, 28310-5000, has a requirement for the following: CLIN 0001  McKesson Pharmacy 2000 automated robotic prescription fill system nonpersonal maintenance services for the Autoscript III, ECN's H0312 and H0306 and associated components under the Autoscript III Premium Maintenance Coverate IAW attached Statem ent of work, Technical Exhibit 1, and Manufacturer's recommendations for the period of 01 October 2006 through 30 September 2007. Statement of Work and Technical Exhibits to be provided upon request. QUANTITY: 12 Months PRICE: __________________ TOTAL: _____________________ CLIN 0002  Hardware and software support to provide Premium Pharmacy 2000 Maintenance Support for equipment, as listed in Technical Exhibit 2, for the period of 01 October 2006 through 30 September 2007 QUANTITY: 12 Months PRICE: __________________ TOTAL: _____________________ CLIN 0003  Unlimited Component Exchange of equipment listed in Technical Exhibit 3 for the period of 01 October 2006 through 30 September 2007 QUANTITY: 12 Months PRICE: __________________ TOTAL: _____________________ The Government intends to make a Sole Source award for the supplies and services described herein to Apptis Inc DBA Planetgov. All offers received in response to this solicitation will be considered. Responses will be used to determine whether bonafide c ompetition exists. If offering an equal item, provide complete technical documentation and specifications to be able to evaluate. Responses are to be faxed to George Locke at 910-907-9307 or emailed to george.locke@na.amedd.army.mil no later than 3pm 28 S eptember 2006. 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 inform ation contained in the Federal Acquisition Regulation (FAR) Provision 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. There fore, the offerors initial offer should contain the offerors best terms from a cost or price standpoint. However, the Government reserves the right to conduct discussions if later and determined by the Contracting Officer to be necessary. 52.212-2 Eval uation - Commercial Items. 52.212-3, Offeror Representations 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 f ixed price award will incorporate the requirements 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 ap plicable 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 contr act resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. GENERAL INFORMATION: Only the Contracting Officer has the authority to approve changes to this contract that would result in an increase or decrease in the awarded price. Monthly payment under the terms of the contract will be made in arrears. The foll owing 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; 52.222-3 6 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 Government Installation; 252.204-7004 Required CCR; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.232-18, Availability of Funds; 252.212-7001 Contract Terms, 252.204-7004 Required Central Contractor Registration; 252.225-7002 Qualifying Country Sources as Subcontractors. (Contractor to include a completed cop y of the following provisions with quote) 52.212-3 Offeror Reps and Certs; Referenced provisions and clauses may be accessed electronically at these addresses: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfar.
 
Place of Performance
Address: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW Washington DC
Zip Code: 20307-5000
Country: US
 
Record
SN01154998-W 20060928/060926221026 (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.