Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2010 FBO #3059
MODIFICATION

D -- Functionality Modifications For Aeromedical Consult Service Picture Archive and Communication System (PACS), SOLE SOURCE

Notice Date
4/8/2010
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ABG - 311 Air Base Group, 8150 Aeromedical Road, Brooks City-Base, Texas, 78235, United States
 
ZIP Code
78235
 
Solicitation Number
F1J5AF0088B001
 
Archive Date
4/29/2010
 
Point of Contact
George D Dowdey, Phone: 210-536-2452, John W. King, Phone: 210-536-6103
 
E-Mail Address
george.dowdey@brooks.af.mil, john.king@brooks.af.mil
(george.dowdey@brooks.af.mil, john.king@brooks.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The 711 HPW/PK, Brooks City-Base TX, intends to award a fixed priced, sole source Purchase Order for services to ScImage, Inc, 4916 El Camino Real, Los Altos, CA, 94022 under the authority of FAR 13.501. 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; quotations are being requested and a written solicitation will not be issued. The Reference Number is F1J5AF0088B001 is issued for the purpose of entering into a Firm-Fixed price Purchase Order for services in accordance with the Performance Work Statement (PWS). The completion date for these items is 12 months after receipt of Order. Delivery will be FOB Destination to Brooks City-Base, TX. There will be one contract line item for the required services. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-40 dated 23 March 2010. The associated NAICS code is 541511, and the size standard is $25 M. Description of the requirement: The scope of this effort includes four components: a) add a dashboard data management capability to the basic cardiac PACS system, b) integrate the basic PACS data manager with the ACS's existing electronic records management software, c) provide the ACS with the capability and support necessary to archive existing cardiac studies resident in multiple formats and connect that archive to the PACS system providing the ACS with the means necessary to recall and evaluate longitudinal data related to particular cardiac conditions, and d) provide technical expertise necessary to perform training and complete DoD Information Assurance Certification and Accreditation Process (DIACAP) certification of Mortara and ScImage hardware and software propriety in nature. Access to relevant Government documentation and facilities shall be provided through coordination with the Government Program Manager. Work shall be performed at United States Air Force School of Aerospace Medicine (USAFSAM)/FEC, Brooks City-Base, TX. Authority: 10 U.S.C. 2304 (d)(1)(B) as implemented by FAR 6.302-1(2)(ii). Justification: Supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components thereof, when it is likely that award to any other source would result in (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition, or (B) Unacceptable delays in fulfilling the agency's requirements. FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable: Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offerors submissions will be evaluated based upon best value considering price, ability to fulfill the technical requirement and delivery schedule, all three being equal in importance. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its Alternate I, applies to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov) at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEV), additionally, the following FAR clauses cited in 52.212-5 are applicable: FAR clause 52.203-6 -- Restrictions on Subcontractor Sales to the Government, FAR clause 52.219-6 - Notice of Total Small Business Set-Aside FAR clause 52.219-28 - Post Award Small Business Program Representation, FAR clause 52.222-3 -- Convict Labor, FAR clause 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies, FAR clause 52.222-21 -- Prohibition of Segregated Facilities, FAR clause 52.222-26 -- Equal Opportunity, FAR clause 52.222-36 -- Affirmative Action for Workers with Disabilities, FAR clause 52.222-50 -- Combating Trafficking in Persons, FAR clause 52.225-3 - Buy American Act - Free Trade Agreements - Israeli Trade Act with Alternate I, FAR clause 52.225-13 -- Restrictions on Certain Foreign Purchases FAR clause 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration, FAR clause 52.233-3 -- Protest After Award, FAR clause 52.233-4 -- Applicable Law for Breach of Contract Claim, The following AFFARS clause is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman (AUG 2005) with the following fill-in: Mr Howard E. Marks, Jr. (ASC/AQ) email howard.marks@wpafb.af.mil phone 937-255-8642, 1755 10th Street, Bldg 572, WPAFB, OH. 45433-7630. WAWF INSTRUCTIONS (JUL 2008) DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENT CONTRACT CLAUSES 252.232-7003 Electronic Submission of Payment Requests (May 2006). The response date of 2:00 PM, Central Time, 14 April 2010. Offers may be emailed to George.dowdey@brooks.af,mil or faxed to: 210-536-6316, ATTN: George Dowdey. Request you submit your itemized quote via E-mail in Microsoft Excel format with all the required information to George D. Dowdey and reference number F1J5AF0088B001, email address: george.dowdey@brooks.af.mil. In addition please forward a courtesy copy to Mr. John King at his email address: john.king@brooks.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/HSW/F1J5AF0088B001/listing.html)
 
Place of Performance
Address: USAFSAM/FEC, Building 110, Brooks City-Base, Texas, 78235, United States
Zip Code: 78235
 
Record
SN02117121-W 20100410/100408235643-b822ebe5156288f9e8cbf699b74a7a44 (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.