Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

Q -- Pharmacy 2000+ Workstations Automated Dispensing System, Maintenance, and Repair for Bayne Jones Army Community Hospital, Ft Polk, LA

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81K00-09-T-0592
 
Response Due
9/19/2009
 
Archive Date
11/18/2009
 
Point of Contact
Tracey Roberson, 210-221-4811
 
E-Mail Address
Great Plains Regional Contracting Ofc
(tracey.roberson@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 FAR 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. Solicitation W81K00-09-T-0592 is issued for Bayne Jones Army Community Hospital (BJACH), Ft Polk, LA as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. This acquisition is solicited on a 100% Small Business Set-Aside for NAICS 334119, size standard 1000 employees. All responsible sources may submit a quotation which shall be considered by the agency. The requirements in this solicitation are: CLIN 0001, Cassette Counter (Barcode), Part #501020 (12 months) Vendor shall provide all parts materials labor and equipment necessary to perform PMS on the cassette counter (Barcode); CLIN 0002, AccuMed: Part #CONTRACT-AMED (12 months) Telephone support 24 hrs/day, 7 days/week. When needed, technician arrival on site not to exceed 48 hours from dispatch during normal business hours (M-F 7am-8pm CST). Some replacement parts may have additional charges - 25% exchanges included.; CLIN 0003, Pharmacy 2000, Part #PSYSSOFTWARE, (12 months), Monthly service and support for server and software. Telephone support 24 hrs/day, 7 days/week. When needed, technician arrival on site not to exceed 48 hours from dispatch during normal business hours (M-F 7am-8pm CST). Some replacement parts may have additional charges - 25% exchanges included. Drug Equivalency License Fee: The Drug Equivalency fee is the annual license fee. It is a canned set of drugs in a list that equates a given generic with another generic or non-generic for the purpose of drug substitution.; CLIN 0004, Pharmacy 2000 (+ Workstations): Part #PSYSSOFTWARE (12 months) Work Station Premium Level of Service only Telephone support 24 hrs/day, 7 days/week. When needed, technician arrival on site not to exceed 48 hours from dispatch during normal business hours (M-F 7am-8pm CST). Some replacement parts may have additional charges. Incluces software upgrades; pill image library and updates. CLIN 0005, Manpower. (20 Hours) Contract Manpower Report; This requirement is for 01 October 2009 through September 30, 2010. Parata is the manufacturer of the Pharmacy 2000. Maintenance service and support for 10 Parata AccuMed Cabinets (total 180 cells), barcode scanning devices, P2000 drug reference software and P2000 workstations (7 workstations). 48 hr turnaround time to respond for repair calls 7day/week coverage response. Unlimited telephonic assistance and unlimited on-site maintenance repairs. The equipment is located in the Pharmacy Department, Bayne Jones Army Community Hospital (BJACH), 285 Third St, Fort Polk, Louisiana 71459-6000. The following FAR and DFARS provisions and clauses apply to this solicitation: 52.212-1 [Instructions to Offerors]; Addendum 52.212-1; Federal Acquisition Regulation (FAR) provision 52.211-6 Brand Name or Equal applies to this acquisition. Parata is the Brand Name or Equal. Vendors shall comply with FAR provision 52.211-6 if submitting other than the brand name products. Award will be all or none. FAR provisions and clauses can be viewed at Internet address: http://farsite.hill.af.mil/vffar1.htm. Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses can be viewed at Internet address: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html All vendors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed at Internet address: www.ccr.gov/. Confirmation of CCR registration will be validated prior issuance of an order. Vendors shall include completed copies of FAR 52.212-3 [Offeror Representations and Certifications-Commercial Items] and DFARS 252.212-7000 [Offeror Representations and Certifications-Commercial Items] with their quote. The closing date and time of this solicitation is 19 September 2009, 10:00 p.m. CST. Submit quotations on company letterhead signed by an authorized company representative by the closing date and time. Price quotes shall be submitted on company letterhead and signed by a company representative. Fax or email quotes to Great Plains Regional Contracting Office (210) 221-5359 or 210-221-3446 or e-mail Tracey.Roberson@amedd.army.mil. Paper copies of this solicitation will not be issued and telephone, fax, or email requests for the solicitation will not be accepted. Point of contact for this solicitation: Tracey Roberson, phone (210) 221-4811; e-mail Tracey.Roberson@amedd.army.mil. The following is incorporated full text for FAR 52.212-2 [Evaluation-Commercial Items]: The award decision will be based on the Lowest Priced Technically Acceptable (LPTA) Quote offered to the government. Award will be on an all or none basis. Evaluation of Quotations: (a) The following factors shall be used to evaluate quotes: Technical capability and price. (b) Provide the following information with your quote: 1. Technical Capability: In order to be considered technically acceptable, the quoter shall submit written documentation that must demonstrate that the services offered comply with the technical requirements described in the performance work statement in subparagraphs 4.1, 4.2, 4.3.1 2.Price 3.Evaluation Process: All quotes will be evaluated on its technical acceptability. The award decision will be based on the lowest priced technically acceptable quote. (c) Award will be on an all or none basis. Vendors must submit their quotes by the due date and time below. Quotes received at other than the stated address will not be considered for award. (End of provision) 52.232-18 Availability of Funds (APR 1984)(Incorporated by Full Text)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-09-T-0592/listing.html)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
 
Record
SN01953340-W 20090916/090915000308-d1e20ec0fb3844a8a058d45f9c04891f (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  © 1994-2020, Loren Data Corp.